Loading...
HomeMy WebLinkAboutC-9835-1 - Balboa Peninsula Water Main Replacement, East Irvine Terrace Water Main Replacement, and Shorecliff Community Water System Improvements – Phase 2L i ii NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 10:00 AM on the 12t" day of August, 2025, at which time such bids shall be opened and read for BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 Q SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 $9,500,000 Engineer's Estimate Approved by James M. Houlihan eputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Flans via PlanetBids: http://www.planetbids.com/12ortal/portal.cfm?Coml2anvlD=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Alfred Castanon, Project Manager at (949) 644-3314 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www.newportbeachca.gov/government/data-hub/online-services/bids-rfps-vendor- reqistration City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 TABLE OF CONTENTS NOTICE INVITING BIDS ... .........Cover INSTRUCTIONS TO BIDDERS....................................................................................................3 BIDDER'S BOND..........................................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)...............................................................................10 TECHNICAL ABILITY AND EXPERIENCE REFERENCES.........................................................9 NON -COLLUSION AFFIDAVIT......................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD..................................................................15 ACKNOWLEDGEMENT OF ADDENDA.....................................................................................19 INFORMATION REQUIRED OF BIDDER...................................................................................20 NOTICE TO SUCCESSFUL BIDDER.........................................................................................21 CONTRACT................................................................................................................................22 LABOR AND MATERIALS PAYMENT BOND................................................................Exhibit A FAITHFUL PERFORMANCE BOND...............................................................................Exhibit B INSURANCE REQUIREMENTS.....................................................................................Exhibit C PROPOSAL............................................................................................................................. PR-1 SPECIALPROVISIONS..........................................................................................................SP-1 2 City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope before the bid opening) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractorshall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening. The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office before the Bid Opening. The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the I'ocality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said' determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all' provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive), A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the tabor Code Apprenticeship requirements and Section 4100 et serf. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 4 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has en r�1e 603008 A, C34 L President Contractor's License No. & Classification Authorized Signature/Title 1000000280, Expiration: 06/30/2028 DIR Registration Number & Expiration Date T.E. Roberts, Inc. Bidder 5 AV A ASI- 6 216 2� Date Bond # 10-B Premium: Nil City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 8� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of ten percent of amount bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BALBOA PENINSULA WATER MAIN REPLACEMENT, EAST IRVINE TERRACE WATER MAIN REPLACEMENT, AND SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2, Contract No. 9835-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 29th day of July , 2025. T.E. Roberts Inc. Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square Hartford, CT 06183 Address of Surety (909) 612-3085 Telephone SW ized Signature/Title JQShn Roberts Aut sized Agent Sig ure Spencer Flake / Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) rA ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } SS. On July 29th 2025 before me, Hannah Ogren Notary Public, personally appeared Spencer Flake who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �.i..w.� HANNAN OGREN )))O"y Notary C,stlfornla WITNESS my hand and official seal. LosAnPublic - gelesCaunty_ Commission 0 240E621 Comm. Expires Jun 21, 2026 Signature (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witnesses) Capacity(ies) claimed by Signer(s). Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer F1 Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of } SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 9 (seal) Travelers Casualty and Surety Company of America Awe, Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein of collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Spencer Flake ANAHEIM , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut City of Hartford ss. iX Z � By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. P. NO I����/G►YG IN WITNESS WHEREOF, 1 hereunto set my hand and official seal. uorutr My Commission expires the 30th day of June, 2026 * 11 ue sioo °° Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 29th day of July , 2026 1 � h Kevin E. Hughes, Assti Cant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Powerof Attorney Is attached. CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On before me, V/,YL,�Sa 14 t� (here insert name and title of the officer) personally appeared JA Y\ )`QPiVkS who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged_ to me .that he/she/they exe-u-tQd the same in hfis/her/tile-h authorized capacity(ies), and that by his/her/their- signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature SHAYLEEA. BARSHESS J - Notary Public - Callfornii Orange County }� Commission N 2482495 My Comm. Expires Feb 20, 2028 r (Seal) Optional Information Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ other. - representing: Names) of Person(s) or Entity(ies) Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: O form(s) of identification O credible witnesses) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ AdditionalSigner(s) Ej Signer(s)Thumbprint(s) El 0 Copyright 2007-2017 Notary Rotary. PO Box 41400, Des Moines. IA 50311.0507. All Rights Reserved Item Number 101772. Please contact your Authorized Resellet to purchase copies of this form. City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 8� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 DESIGNATION OF SUBCONTRACTOR(S) -AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. T.E. Roberts, Inc. Bidder �7 President Authorized SignaturefTitle Timothy Roberts City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 l� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!11 Please print or type. Bidder's Name T.E. Roberts, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 5 years in excess of $750,000, provide the following information. Please see Special Provisions SECTION 2-1 for detailed experience record/reference requirements. No. 1 Project Name/Number 4 i -�W' n V Vvu . n Project Description Approximate Construction Dates: From Agency Name &I f �1. 0 C� - 7-ci_2C( To: S- M— Z" Contact Person 7 {Aa ({ Gli � iiC� Telephone (�j"` " 3�� I Original Contract Amount $ .q'a't'lIFinal Contract Amount $ TOT j 61, 0 q If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 1 A� . 10 Project Name/Number / f i Ct'I n I Project Description ZI qnI q'/ ' (ao�5 �2 `y b Approximate Construction Dates: From Agency Name -14 - 2M C-51owc, v fe To: I, --lLA "ZS Contact Person U, t 'P,)y sTC)'STelephone ( ) '� l q Original Contract Amount $ Final Contract Amount $ l , '51 i If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. rdo - Project Name/Number Project Description 2t 31'1�5 191, ? V L to w% MA/It n Approximate Construction Dates: From Agency Name To: I - t 1z I Contact Person{L_Telephone Original Contract Amount $\ , �b �� Fin I Contract Amount $ \ { 12- 3 , b Z If final amount is different from original, please explain (change orders, extra work, etc.) cl n a Did you file any claims against the Agency? Did the Agency file any claims against /Contractor? If yes, briefly explain and indicate outcome of claims. yqu b 11 No. 4 t/ Project Name/Number Project Description 1)1� -61b 1 1 2Y -PW � 3(02' V' -DIP Approximate Construction Dates: From 'L • I ' V To: -� V 1 I • �L U Agency Name M Contact Person %1L{:� \ Telephone Original Contract Amount $ 2��g�+final Contract Amount $ t b I [ q d 1 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 00, No. 5 Project Name/Number W LA 1YV z ak --Qx� q*vA �/U 0 W—" Project Description 00 D -F VC G{.r\A 2- , ?A-) J u2 E " �-- Approximate Construction Dates: From To: 2� ' 2-" Agency Name c 8 Contact Person C G{ Chi nb'n Telephone( Original Contract Amount $ '-1,''? Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. �C) 12 Project Name/N umber �� C �(D�_�/.C�'� �b►U��1���11�n 1Gi{ a Project Description I i 12, � � ��Vq'GJJ Approximate Construction Dates: From -\2' k1e'?A To: "t•1- 2,3 Agency Name UY &UV V V vk C51 v i Contact Person Telephone ( ) 1 ��' S 606 Original Contract Amount $ t�,'2Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) f,(Am W Dv'V- Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. T.0 Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. T.E. Roberts, Inc. Bidder 13 President Authorized Signature/Title Timothy Roberts TECHNICAL ABILITY AND EXPERIENCE REFERENCES - Questionnaire 1. Have you completed projects in the five years that combined total more than 50,000 linear feet of pipelines of larger than 8-inches in diameter. [ Yes ❑ No 2. At any time in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with either a public or private owner? ❑ Yes 14 No If yes, explain on a separate signed page, identifying all such projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 3. In the last five years has your firm, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? ❑ Yes [f No If "yes," explain on a separate signed page. 4. In the last five years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder? ❑ Yes [f No If "yes," explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 5. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? ❑ Yes []' No If "yes," on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution.) 14 6. In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? ❑ Yes No If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). 7. At any time during the past five years, has any surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's behalf, in connection with a construction project, either public or private? ❑ Yes g' No If "yes," explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 8. Has there been more than one occasion during the last five years in which your firm was required to pay either back wages or penalties for your own firm's failure to comply with the state's prevailing wage laws? NOTE: This question refers only to your own firm's violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. ❑ Yes [�No If "yes," attach a separate signed page or pages, describing the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed; the number of employees who were initially underpaid and the amount of back wages and penalties that you were required to pay. 9. At any time during the last five years, has your firm been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: You may omit reference to any incident that occurred prior to January 1, 1998, if the violation was by a subcontractor and your firm, as general contractor on a project, had no knowledge of the subcontractor's violation at the time they occurred. ❑ Yes No 15 if "yes," provide the date(s) of such findings, and attach copies of the Department's final decision(s). T.E. Roberts, Inc. Bidder 16 President Authorized Signature/Title Timothy Roberts City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 8� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Timothy Roberts being first duly sworn, deposes and says that he or she is President of T.E. Roberts, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of th3p.5tate of ornia that the foregoing is true and correct. T.E. Roberts, Inc. President Bidder Authorized Signature/Title Timothy Roberts by satisfactory and sworn to (or affirmed) before me on this day of 2025 , proved to me on the basis of be the person(s) who appeared before me. I certify under PENALTY OF PE under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 17 Notary Public My Commission Expires: CALIFORNIA JURAT A notaIr lic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of myA"L ) Subscribed and sworn to (or affirmed) before me on this 1+1-\- day of ` " " ►U S� _� 20 v by proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. SHAYLEE A. BARSNESS d Notary Public • California Orange County Commission # 2482495 My Comm. Expires Feb 20, 2028 Signature (Seal) Optional Information Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this jurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document This certificate is attached to a document titled/for the purpose of containing pages, and dated Method of Affiant Identification Proved to me on the basis of satisfactory evidence: Q form(s) of identification Q credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Affiant(s)Thumbprint(s) ❑ Describe: 0 Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507 All Rights Reserved. Item Number 101884. Please contact gout Authorized Reseller to purchase copies of (his form. City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 Q SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 DESIGNATION OF SURETIES Bidder's name T.E. Roberts, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Bonding Company: Traveler's Casualty & Surety Company, (909)612-3653, One Tower Square, Hartford, CT 06183 Bonding Agent: Spencer Flake, Culbertson Insurance Services, (714) 921-0530, 5500 E. Santa Ana Canyon Rd. N201, Anaheim, CA 92807 Insurance Company: HUB International (949)623-1041 4695 MacArthur Court Newport Beach, CA 92660 18 City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 i� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name T.E. Roberts, Inc. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2024 2023 2022 2021 2020 Total 2025 No. of contracts 78 111 49 70 80 71 459 Total dollar Amount of 159,856 39,329 45,420 34,511 35,576 445,981 Contracts (in 131,289 Thousands of $) No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases ° 4 No_ of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 19 Legal Business Name of Bidder T.E. Roberts, Inc. Business Address: 17771 Mitchell North, Irvine, CA 92614 Business Tel. No.: 714-669-0072 State Contractor's License No. and Classification: 603oo8-A, C34 Entity Type: a California Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Signatu bi Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 20 CALIFORNIA JURAT A notarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of��� ) Subscribed and sworn to (or affirmed) before me on this I+V\- day of 20 by ( i fY�i'�'�rl/l/1 �� �VuSAA to o✓�S proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. lamy SHAYLEEA. BARSNESS Notary Public - California Orange CountyCommission # 2482495 Comm. Expires Feb 20, 2028 (Seal) Signature —A�IL��� ,dr Optional Information NOW_ Although Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this jurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document This certificate is attached to a document titled/for the purpose of containing pages, and dated Method of Affiant Identification Proved to me on the basis of satisfactory evidence: p form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other [] Affiant(s)Thumbprint(s) ❑ Describe: 0 Copyright 2007-2017 Notary Rotaty, PO Box 41400, Des Moines. IA 50311.0507 All Riahts Reserved. Item Number 101884. Please contact your Authorized Reseller to purchase copies or this form. City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 8� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name T.E. Roberts, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Sig l �--1-Z 21 CitV of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: T.E. Roberts, inc. Business Address: 17771 Mitchell North, Irvine, CA 92614 Telephone and Fax Number: 714-669-0072,714-200-0241 California State Contractor's License No. and Class: 603008-A,C34 (REQUIRED AT TIME OF AWARD) Original Date Issued: September 21, 1990 Expiration Date: October 31, 2026 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Timothy Roberts President 17771 Mitchell North, Irvine, CA 92614 714-669-0072 lustin Roberts Secretary 17771 Mitchell North, Irvine, CA 92614 714-669-0072 Kimberlee Roberts Treasurer 17771 Mitchell North, Irvine, CA 92614 714-669-0072 Luke Roberts Vice President 17771 Mitchell North, Irvine, CA 92614 714-669-0072 Nicholas Roberts Vice President 17771 Mitchell North, Irvine, CA 92614 714-669-0072 Corporation organized under the laws of the State of California 22 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. No. Have you ever failed to complete a project? If so, explain. No. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor com liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 23 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. T.E. Roberts, Inc. Bidder Timothy Roberts (Print name of Owner or President ,,�7or ' ompany) ,.'a-__ Authorized Signature/Title Timothy Roberts President Title LL�Vsk _10 20Z5" Date n before me, Notary Public, personally appeared , who proved to me on the basis of satisfact evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledge a that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signa (s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instru t. I certify under PENALTY OF PERJ nder the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: 24 (SEAL) CALIFORNIA CERTIFICATE OF ACKNOWLEDGINIFNT A notarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of On 2 before me, _ �1 /A - Y�X1P S� , �Ti ,w1 W , (here insert name and title or the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that-h€/-sfte/*ey -e e tcd the-iame*r+ds/tte-r1-0hezr authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. Signature a '> SHAYLEE A. BARSNESS Notary Public • California Orange County Commission k 2482495 My Comm, Expires Feb 20, 2028 (Seal) x ' Optional Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Nante(S) of Person(s) or Entity(les) Signer Is Representing A.01-wtEli,-b—' 4)iCW-jiii Method of Signer Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification 0 credible witness(es) Notarial event is detailed in notaryjournal on: Page k Entry # Notary contact: Other ❑ Additional Signer(s) signer(s) Thumbprim(s) 0 Copyright 2007-2017 Notary Rotary, PO Box 41400. Des Moines. IA 503) 1.0507. All Rights Reserved. Item Number 101722. Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 8� SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 Contract No. 9835-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 9835-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: Alwsl l �� �/V Date 714-669-0072,714-200-0241 Bidder's Telephone and Fax Numbers 603008 - A, C34 Bidder's License No(s). and Classification(s) 1000000280 DIR Registration Number Bidder's email address: troberts@teroberts.com PR-1 T.E. Roberts, Inc. B991- President Bidder's Authorized Signature and Title 17771 Mitchell North, Irvine, CA 92614 Bidder's Address Page 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PO� ADDENDUM NO. 1 BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 CONTRACT NO. 9835-1 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 CONTRACT NO. 9835-1 0 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 CONTRACT NO. 9835-1 CONTRACT NO 9835-9 DATE: August 7, 2025 BY City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. CONTRACT TECHNICAL ABILITY AND EXPERIENCE REFERENCES — Questionnaire (Page 14) Change question number one to read: 1. Have you completed projects in the past five years that combined total more than 30,000 linear feet of pipelines 8-inches or larger in diameter? ❑ Yes ❑ No Page 2 of 2 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. rNU Bidder's Name (Please Print) Authorized Signature & BALBOA PENINSULA WATER MAIN REPLACEMENT, EAST IRVINE TERRACE WATER MAIN REPLACEMENT, AND SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS - PHASE 2 CONTRACT NO. 9835-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 9th day of September, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and T.E. ROBERTS, INC., a California corporation ("Contractor"), whose address is 17771 Mitchell North, Irvine, CA 92614, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of: Balboa Peninsula: Installing temporary high -line during construction; Removal of existing 14-inch and 16-inch diameter cement -mortar lined cast iron pipes and 8-inch PVC pipes; Abandonment of existing 14-inch diameter asbestos cement pipes and 16-inch diameter ductile iron pipes around Fire Department/Library buildings; Construction of new 8-inch diameter C900 PVC distribution main; Construction of new 8-inch resilient wedge gate valves; Construction of new fire hydrants and water services; Construction of new service lines for connections to existing DCDA backflow, devices; Construction of 16-inch and 14-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC and PCC); Replacement of concrete alley approach and residential driveway approach. East Irvine Terrace: Abandonment of existing 6-inch diameter asbestos cement pipe; Construction of new 8-inch diameter PVC distribution main; Construction of new fire hydrants and water services; Construction of new 8-inch diameter resilient wedge gate valves; Construction of 6-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC); Replacement of Concrete Cross Gutter, Curb and Gutter, and Sidewalk. Shorecliff Community: Abandonment of existing 6-inch and 8-inch diameter asbestos cement pipe; Construction of new 8-inch diameter PVC distribution main; Construction of new fire hydrants and water services; Construction of new 8-inch diameter resilient wedge gate valves; Construction of 8-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC); Replacement of concrete cross gutter (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 9835-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Six Million Seven Hundred Forty One Thousand Four Hundred Seventy Three Dollars ($6,741,473.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. T.E. ROBERTS, INC. Page 2 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Justin M Roberts to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. T.E. ROBERTS, INC. Page 3 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Timothy E Roberts T.E. ROBERTS, INC. 17771 Michell North Irvine, CA 92614 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class T.E. ROBERTS, INC. Page 4 VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 14.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. In T.E. ROBERTS, INC. Page 5 accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 14.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. T.E. ROBERTS, INC. Page 6 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. T.E. ROBERTS, INC. Page 7 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. T.E. ROBERTS, INC. Page 8 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorneys Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. T.E. ROBERTS, INC. Page 9 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] T.E. ROBERTS, INC. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: $/Z_ /� By: M -F Aa n C. Harp City Attorney ATTEST: Date: g1Zy4Zas.S By: 9� McAly Perry Interim City Clerk CITY OF NEWPORT BEACH, a California ni ip I corporation Date: IR 2 By: J4Stton My CONTRACTOR: T.E. ROBERTS, INC., a California corporation Date: Signed in Counterpart Bv: Timothy E Roberts Chief Executive Officer Date: Signed in Counterpart go Justin M Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements T.E. ROBERTS, INC. Page 11 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: $TS / zT By: r AarAar(F C. Harp City Attorney ATTEST: Date: - Molly Perry Interim City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Joe Stapleton Mayor CONTRACTOR: T.E. ROBERTS, INC., a California corporation Date: a 15-Z/ QFI-�: By: Timothy E Roberts Chief Executive Officer Date: " �' " Z > By: -- ustin M Roberts Secretary (END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements T.E. ROBERTS, INC. Page 11 Executed in Two Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 108197235 Premium: Included in Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. ROBERTS, INC. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of: Balboa Peninsula: Installing temporary high-iine during construction; Removal of existing 14-inch and 16-inch diameter cement -mortar lined cast iron pipes and 8-inch PVC pipes; Abandonment of existing 14-inch diameter asbestos cement pipes and 16-inch diameter ductile iron pipes around Fire Department/Library buildings; Construction of new 8-inch diameter C900 PVC distribution main; Construction of new 8-inch resilient wedge gate valves; Construction of new fire hydrants and water services; Construction of new service lines for connections to existing DCDA backflow, devices; Construction of 16-inch and 14-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC and PCC); Replacement of concrete alley approach and residential driveway approach. East Irvine Terrace: Abandonment of existing 6-inch diameter asbestos cement pipe; Construction of new 8-inch diameter PVC distribution main; Construction of new fire hydrants and water services; Construction of new 8-inch diameter resilient wedge gate valves; Construction of 6-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC); Replacement of Concrete Cross Gutter, Curb and Gutter, and Sidewalk. Shorecliff Community: Abandonment of existing 6-inch and 8-inch diameter asbestos cement pipe; Construction of new 8-inch diameter PVC distribution main; Construction of new fire hydrants and water services; Construction of new 8-inch diameter resilient wedge gate valves; Construction of 8-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC); Replacement of concrete cross gutter, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Million Seven Hundred Forty One Thousand Four Hundred Seventy Three Dollars ($6,741,473.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, T.E. ROBERTS, INC. Page A-1 executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. T.E. ROBERTS, INC. Page A-2 IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 28th day of August 2025 . T.E. Roberts, Inc. Name of Contractor (Principal) Authorized Signature/Title T'0�l Travelers Casualty and Surety Company of America Name of Surety One Tower Square Hartford, CT 06183 Address of Surety (909) 612-3085 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 119 547-5 •n C. HarpAttorney / A horized Agent Signature Spencer Flake / Attorney -in -Fact Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. ROBERTS, INC. Page A-3 ACKNOWLEDGMENT P! S A notary public or other officer completing this 5 certificate verifies only the identity of the individual who signed the document to which this certificate is Q attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. ROBERTS, INC. Page A-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On August 28, 2025 before me, Hannah Ogren, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. HANNAH OGRE N WITNESS m han nd official seal. Y W Notary Public California Los Angeles County Z Commission # 2408621 Gi�oaw`' My Comm. Expires Jun 21, 2026 Signatur gnature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner — El Limited General Individual - Attorney in Fact Trustee C Guardian or Conservator Other: Signer Is Representing: Signer's Name: - Corporate Officer — Title(s): Partner — Limited General Individual ❑ Attorney in Fact ❑ Trustee F Guardian or Conservator 7. Other: Signer Is Representing: .� .y..�'6_y _y _ - - a� _d _y _CJ _� _� _.� ei -✓ .er _ - '�4-y5'✓6'y6'y ".v 'er 'e..'✓ -y.,-y 'a. r�S.✓ �s.��.��. Travelers Casualty and Surety Company of America A01► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Spencer Flake of ANAHEIM , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. r?f(HARM PfiYC,),,.YY ANpIIARTfORD, K i f�1Wi71R' I T, rum) um a� vy CON. NN �� • � fYt, F State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. PP N IN WITNESS WHEREOF, I hereunto set my hand and official seal. 0— This.�` //%/`�My Commission expires the 30th day of June. 2026 �Anna P. Nowik, Notary Public Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 28th day of August , 2025 t(�...A�YC 0JP`iY ANp S BG f3 jP CONK o HAATFOfl0. � a lIAF1IfOFm, < ✓: ' p f d aA r Ot wu Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power ofAttorney is attached. N? 6516 STATE OF CALWOMU DEPARTMENT OF INSURANCE I SAN FF.WCISCO Ainended Certificate of Authority Tws Is To Qm=rr. That, 'pur==a to the 1waraoce Code of the: SWO: of CdUfOmid, Travelers Casualty' and SuretyCom�any of Am.erica. he of Hartford., Connecticut organized iunder f laws of CO nn e.a- b i C:ut 40bfect to its Aifides of IncorPofaf On or other fundatn mal. m-pnhaffonal document., is hereby authorized -to transact tvithin .this State, subject to-4 provisions of this Certj&afe, thefallovAng classes of j=ra=: Fire, kariabl!' Surety, Disability, Pl.-.a;te Glass, Liability, Workers.` Compensat-ion, common Carrier Liability, jloil:er and Mac4inex;y, Burglary Credit, Sprinka,er., Team and. vehicle, Automob I i . Aircraft, and as=h cla;;erarz now or may.hereafter be defied in -the Insurance Laws Of the StatO Of California. TEUS CMMnCAM is. expressly conditioned upon the holder hereaf now and Hereafter being. in full OMP&MCCALWh all;aftd not in-tdblaijoa.of any, of the apph6able:laws.,and lawful -re wrOe-Was .=de -under apthorityaf the -laws -qf the State ,of Calilgrnfa.asJong-Lu-such jaws or requ&erwAtsa . i-e ire effect and applicable, and as such laws oa, requirements now,-aro, or may hereafter be changed A'r armed: ed. .IN WirN=, W-W=dt, Ofeciive &.4 ....... . 4-q 1.0 199 1 1 have hereutdo set my :hand and caused my offloW sqal to be affixed this —Ug.k- ddy.of_ .By -Nm 701 and , d be -Vm=& for revoking this Cer"*cAUC Of A9th4WPUXSUOAttO the CoVeU'DU zrka:oe M tb6-iPPU=&n t1kazefor abd.the omdWolu contiWed hereid. CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of cy-a r)g e ) On I ' 2�" Z`� before me, m V eC-W i RlDtA,r► Nbli C� (here insert name and title of the o cer) personally appeared T h/y Q `f (201�� ►� `�J who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature *4 J�LG4 E. NEW COMM. #2390572 allotary Public • California p z` Orange County M Comm. Ex ires Feb. 7120261 (Seal) ®'ptionai'I'nfor' mation Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Title(s) Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ AdditionalSigner(s) ❑ Signer(s)Thumbprint(s) O Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507, All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. Executed in Two Counterparts EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 108197235 Premium: $37,359 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City") has awarded to T.E. ROBERTS, INC., (hereinafter referred to as the "Contractor') an agreement for the The work necessary for the completion of this contract consists of: Balboa Peninsula: Installing temporary high -line during construction; Removal of existing 14-inch and 16-inch diameter cement -mortar lined cast iron pipes and 8-inch PVC pipes; Abandonment of existing 14-inch diameter asbestos cement pipes and 16-inch diameter ductile iron pipes around Fire Department/Library buildings; Construction of new 8-inch diameter C900 PVC distribution main; Construction of new 8-inch resilient wedge gate valves; Construction of new fire hydrants and water services; Construction of new service lines for connections to existing DCDA backflow, devices; Construction of 16-inch and 14-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC and PCC); Replacement of concrete alley approach and residential driveway approach. East Irvine Terrace: Abandonment of existing 6-inch diameter asbestos cement pipe; Construction of new 8-inch diameter PVC distribution main; Construction of new fire hydrants and water services; Construction of new 8-inch diameter resilient wedge gate valves; Construction of 6-inch in -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC); Replacement of Concrete Cross Gutter, Curb and Gutter, and Sidewalk. Shorecliff Community: Abandonment of existing 6-inch and 8-inch diameter asbestos cement pipe; Construction of new 8-inch diameter PVC distribution main; Construction of new fire hydrants and water services;; Construction of new 8-inch diameter resilient wedge gate valves; Construction of 8-inch i -line valves (as needed) for system shutdown; Connections to existing distribution system; Pavement Rehabilitation (AC); Replacement of concrete cross gutter (hereinafter referred to as the "Project"). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated September 9, 2025, (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and Travelers Casualty and Surety Company of Americp as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of Six Million Seven Hundred Forty One Thousand Four Hundred Seventy Three Dollars ($6,741,473.00), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for T.E. ROBERTS, INC. Page B-1 which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, their or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, their respective officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney's fees, incurred by City in enforcing such obligation. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to T.E. ROBERTS, INC. Page B-2 pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. T.E. ROBERTS, INC. Page B-3 IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of August 12025 . T.E. Roberts, Inc. L Pres�dertk Name of Contractor (Principal) Authorized Signature/Title Tiiw6i'"y P°b`"ts- Travelers Casualty and Surety Company of America Name of Surety One Tower Square Hartford, CT 06183 Address of Surety (909) 612-3085 Telephone (Attach Attorney -in -Fact Certificate) Attorney -in -Fact Spencer Flake / Attorney -in -Fact Print Name and Title (Corporate Seal) $5.90/$5.90/ The rate of premium on this bond is $5.70/$4.80 per thousand. The total amount of premium charges is $ 37,359.00 (The above must be filled in by corporate attorney.) Any claims under this bond may be addressed to: (Name and Address of Surety or Culbertson Insurance Services Inc. Agent for Service in California) 5500 E. Santa Ana Canyon Rd. #201 Anaheim, CA 92807 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: I/ J Spa 5 By: Aa n C. Harp Cit Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. ROBERTS, INC. Page B-4 �Iease ACKNOWLEDGMENT S� A notary public or other officer completing this��� certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of I ss. On , 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. ROBERTS, INC. Page B-5 CALIFORNIA• • • OD A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On August 28, 2025 before me, Hannah Ogren, Notary Public Date Here Insert Name and Title of the Officer personally appeared Spencer Flake Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand a official seal. *my HANNAH OGREN Notary Public - California Los Angeles CountySi nature Commission # 2408621 g Comm. Expires Jun 21, 2026 S ture of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): C Partner — El Limited ❑ General FI Individual :1 Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Signer's Name: u Corporate Officer — Title(s): Partner — 'F1 Limited C General Individual iI Attorney in Fact Trustee ❑ Guardian or Conservator Other: Signer Is Representing: S•r, 'ate a. -y -� -.y '�6'✓S'e�i"ei -ei '✓ 'd.' �: ✓ -y -✓ 'y _y -a..y -.e "a' 'ram -y',`"a..'.�:-✓.'y,-,y.-✓ -y5-✓6-✓ 'a-.'✓S'a'4'.y -y - ✓ .y 'e'4'✓:"a'.'; 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1 -800-876-6827) Item #5907 Travelers Casualty and Surety Company of America .A► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Spencer Flake of ANAHEIM , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ��SLA�yc JP`TY AppB 9 ` cS (j L 4P 94 i �4i�TF�SiD, 7 HACONK State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. P P Ou� IN WITNESS WHEREOF, I hereunto set my hand and official seal. r°'-' . �`� NOTARY tridot 4- My Commission expires the 30th day of June, 2026 i ruse° Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 28th day of August , 2025 ;I p' HSRTFOR0.1 a HARTFORD, G M CONN. ie�, (-5-r 1�4� Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. N? 6516 STATE OF CALWOFM& DEPARTMENT OF INSURANCE SAN nUNCISCO Ainend6d CeAfficate of Autharity T=. 13 To C�M=y, That, pursuant to the Insurance Code of Ae::SfdtO 'Of CW&M'a, sravelers Casualty - and Sure.t.y. Company of Am.erica Of Hartfe-rd, CdnTiectiCUt law. of C o. n n aq t i c U t , organized finder -the ,4Ubfect to its Art1des.of IncorWO1104 Of other fundamena organLwflonal ja,=menjv, is hereby authorized to transact within this Sldte-, subject to all provisions of this Certificate, the following d4neg of insura=: Fire, marinb!, Surety, Disability, plate Class, Liability`, Workers, Compensation, Common Carrier Liability, B.ail:e.r and Machinery, gtzrglarY, Credit, Sprinkler., Team and.- Vehicle, Autonob 1:10-, Aircraft, and Miscellaneous -Au4uch clusesarz -now or may hereafter be defined iwthe-hmnan4f- Laws Of the S.Cate.of coriforni4, 1,ms CouncA-m is expressly conditioned %upon the AoWerhercl1W and n0hereafter being .' n fuUc.omphance-vXfh aH, and not -in tiolaffon0t-anY, 6ffhp..applicable :.1aws_and lawful-rew(rOmPts made-urtAratithority, of the laws oftheStato,of California-= lOngjusuc-Alaws or requ&-9nwAUOi-e in effect and applicable, and as such 1dws w nourq, ar may herealtOr be changed or amaLded: &:bf tile_, 19z 9-7 1 have hereunto at: my hand and caused` my offwW W41 to -be affixOd th's­-5gA­ day By --ICo axa Cade - Q..a"twA M samabixy of State -must be . ammpJLshedos_j,�q�ed promptly after lisua3 bs &F:da Ceracate Of-4-WhOlitY. Fallure to, do so will btA vioUd6u oUrns-NOOF Sec 701 and wi71 be'gounds for revoking .this QertfHeate.of Am1hoxftyp=tzAnrtO th8cOv=Ant5n,1Je.in tbBapp1f=&n **tfor and .thv o*ftbw contained herein. CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 0(aV1 qt, ) On I'2�- before me, K3m V-�- r)tary (here insert name and title of of the personally appeared �(�/1 �'i�� b-&-y tS who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature L - �� � �w)k KIM E. NEWETT `1 COMM. #2390572 Z X _ Notary Public • California A Z Orange County o M Comm. Expires Feb. 7, 2026 -�. (Seal) Optional Information Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Title(s) Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Sioner Identification Proved to me on the basis of satisfactory evidence: Q form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s) Thumbprint(s) 0 Copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507, All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/umbrella liability insurance, with coverage at least as broad as provided by Insurance T.E. ROBERTS, INC. Page C-1 Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from bodily injury, property damage, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. D. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. E. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than five million dollars ($5,000,000) per loss and five million dollars ($5,000,000) in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and T.E. ROBERTS, INC. Page C-2 property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross - liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. Contractor shall submit to City, along with a certificate of insurance, additional coverage as stated in Section 4. Other Insurance Requirements. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess/umbrella liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall T.E. ROBERTS, INC. Page C-3 be primary insurance and/or the primary source of recovery with respect to City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Any insurance or self- insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each quired coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. E. Subcontractors. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. Limits of liability for General Liability in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been T.E. ROBERTS, INC. Page C-4 reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may T.E. ROBERTS, INC. Page C-5 include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. T.E. ROBERTS, INC. Page C-6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 CONTRACT NO. 9835-1 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 CONTRACT NO. 9835-1 Q SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS - PHASE 2 PROJECT NO. 26W12 CONTRACT NO. 9835-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 2 2 2 2 2 3 3 4 4 4 4 4 4 5 5 5 5 5 5 5 6 5-4 RELOCATION 6 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 7 6-7.1 General 7 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 8 6-9 LIQUIDATED DAMAGES 8 6-11 SEQUENCE OF CONSTRUCTION 8 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 9 7-1.2 Temporary Utility Services 9 7-5 PERMITS 10 7-7 COOPERATION AND COLLATERAL WORK 11 7-8 WORK SITE MAINTENANCE 11 7-8.4 Storage of Equipment and Materials 11 7-8.4.2 Storage in Public Streets 11 7-8.6 Water Pollution Control 11 7-8.6.2 Best Management Practices (BMPs) 11 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 12 7-8.6.4 Dewatering 13 7-10 SAFETY 14 7-10.3 Haul Routes 14 7-10.4 Safety 14 7-10.4.1 Work Site Safety 14 7-10.5 Security and Protective Devices 15 7-10.5.3 Steel Plate Covers 15 7-17 TEMPORARY WATER MAIN BY-PASS AND TEMPORARY SERIVCES 15 7-17.1 General 15 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION, AND FLUSHING 16 7-18.1 General 16 SECTION 9 - MEASUREMENT AND PAYMENT 17 9-2 LUMP SUM WORK 17 9-3 PAYMENT 17 9-3.1 General 17 9-3.2 Partial and Final Payment. 33 PART 2 - CONSTRUCTION MATERIALS 33 SECTION 200 — ROCK MATERIALS 33 200-2 UNTREATED BASE MATERIALS 33 200-2.1 General 33 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 33 201-1 PORTLAND CEMENT CONCRETE 33 201-1.1 Requirements 33 201-1.1.2 Concrete Specified by Class and Alternate Class 33 201-2 REINFORCEMENT FOR CONCRETE 33 201-2.2 Steel Reinforcement 33 201-2.2.1 Reinforcing Steel 33 SECTION 203 — BITUMINOUS MATERIALS 33 203-5 SLURRY SEAL 33 203-5.1 General 33 203-5.4 Emulsion -Aggregate Slurry (EAS) 34 203-5.4.1 General 34 203-5.4.2 Materials 34 203-6 ASPHALT CONCRETE 34 203-6.5 Type III Asphalt Concrete Mixtures 34 SECTION 209 — PRESSURE PIPE 34 209-1 IRON PIPE AND FITTINGS 34 209-1.1 Ductile Iron Pipe 34 209-1.1.2 Materials 34 SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES 35 212-5 VALVES 35 212-5.2 Butterfly Valves 35 212-5.2.1 General 35 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 36 214-4 PAINT FOR STRIPING AND MARKINGS 36 214-4.1 General 36 214-4.3 Preformed Green Thermoplastic Markings 36 214-6 PAVEMENT MARKERS 37 214-6.3 Non -Reflective Pavement Markers 37 214-6.3.1 General 37 214-6.4 Retroreflective Pavement Markers 37 214-6.4.1 General 37 SECTION 215 - TRAFFIC SIGNS 37 PART 3 - CONSTRUCTION METHODS 37 SECTION 300 - EARTHWORK 37 300-1 CLEARING AND GRUBBING 37 300-1.3 Removal and Disposal of Materials 37 300-1.3.1 General 37 300-1.3.2 Requirements 38 SECTION 302 - ROADWAY SURFACING 38 302-1 COLD MILLING OF EXISTING PAVEMENT 38 302-1.1 General 38 302-1.7 Work Site Maintenance 38 302-4 SLURRY SEAL SURFACING 39 302-4.8 Spreading and Application 39 302-4.9 Field Sampling and Testing 39 302-4.12 Rolling of Slurry Sealed Surface 39 302-4.13 Street Sweeping and Cleanup 39 302-5 ASPHALT CONCRETE PAVEMENT 39 302-5.1 General 39 302-5.4 Tack Coat 40 302-5.8 Manholes (and Other Structures) 40 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 40 302-6.7 Traffic and Use Provisions 40 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 40 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 40 303-5.1 Requirements 40 303-5.1.1 General 40 303-5.4 Joints 41 303-5.4.1 General 41 303-5.5 Finishing 41 303-5.5.2 Curb 41 303-5.5.4 Gutter 41 303-7 COLORED CONCRETE 41 303-7.1 General 41 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 41 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES 41 306-2.7 Shutdowns of Existing Pipelines 41 306-2.7.3 Temporary Bypasses 41 306-5 DEWATERING 42 306-8 PREFABRICATED PRESSURE PIPE 43 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning 43 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 44 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 44 314-2.1 General 44 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 44 314-4.1 General 44 314-4.2 Control of Alignment and Layout 44 314-4.2.1 General 44 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 44 314-4.4.1 General 44 314-4.4.2 Surface Preparation 45 314-4.7 Application of Preformed Green Thermoplastic Markings 45 314-5 PAVEMENT MARKERS 45 314-5.1 General 45 SECTION 401 - REMOVAL 45 401-8 ASBESTOS MATERIAL 45 PART 6 — TEMPORARY TRAFFIC CONTROL 46 SECTION 600 - ACCESS 46 600-1 GENERAL 46 600-2 VEHICULAR ACCESS 46 600-3 PEDESTRIAN ACCESS 47 SECTION 601— WORK AREA TRAFFIC CONTROL 47 601-1 GENERAL 47 601-2 TRAFFIC CONTROL PLAN (TCP) 47 PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 48 SECTION 700 — MATERIALS 48 700-5 TRAFFIC SIGNAL MATERIALS 48 700-5.8 Detectors 48 SECTION 701— CONSTRUCTION 48 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors APPENDIX 48 48 48 Appendix A — OCSD Application for Special Purpose Discharge Permit and Sample IV] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA PENINSULA WATER MAIN REPLACEMENT PROJECT NO. 26W12 CONTRACT NO. 9835-1 EAST IRVINE TERRACE WATER MAIN REPLACEMENT PROJECT NO. 26W12 CONTRACT NO. 9835-1 SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS — PHASE 2 PROJECT NO. 26W12 CONTRACT NO. 9835-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W-5408-S, Drawing No. W- 5409-S, and Drawing No. W-5410-S); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2024 Edition) including supplements. The City's Design Criteria and Standard Drawinas for Public Works Construction are available at the following website: http://www. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. The Contractor is required to demonstrate their experience, ability and have been engaged in similar water improvement projects valued over $750,000 each for public agencies for a period of not less than (5) years. As part of the Contractor's Technical Ability and Experience References, the Contractor must provide, at a minimum, five reference projects that demonstrate the successful completion of similar projects with a minimum total of 30,000 Linear Feet of 8-inch or larger water main replacements within the public right-of-way. Contractors who fail to demonstrate such experience may be deemed non -responsive. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of: Balboa Peninsula: • Installing temporary high -line during construction • Removal of existing 14-inch and 16-inch diameter cement -mortar lined cast iron pipes and 8-inch PVC pipes • Abandonment of existing 14-inch diameter asbestos cement pipes and 16-inch diameter ductile iron pipes around Fire Department/Library buildings • Construction of new 8-inch diameter C900 PVC distribution main • Construction of new 8-inch resilient wedge gate valves • Construction of new fire hydrants and water services • Construction of new service lines for connections to existing DCDA backflow devices • Construction of 16-inch and 14-inch in -line valves (as needed) for system shutdown • Connections to existing distribution system • Pavement Rehabilitation (AC and PCC) • Replacement of concrete alley approach and residential driveway approach East Irvine Terrace • Abandonment of existing 6-inch diameter asbestos cement pipe • Construction of new 8-inch diameter PVC distribution main • Construction of new fire hydrants and water services • Construction of new 8-inch diameter resilient wedge gate valves • Construction of 6-inch in -line valves (as needed) for system shutdown • Connections to existing distribution system • Pavement Rehabilitation (AC) • Replacement of Concrete Cross Gutter, Curb and Gutter, and Sidewalk Shorecliff Community • Abandonment of existing 6-inch and 8-inch diameter asbestos cement pipe • Construction of new 8-inch diameter PVC distribution main • Construction of new fire hydrants and water services • Construction of new 8-inch diameter resilient wedge gate valves • Construction of 8-inch in -line valves (as needed) for system shutdown • Connections to existing distribution system • Pavement Rehabilitation (AC) • Replacement of concrete cross gutter The work necessary for the completion of this contract also includes distributing notices and providing traffic control per the Contract Documents. 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Coast Surveying, Inc. and can be contacted at (714) 918 - 6266 At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48- hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES M 901107_1t 1Is] z 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the Contractor has potholed and verified points of connection and related connection material requirements and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the Contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box, or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes and utility boxes within paving area shall be temporarily lowered. The Contractor shall procure and install slip cans for all water valves to ensure access to the water valves at all times. Upon completion of paving operation, manholes and utility boxes shall be permanently adjusted to finish grade and all water valve slip cans shall be delivered to the City's Utilities Department. The Contractor shall adjust all temporarily lowered manholes and utility boxes to the new finished grade within five (5) calendar days of completing the AC finished course. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule The anticipated Notice to Proceed for this contract will be September 8, 2025. No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 400 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start on October 20, 2025. All work around the City Fire Station on Island Avenue shall be completed within 30 working days, Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4t" (Independence Day) 6. First Monday in September (Labor Day) 7. November 11t" (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24t", (Christmas Eve) 10. December 25t" (Christmas) 11. December 26t" thru 30t" (City Office Closure) 12. December 31 St (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be at the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. Contractor shall pay to the City or have withheld from monies due it, the daily sum of $1,000 if all work around the City Fire Station on Island Avenue is not complete within 30 working days. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. 6-11 SEQUENCE OF CONSTRUCTION The contractor shall follow the following sequence of construction: 1. Island Avenue Water Main Improvements and abandonment of pipeline on City's Fire Station property. 2. Remaining Balboa Peninsula water work 3. Shorecliff Community 4. East Irvine Terrace The Island Avenue water main work and abandonment of the 14-inch water main on the City Fire Station/Library property must be completed prior to all other work on the Balboa Peninsula. The remaining work on the Balboa Peninsula can be completed once the Island Avenue pipeline is operational and the 14-inch water main is abandoned on the City property. 6-11.1 Multiple Headings. In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain two or more construction headings. However, the Contractor will not be allowed to have multiple phases of work occurring that have the corresponding traffic control devices in conflict with each other. Total open trench at any one time is not to exceed 500 linear feet. 6-11.2 Sequencing Construction to Maintain Water Service. The proposed water main connections will need to be sequenced in order to maintain water services to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and/or shut downs of existing water mains. The Contractor shall be required to submit a sequencing plan prior to any construction for review and approval by the City. Phasing Plan shall include: 1. Identification of work zones and sequencing (by street block, alley, or logical service area); 2. Schedule and duration of each phase; 3. Proposed locations and timing of temporary water main bypass (highline) installation and removal; 4. Location and count of active residential water services maintained during each phase; 5. Shutdown windows and contingency provisions. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter at the front desk of Bay 1A at the Civic Center and tender a $1,250.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $123.76 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-5 PERMITS Delete the first sentence and add the following to the end of this section: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of work. All groundwater, pipeline dewatering, and flushing shall be discharged to the nearest sewer facility. The Contractor will not be allowed to discharge any groundwater, pipeline dewatering or flushing to any storm drain facility or discharge to the ocean. The Contractor will be required to apply for a Special Purpose Discharge Permit from the OCSD for discharging of all groundwater, pipeline dewatering and flushing to the nearest sewer facility. A copy of the Application Form, Certification of Accuracy of Information, Sewer Connection Verification Statement, Certification of Responsible Officer, and Option to Designate Signatory are attached as Appendix A. The Contractor will need to obtain this permit and comply with all of its requirements in order to discharge to the nearest sewer facilities. The permit fee is $2,979.41 and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. The Contractor will be required to analyze a representative sample of the groundwater to be dewatered by the Project, for Total Toxic Organics (TTO's), Volatile Organic Compounds (VOCs), Selenium, heavy Metals, Arsenic, and Total Dissolved Solids (TDS), as a minimum. In cases where chlorine addition is used for disinfection, the Contractor shall also monitor for chlorine. The Contractor will be prohibited from discharging during a rain/storm event. The Contractor shall conduct monitoring of the groundwater discharge as specified for the purpose of determining the status of compliance and suitability for discharge. For the purpose of monitoring the groundwater discharge associated with the Project, the contractor shall collect grab samples from the desilting effluent discharge within the first week upon commencement of the discharge, and lastly, approximately one (1) month before project shutdown. The constituents to be analyzed will include heavy metals (chrome, copper, nickel, zinc), plug arsenic and selenium (by EPA method 6010B), total suspended solids, and total toxic organics (by EPA method 624). Copies of all sampling results/lab reports must be submitted to OCSD within fifteen (15) days of the sampling date. The project site is greater than 1 acre, therefore, the preparation of a Stormwater Pollution Prevention Plan will be required per the California State Water Resources Control Board Order WQ 2022-0057-DWQ. Additionally, the project will require coverage under the statewide general NPDES permit. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shutdowns of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shutdown of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. i. Placing plastic sheeting beneath equipment to capture any drips or leaks. j. Covering construction material stockpiles prior to rain events with plastic sheeting. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. The contractor shall be liable for any and all related fines. 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Contactor shall retain a Qualified SWPPP Developer (QSD) to prepare a SWPPP for the project. The contractor shall implement and maintain the requirements of the SWPPP, including all required BMPs during all phases of the work. The implementation of the SWPPP shall be performed by a Qualified SWPPP Practitioner (QSP) to be retained by the Contractor. SWPPP implementation shall be subject to inspection by the City and any identified deficiencies shall be corrected by the Contractor at the Contractor's expense. The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the Contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall include two (2) hard copies and one (1) Adobe Acrobat "pdf" copy. The SWPPP must be kept at the construction site during construction and also be available for review when requested by the Regional Water Quality Control Board (RWQCB) or the City. Contractor is not responsible for filing a Notice of Intent (NOI) for permit coverage or a Notice of Termination (NOT) at project end. City will file the NOI and NOT through the State Water Resources Control Board (SWRCB) SMARTS system. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the City throughout the duration of the project for the City's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the City incurs any administrative civil liability (fine) imposed by the RWQCB as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may withhold from payments otherwise due the Contractor a sufficient amount to cover the fine. 7-8.6.4 Dewatering Groundwater may be encountered during the excavation of this Project. The Contractor will be responsible for providing, installing, maintaining, and operating a (well -point) dewatering system in the project area if groundwater is encountered. The Contractor shall demonstrate experience with well point dewatering systems and their in-house capabilities or list a dewatering subcontractor who will perform these services. The Contractor's dewatering operations shall conform with all requirements of the OCSD's Special Purpose Discharge permit. See Section 7-5, as amended, for specific requirements. The elevation of free groundwater may vary depending on tides. For bidding purposes, the Contractor shall assume that free groundwater will be encountered at all excavations over three feet of cover. The Contractor shall provide and maintain, at all times during construction, ample means and devices to promptly remove and properly dispose of all water from any source, including groundwater, and water migrating through the bedding of existing sewers or storm drains, or other existing utilities entering the excavations. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Lineal Foot Price for Project Dewatering and no additional compensation will be allowed therefor. The Contractor shall confirm that the receiving sewer system has the capacity to take the estimated flows during dry and wet weather conditions and whether or not the water quality is acceptable and will not cause any permit violations. The following discharges are prohibited: oil, grease, fuel, sludge, trash, chemicals, and any other items which would adversely affect water quality. Water shall not be discharged into OCSD sewer facilities during a wet -weather storm event. For all dewatering operations, each disposal point shall have a calibrated, non- resettable totalizing effluent flow meter with a flow accuracy of plus or minus 5 percent to track the dewatering discharges. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Also, an accessible sample collection point shall be provided immediately upstream of all points of discharge. The contractor shall provide OCSD's Source Control staff and Engineering unrestricted access to the facility and site to inspect, monitor, or verify compliance with OCSD's Permit requirements. All dewatering operations require the use of a desilting tank with a stainless -steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air -tight covers so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than five (5) minutes detention time and have a "flow -through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow -through limitations specified above. The intent is to avoid any additional soil materials from dewatering operations into the receiving system. All dewatering operations with detectable levels of TTO's, or evidence of TTO's in the extraction zone, or significant amounts of volatile organics, may require the use of granular activated carbon (GAC) filters in lead -lag arrangement or other suitable technology to meet OCSD's TTO limit of 0.58 mg/L and mitigate a Lower Explosion Limit (LEL) event. Note that additional particle filtration is typically provided upstream of the GAC filters to prevent fouling and to extend the life of the carbon. The GAC filters shall be equipped with a stainless -steel sampling port and a drip container on the final stage discharge outlet so that the Engineer may collect periodic dewatering samples. Additionally, the GAC filters shall be air -tight so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for carbon change out or other maintenance activities. The GAC filters shall be located in a safe and easily accessible location. Each GAC filter shall provide enough detention time to meet OCSD's TTO limit of 0.58 mg/L. The carbon shall be changed in the lead GAC filter when the TTO as measured in the discharge of the lead GAC is at 0.58 mg/L, or as required. The GAC filters and additional particle filtration equipment upstream of the GAC filters shall be cleaned as required to maintain the detention time and flow -through limitations as specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system or fouling of the GAC filter carbon media. The method of pretreatment and point of disposal of water shall be subject to the District's Source Control staff and the Engineer's approval. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. 7-17 TEMPORARY WATER MAIN BY-PASS AND TEMPORARY SERIVCES 7-17.1 General The Contractor shall furnish, install, maintain, and remove a temporary water main bypass system ("highline") and any temporary service lines necessary to ensure continuous water service throughout the duration of the project, as shown on the plans and described in these Special Provisions. Installation of new water mains shall not commence until the bypass system is fully operational, pressure tested, disinfected, and approved by the City. The bypass system shall be inspected and accepted by City personnel prior to the start of water main construction. The Contractor shall be fully responsible for the performance, operation, and integrity of the temporary bypass system for the duration of the project. Any damage, malfunction, or service failure shall be promptly repaired or replaced at the Contractor's sole expense and to the satisfaction of the City. The Contractor shall comply with the following requirements during the installation, operation, and removal of the temporary bypass system: 1. Continuous Service: Water service shall be maintained to all customers at all times, except during the initial installation of the bypass system. A service continuity plan shall be submitted for review and approval by the City prior to the start of work. 2. Bypass Line Layout: It is recommended that two (2) 2-inch steel bypass lines be installed —one along each side of the alley adjacent to the meter boxes. All temporary piping crossing public streets shall be installed underground and surfaced flush with the existing pavement. 3. Disinfection and Testing: The Contractor shall perform all required disinfection, flushing, and bacteriological testing of the bypass system in accordance with applicable standards. Water quality certification, including passing coliform test results, must be obtained prior to placing the system in service. 4. Meter Relocation: Upon City approval of the bypass system, the Contractor shall relocate customer meters and connect existing services to the temporary lines. After final acceptance of the new water main and reconnection of all services, the Contractor shall disconnect the temporary bypass system and reinstall the meters. 5. System Readiness: No portion of the existing water main shall be taken out of service until the bypass system is confirmed to be fully operational and approved by the City. 6. Service Area Limits: Unless otherwise approved in writing by the City, no more than one block or service area shall be out of service at any given time. 7. Working Hours and Notification: All service connections shall be maintained during normal working hours (7.00 AM to 4.30 PM). Any proposed shutdowns outside of these hours must be approved in writing by the City and require a minimum of 48 hours advance notice to all affected residents. 8. Protection of Private Infrastructure: The Contractor shall protect all existing meters, backflow prevention devices, and private service laterals throughout construction. Any damage shall be repaired or replaced at the Contractor's expense. 9. Transition to Permanent System: Services shall only be transferred from the temporary bypass system to the new permanent water main after successful completion of pressure and bacteriological testing. No final service reconnections shall occur without written authorization from the Engineer. The temporary water main by-pass system installed at any given time shall not exceed the water services between any single alley section (from local street intersection to local street intersection) unless approved in writing by the City in advance of the work, including specific limits of the proposed by-pass. 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION, AND FLUSHING 7-18.1 General The Contractor will be responsible for pressure testing, disinfection, and flushing of the new water mains. The Contractor shall adhere to Sections 207-21.7, 207-21.7.1, 207-27.7.2, 306-1.4.5 (Water Pressure Test), and 306-1.4.7 (Water Main Disinfection) of the Standard Special Provisions and the following provisions for pressure testing, disinfection, and flushing of new water mains and services: 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within fifteen (15) days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: BALBOA PENINSULA: Item No. 1 Mobilization & Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules and phasing plans as requested by the Engineer, providing written notice to impacted property owners with methods approved by the City, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings, and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering, all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Excavation Safety: Work under this item shall include adequate sheeting, shoring, and bracing or equivalent methods for the protection of life and limb, which shall comply to all applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring, and bracing, and any other work necessary to conform to the requirements of any permits, OSHA, and the construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California labor Code. Item No. 4 Traffic Striping / Signage / Markers: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, installing temporary and permanent pavement striping, markings and markers, installing street signs and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 6 Cut and Plug & Abandon in Place Existing 14-inch ACP and 16-inch Ductile Iron Water Main: Work under this item shall include furnishing all labor, materials, and equipment to cut and plug the existing 14-inch asbestos cement and 16- inch ductile iron water main, abandoning in place the existing water main and fire hydrant lateral connecting to the main, and remove and return existing fire hydrant as show on the plans. Work shall include, but not limited to, excavation, backfill, compaction, pavement removal and replacement, removing and disposing of pipes as necessary, and all other work items as required to complete the work in place, in accordance with the plans, specifications and applicable regulations. Item No. 7 Remove Existing 14-inch and 16-inch CIP and 8-inch PVC Water Main (Balboa Peninsula): Work under this item shall include furnishing all labor, materials, and equipment to remove and dispose of existing pavement, trenching, excavating, remove and dispose of existing 14-inch and 16-inch CIP pipes, 8-inch PVC pipes, and valves, backfilling, compaction, repaving, and all other work items required to complete the work in place, in accordance with the plans, specifications and applicable regulations. Item No. 8 Remove Existing Valve, Valve Can, Lid, Riser, and Bury: Work under this item shall include pavement removal, removing the existing valve including, but not limited to, valve can, lid, riser and bury, plugging ends of existing main with slurry and abandoning existing water main in place, excavation, backfill, pavement replacement and all other work items as required to complete the work in place. Item No. 9 Furnish and Install 8-inch C900 PVC Water Main: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing pavement and conflicting improvements, temporary and permanent support, and protection of existing utilities, potholing, and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, grading, compacting, furnishing and installing 8- inch diameter C900 PVC DR-14 water main including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 10 Furnish and Install Connection to Existing Water Main Per Detail: Work under this item shall include, but not be limited to, removing and disposing of existing pavement or concrete and temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, confirming valve end fitting, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing PVC pipe, fittings, couplings, thrust blocks, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 11 Furnish and Install 8-inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for furnishing and installing 8-inch ductile iron resilient wedge gate valves including the valve operator, valve box, cover, and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 12 Furnish and Install Temporary In -line Valves for System Shutdowns: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for furnishing and installing 14-inch and 16-inch in -line valves for system shutdowns, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 13 Furnish and Install 1-inch Water Service: Work under this item shall include furnishing and installing service connection and including, but not limited to, service saddle, corporation stop, copper tubing, fittings, meter box, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 14 Furnish and Install 2-inch Water Service: Work under this item shall include furnishing and installing service connection and including, but not limited to, service saddle, corporation stop, copper tubing, fittings, meter box, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 15 Furnish and Install 6-inch Fire Hydrant Assembly: Work under this item shall include removing existing fire hydrant and valve (if applicable) and returning removed fire hydrant to CNB Utilities Yard, furnishing and installing a new fire hydrant assembly, including but not limited to, fire hydrant, breakable spool, fire hydrant bury, PVC pipe, 6-inch ductile iron resilient wedge gate valve, valve operator, valve box and cover, valve extension, fittings, pavement and sidewalk removal, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, metallic warning tape or locater wire, removing, abandoning, or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 16 Furnish and Install Temporary Water Main Bypass System: Work under this item shall include, but is not limited to, all labor, materials, tools, and equipment required to provide a complete temporary water main bypass system ("highline") and temporary water services for continuous water services. This includes, but not limited to: preparation and submittal of a water bypass plan; furnishing and installing temporary bypass piping, valves, and fittings; testing, disinfection, and certification of the bypass system; providing advance notice to all impacted property owners; maintaining continuous water service during construction; removal of the temporary bypass system and water service line after completion of permanent water main installation; restoration of water main service and all disturbed existing improvements; all incidental work necessary to complete the bypass system installation and removal in place, in accordance with the plans, specifications, and applicable City standards Item No. 17 Pressure Test, Disinfect, and Flush Water Main: Work under this item shall include successful completion of pressure testing, disinfection, and flushing of new water mains, in accordance with the plans, specifications, and applicable City standards. Item No. 18 Pothole Utilities and Connections: Work under this item shall include potholing of all utilities and connections prior to pipeline construction including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, excavation, exposing existing utility or point of connection, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work items as required to complete the work in place. Item No. 19 Trench Dewatering and Discharge: Work under this item shall include, but is not limited to, all labor, materials, and equipment (including a well point or equivalent dewatering system) required to implement dewatering of groundwater from trenches and excavations associated with pipeline and appurtenance installation. This includes, but is not limited to: preparation and submittal of a Dewatering Plan; obtaining necessary permits from the City and applicable regulatory agencies; groundwater quality testing and preparation of an application for the OCSD Special Purpose Discharge Permit; payment of permit fees; Implementation of permit requirements, including installation and operation of desilting tanks, meters, and any other required facilities; ongoing monitoring, testing, and reporting per OCSD permit conditions; proper discharge and disposal of groundwater in full compliance with permit and environmental requirements; all other appurtenant work necessary to complete dewatering activities in place. Item No. 20 Cold Mill 2" Existing Asphalt Concrete Pavement: Work under this item shall include, but not be limited to, all labor, tools, and equipment costs for cold milling minimum 2 inches of existing asphalt concrete pavement across the full width of the driving lane, along the pipe trench, and at all street excavation areas. The work includes hauling and offsite disposal of all milled material, and all other incidental work required to complete the cold milling in place, in accordance with the plans, specifications, and applicable City standards. Item No. 21 Furnish and Install Asphalt Concrete Base Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing, placing, and compacting 4 inches of asphalt base course on a prepared aggregate base, along the pipe trench and at all street excavation areas. The work shall be performed in accordance with the plans, specifications, and applicable City standards, and shall include all associated items necessary to complete the work in place. Item No. 22 Furnish and Install Asphalt Concrete Finish Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying tack coat and furnishing, spreading, compacting, and joint flushing a minimum 2-inch asphalt concrete finish course over the pipe trench, street excavation areas, any cold -milled pavement surfaces and any other lane damaged during construction. All work shall be completed in accordance with the plans, specifications, and applicable City standards, and shall include all incidental work required to provide a finished surface in place. Item No. 23 Remove and Construct Concrete Alley Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing alley approach, grading, and compacting subgrade, placing and compacting crushed miscellaneous base, constructing concrete alley approach, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 24 Remove and Construct Residential Driveway Approach: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing residential driveway approach, grading, and compacting subgrade, constructing concrete residential driveway approach per plans, specifications, and City standards, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 25 Remove and Construct 8-inch Thick PCC Alley/Street Pavement: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs, per plans, specifications, and City standards, for removing existing improvements and constructing 8-inch thick Portland Cement Concrete (PCC) alley or street pavement (5-foot minimum width) per plans, specifications, and City standards, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 26 Remove and Construct Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing concrete sidewalk, grading, and compacting subgrade, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 27 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $10,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 28 Provide Allowance for Unforeseen Conditions: An amount of $50,000 is to be included for unknown underground obstructions, as directed by the Engineer based on a time and materials basis. Item No. 29 Replace Damaged Landscaping/Hardscape: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for replacing any existing landscaping or hardscape damaged by work and all other work items as required to complete the work in place. Item No. 30 Furnish and Install 16-inch Ductile Iron Butterfly Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for furnishing and installing 16-inch ductile iron butterfly valves including the valve operator, valve box, cover, and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 31 Furnish and Install Water Services for Connections to Existing DCDA Backflow Devices: Work under this item shall include furnishing and installing 8-inch, 2- inch, and 1-inch service connections and including, but not limited to, service saddle, corporation stop, copper tubing, fittings, meter box, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 32 Remove and Construct Type B Concrete Curb: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing concrete curb, grading, and compacting subgrade, reconstructing existing curb openings and curb drains, constructing concrete curb, constructing asphalt concrete slot paving adjacent to the curb per specifications, and City standards, re -chiseling the curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. EAST IRVINE TERRACE: Item No. 1 Mobilization & Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the SWPPP Plan, preparing and updating construction schedules and phasing plans as requested by the Engineer, providing written notice to impacted property owners with methods approved by the City, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings, and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering, all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Excavation Safety: Work under this item shall include adequate sheeting, shoring, and bracing or equivalent methods for the protection of life and limb, which shall comply to all applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring, and bracing, and any other work necessary to conform to the requirements of any permits, OSHA, and the construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California labor Code. Item No. 4 Traffic Striping / Signage / Markers: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, installing temporary and permanent pavement striping, markings and markers, installing street signs and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 6 Cut and Plug & Abandon in Place Existing 6-inch ACP Water Main: Work under this item shall include furnishing all labor, materials, and equipment to cut and plug the existing 6-inch asbestos cement water main as show on the plans, remove and dispose of existing valves, and abandoning in place the existing water main, including, but not limited to, excavation, backfill, compaction, pavement removal and replacement, removing and disposing of pipes as necessary, and all other work items as required to complete the work in place, in accordance with the plans, specifications and applicable regulations. Item No. 7 Remove Existing Valve, Valve Can, Lid, Riser, and Bury: Work under this item shall include pavement removal, removing the existing valve including, but not limited to, valve can, lid, riser and bury, plugging ends of existing main with slurry and abandoning existing water main in place, excavation, backfill, pavement replacement and all other work items as required to complete the work in place. Item No. 8 Furnish and Install 8-inch C900 PVC Water Main: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing pavement and conflicting improvements, temporary and permanent support, and protection of existing utilities, potholing, and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, grading, compacting, furnishing and installing 8- inch diameter C900 PVC DR-14 water main including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 9 Furnish and Install Connection to Existing Water Main Per Detail: Work under this item shall include, but not be limited to, removing and disposing of existing pavement or concrete and temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, confirming valve end fitting, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing PVC pipe, fittings, couplings, thrust blocks, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 10 Furnish and Install 8-inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for furnishing and installing 8-inch ductile iron resilient wedge gate valves including the valve operator, valve box, cover, and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 11 Furnish and Install Temporary In -line Valves for System Shutdowns: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for furnishing and installing 6-inch in -line valves for system shutdowns, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 12 Furnish and Install 1-inch Water Service: Work under this item shall include furnishing and installing service connection and including, but not limited to, service saddle, corporation stop, copper tubing, fittings, meter box, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 13 Furnish and Install 6-inch Fire Hydrant Assembly: Work under this item shall include removing existing fire hydrant and valve (if applicable) and returning removed fire hydrant to CNB Utilities Yard, furnishing and installing a new fire hydrant assembly, including but not limited to, fire hydrant, breakable spool, fire hydrant bury, PVC pipe, 6-inch ductile iron resilient wedge gate valve, valve operator, valve box and cover, valve extension, fittings, pavement and sidewalk removal, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, metallic warning tape or locater wire, removing, abandoning, or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 14 Pressure Test, Disinfect, and Flush Water Main: Work under this item shall include successful completion of pressure testing, disinfection, and flushing of new water mains, in accordance with the plans, specifications, and applicable City standards. Item No. 15 Pothole Utilities and Connections: Work under this item shall include potholing of all utilities and connections prior to pipeline construction including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, excavation, exposing existing utility or point of connection, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work items as required to complete the work in place. Item No. 16 Trench Dewatering and Discharge: Work under this item shall include, but is not limited to, all labor, materials, and equipment (including a well point or equivalent dewatering system) required to implement dewatering of groundwater from trenches and excavations associated with pipeline and appurtenance installation. This includes, but is not limited to: preparation and submittal of a Dewatering Plan; obtaining necessary permits from the City and applicable regulatory agencies; groundwater quality testing and preparation of an application for the OCSD Special Purpose Discharge Permit; payment of permit fees; Implementation of permit requirements, including installation and operation of desilting tanks, meters, and any other required facilities; ongoing monitoring, testing, and reporting per OCSD permit conditions; proper discharge and disposal of groundwater in full compliance with permit and environmental requirements; all other appurtenant work necessary to complete dewatering activities in place. Item No. 17 Cold Mill 2" Existing Asphalt Concrete Pavement: Work under this item shall include, but not be limited to, all labor, tools, and equipment costs for cold milling minimum 2 inches of existing asphalt concrete pavement across the full width of the driving lane, along the pipe trench, and at all street excavation areas. The work includes hauling and offsite disposal of all milled material, and all other incidental work required to complete the cold milling in place, in accordance with the plans, specifications, and applicable City standards. Item No. 18 Furnish and Install Asphalt Concrete Base Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing, placing, and compacting 4 inches of asphalt base course on a prepared aggregate base, along the pipe trench and at all street excavation areas. The work shall be performed in accordance with the plans, specifications, and applicable City standards, and shall include all associated items necessary to complete the work in place. Item No. 19 Furnish and Install Asphalt Concrete Finish Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying tack coat and furnishing, spreading, compacting, and joint flushing a minimum 2-inch asphalt concrete finish course over the pipe trench, street excavation areas, any cold -milled pavement surfaces and any other lane damaged during construction. All work shall be completed in accordance with the plans, specifications, and applicable City standards, and shall include all incidental work required to provide a finished surface in place. Item No. 20 Remove and Construct Concrete Cross Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing concrete cross gutter and spandrels, grading, and compacting subgrade, placing and compacting crushed miscellaneous base, installing smooth galvanized steel bars, constructing concrete cross gutter, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 21 Remove and Construct Concrete Curb and Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing concrete curb and gutter, grading, and compacting subgrade, reconstructing existing curb openings and curb drains, constructing concrete curb and gutter, constructing asphalt concrete slot paving adjacent to the curb and gutter per specifications, and City standards, re -chiseling the curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 22 Remove and Construct Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing concrete sidewalk, grading, and compacting subgrade, constructing concrete sidewalk, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 23 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $10,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 24 Provide Allowance for Unforeseen Conditions: An amount of $50,000 is to be included for unknown underground obstructions, as directed by the Engineer based on a time and materials basis. Item No. 25 Replace Damaged Landscaping/Hardscape: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for replacing any existing landscaping or hardscape damaged by work and all other work items as required to complete the work in place. Item No. 26 Relocate Existing Water Meters and Construct New 1-inch Water Service: Work under this item shall include relocating existing water meter to sidewalk, removing existing water service line, and furnishing and installing new service connection in accordance with City Standard 502. Such work include, but not limited to, service saddle, corporation stop, copper tubing, fittings, meter box, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, adjusting customer piping to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. SHORECLIFF COMMUNITY: Item No. 1 Mobilization & Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules and phasing plans as requested by the Engineer, providing written notice to impacted property owners with methods approved by the City, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings, and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering, all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Excavation Safety: Work under this item shall include adequate sheeting, shoring, and bracing or equivalent methods for the protection of life and limb, which shall comply to all applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring, and bracing, and any other work necessary to conform to the requirements of any permits, OSHA, and the construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California labor Code. Item No. 4 Traffic Striping / Signage / Markers: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, installing temporary and permanent pavement striping, markings and markers, installing street signs and posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 6 Remove Existing Pipe: Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of the existing (PVC, CIP, DIP) water pipe in accordance with local, state and federal regulations and all other work items as required to complete the work in place. Item No. 7 Remove Existing AC Pipe: Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of the existing asbestos cement pipe in accordance with local, state and federal regulations and all other work items as required to complete the work in place. Item No. 8 Furnish and Install 8-inch C900 PVC Water Main: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing pavement and conflicting improvements, temporary and permanent support, and protection of existing utilities, potholing, and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, grading, compacting, furnishing and installing 8- inch diameter C900 PVC DR-14 water main including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 9 Furnish and Install Connection to Existing Water Main: Work under this item shall include, but not be limited to, removing and disposing of existing pavement or concrete and temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, confirming valve end fitting, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing PVC pipe, fittings, couplings, thrust blocks, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 10 Furnish and Install 8-inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for furnishing and installing 8-inch ductile iron resilient wedge gate valves including the valve operator, valve box, cover, and valve extension, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 11 Furnish and Install 6-inch Fire Hydrant Assembly: Work under this item shall include removing existing fire hydrant and valve (if applicable) and returning removed fire hydrant to CNB Utilities Yard, furnishing and installing a new fire hydrant assembly, including but not limited to, fire hydrant, breakable spool, fire hydrant bury, PVC pipe, 6-inch ductile iron resilient wedge gate valve, valve operator, valve box and cover, valve extension, fittings, pavement and sidewalk removal, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, metallic warning tape or locater wire, removing, abandoning, or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 12 Furnish and Install 1-inch Water Service: Work under this item shall include furnishing and installing service connection and including, but not limited to, service saddle, corporation stop, copper tubing, fittings, meter box, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 13 Furnish and Install 2-inch Water Service: Work under this item shall include furnishing and installing service connection and including, but not limited to, service saddle, corporation stop, copper tubing, fittings, meter box, adapters, nuts, bolts, gaskets, pavement replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, removing existing service connection from existing main to meter, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 14 Cut and Plug & Abandon in Place Existing ACP Water Main: Work under this item shall include furnishing all labor, materials, and equipment to cut and plug the existing asbestos cement water main as show on the plans, remove and dispose of existing valves, and abandoning in place the existing water main, including, but not limited to, excavation, backfill, compaction, pavement removal and replacement, removing and disposing of pipes as necessary, and all other work items as required to complete the work in place, in accordance with the plans, specifications and applicable regulations. Item No. 15 Remove Existing Valve, Valve Can, Lid, Riser, and Bury: Work under this item shall include pavement removal, removing the existing valve including, but not limited to, valve can, lid, riser and bury, plugging ends of existing main with slurry and abandoning existing water main in place, excavation, backfill, pavement replacement and all other work items as required to complete the work in place. Item No. 16 Pressure Test, Disinfect, and Flush Water Main: Work under this item shall include successful completion of pressure testing, disinfection, and flushing of new water mains, in accordance with the plans, specifications, and applicable City standards. Item No. 17 Pothole Utilities and Connections: Work under this item shall include potholing of all utilities and connections prior to pipeline construction including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, excavation, exposing existing utility or point of connection, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work items as required to complete the work in place. Item No. 18 Trench Dewatering and Discharge: Work under this item shall include, but is not limited to, all labor, materials, and equipment (including a well point or equivalent dewatering system) required to implement dewatering of groundwater from trenches and excavations associated with pipeline and appurtenance installation. This includes, but is not limited to: preparation and submittal of a Dewatering Plan; obtaining necessary permits from the City and applicable regulatory agencies; groundwater quality testing and preparation of an application for the OCSD Special Purpose Discharge Permit; payment of permit fees; Implementation of permit requirements, including installation and operation of desilting tanks, meters, and any other required facilities; ongoing monitoring, testing, and reporting per OCSD permit conditions; proper discharge and disposal of groundwater in full compliance with permit and environmental requirements; all other appurtenant work necessary to complete dewatering activities in place. Item No. 19 Remove and Construct Concrete Cross Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing concrete cross gutter and spandrels, grading, and compacting subgrade, placing and compacting crushed miscellaneous base, installing smooth galvanized steel bars, constructing concrete cross gutter, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place, in accordance with the plans, specifications, and applicable City standards. Item No. 20 Cold Mill 2" Existing Asphalt Concrete Pavement: Work under this item shall include, but not be limited to, all labor, tools, and equipment costs for cold milling minimum 2 inches of existing asphalt concrete pavement across the full width of the driving lane, along the pipe trench, and at all street excavation areas. The work includes hauling and offsite disposal of all milled material, and all other incidental work required to complete the cold milling in place, in accordance with the plans, specifications, and applicable City standards. Item No. 21 Furnish and Install Asphalt Concrete Finish Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for applying tack coat and furnishing, spreading, compacting, and joint flushing a minimum 2-inch asphalt concrete finish course over the pipe trench, street excavation areas, any cold -milled pavement surfaces and any other lane damaged during construction. All work shall be completed in accordance with the plans, specifications, and applicable City standards, and shall include all incidental work required to provide a finished surface in place. Item No. 22 Furnish and Install Asphalt Concrete Base Course: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing, placing, and compacting 8 inches of asphalt base course on a prepared aggregate base, along the pipe trench and at all street excavation areas. The work shall be performed in accordance with the plans, specifications, and applicable City standards, and shall include all associated items necessary to complete the work in place. Item No. 23 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $10,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 24 Provide Allowance for Unforeseen Conditions: An amount of $50,000 is to be included for unknown underground obstructions, as directed by the Engineer based on a time and materials basis. Item No. 25 Replace Damaged Landscaping/Hardscape: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for replacing any existing landscaping or hardscape damaged by work and all other work items as required to complete the work in place. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-5 SLURRY SEAL 203-5.1 General Slurry seal shall be emulsion -aggregate slurry (EAS) conforming to 203-5.4. 203-5.4 Emulsion -Aggregate Slurry (EAS) 203-5.4.1 General Emulsion -aggregate slurry (EAS) shall be Type I-CQS-1 h conforming to 203-3 203-5.4.2 Materials 203-5.4.2.2 Emulsified Asphalt Emulsified asphalt shall be of quick set type. 203-5.4.2.4 Latex Latex shall be Ultrapure 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2'/2 percent of weight of the emulsified asphalt. Latex -added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III-B2-PG 64-10 (20% max RAP). SECTION 209 — PRESSURE PIPE 209-1 IRON PIPE AND FITTINGS 209-1.1 Ductile Iron Pipe 209-1.1.2 Materials All flanged pipe joints shall be joined utilizing Type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and transition couplings used to join pipes in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from stainless steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints. Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 Stainless Steel. Threads shall be coated with a liberal amount of anti - seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber. Ductile iron pipe fittings and valves buried underground shall be protected with a polyethylene encasement (plastic film wrap) in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8-mil thick polyethylene. SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES 212-5 VALVES 212-5.2 Butterfly Valves 212-5.2.1 General All butterfly valves shall be of the tight -closing, rubber -seat type, conforming to the design standards of ANSI/AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and/or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be manufactured by the Henry Pratt Co. or approved equal. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. All valves shall have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65-45-12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18-8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self-lubricating, corrosion -resistant, sleeve type. Bearings shall be designed for horizontal and/or vertical shaft loading. Shaft packing shall be self-adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF-61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI/AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI/AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators shall be provided with 316 stainless steel exterior body bolts. SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. Add Section 214-4.3 — Preformed Green Thermoplastic Markings 214-4.3 Preformed Green Thermoplastic Markings Green background bike lane and sharrow legends shall consist of preformed thermoplastic markings and be the Premark and 2Part sealer product by Ennis -Flint, Product No. "PM6902763" (4' x 7' arrow), "PM602766L" (4' x 7' bike lane symbol with person) and "PM602768L" (4' x 10' shared lane marking or sharrow) or approved equal. Layout for bike lane includes 4' x 6' solid green background separating the arrow and `bike lane symbol with person' with an overall 4' x 20' layout. The background/marking shall include the VIZI-GRIP treatment for anti-skid resistance and retroreflectivity on the white markings. Background shall be EF Bike Lane Green. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08-inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 1/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed from existing joint to existing joint. Alternatively, with prior approval from the Engineer, existing concrete may be neatly sawed to form straight edges to join proposed concrete improvements. Saw cuts on concrete surfaces shall be a minimum of two (2) inches deep. Saw cuts on asphalt pavement shall be full depth. Final removal between the sawcut lines may be accomplished using jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. SECTION 302 - ROADWAY SURFACING 302-1 COLD MILLING OF EXISTING PAVEMENT 302-1.1 General The milled pavement shall be paved with asphalt concrete (base course, leveling course or finish course) on the same day that the cold milling is performed. The limits of work for each working day or night shall extend only as far as both cold milling and placement of asphalt concrete can be completed to assure that no pavement is left milled without placement of asphalt concrete base course, level course or finish course at the end of each work day or night. 302-1.7 Work Site Maintenance In addition to the required motorized street sweepers following the cold milling machine, the Contractor shall provide two (2) additional motorized sweepers for the duration of the grinding and paving operation. 302-4 SLURRY SEAL SURFACING 302-4.8 Spreading and Application Slurry seal shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and/or pedestrians upon slurry that has not been sufficiently cured, the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Prior to applying slurry seal, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all locations with weeds shall be treated by an approved weed -killer before any slurry seal is applied. 302-4.9 Field Sampling and Testing Upon the Engineer's direction, the Contractor shall slurry seal a test section within the construction limits for each slurry seal mix design. The Contractor shall apply the slurry seal test section as directed by the Engineer. No slurry seal shall be applied until the test slurry seal section have been approved the Engineer. Field samples that do not meet the requirements of Table 302-4.9.1 shall be re -tested. The Contractor shall be responsible for all cost associated with the re -testing. Add Section 302-4.12 Rolling of Slurry Sealed Surface 302-4.12 Rolling of Slurry Sealed Surface Contractor shall roll all cul-de-sacs, turning knuckles, street ends and parking stalls with pneumatic (rubber) tire rollers. Pneumatic tire rollers shall conform to Section 302-2.3.5 Add Section 302-4.13 Street Sweeping and Cleanup 302-4.13 Street Sweeping and Cleanup Upon completion of the edge grinding operation, Contractor shall clean all sidewalks, parkways, driveways and gutters. Contractor shall provide street sweeping of all streets to pick up raveling sand. Street sweeping shall occur twice; one week and two weeks after placement of slurry seal. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks'/4-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4-inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. 302-5.4 Tack Coat Tack coat shall be trackless. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by using additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patch back shall be placed within 72 hours following concrete placement. Contractor shall provide field survey elevations twenty (20) feet on either side of the proposed concrete improvements along the flowline to confirm positive drainage. If positive drainage is not attainable, Contractor shall notify the Engineer prior to completing the concrete improvements. Concrete replacement shall extend from existing joint to existing joint. 303-5.4 Joints 303-5.4.1 General The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall repaint any red curb that is damaged or removed. The curb shall be repainted to match the original red curb lengths." Red Paint shall be "Red Fast Dry", Product Code 181 manufactured by American Traffic Products, Inc. or approved equal. Paint can be purchased by contacting Scott Givens, Roadline Products, 562-404-8889. The Contractor shall repaint any blue curb that is damaged or removed. The curb shall be repainted to match the original blue curb lengths. Curb marking shall be reinstalled within 48 hours from re -pouring of concrete curbs. Contractor shall place Temporary No Parking ANYTIME signs on barricades where red curb marking has been removed and maintain the signs until the curb marking has been replaced. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. 303-7 COLORED CONCRETE 303-7.1 General Delete the first sentence and replace with the following: Colored concrete shall be produced by Method B (Integral Color) as described in Section 303-7.3. SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES 306-2.7 Shutdowns of Existing Pipelines 306-2.7.3 Temporary Bypasses The Contractor will be responsible for the installation of a temporary by-pass system as described in these special provisions and the plans. The Contractor can commence installation of new mains once the temporary by-pass system is in place and has passed a disinfection test. The Contractor shall have the by- pass line inspected by City personnel prior to commencing the project. If at any time, the temporary by-pass water system is damaged, it will be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the City. The Contractor shall adhere to the following special provisions when installing temporary by-pass systems: 1. Water service shall be maintained to all customers at all times except as necessary to install the temporary by-pass system. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. It is recommended that two (2) 2-inch steel by-pass lines shall be installed, one on either side of the alley adjacent to the meter boxes. All temporary piping crossing streets shall be buried and paved flush with the existing surface. 3. The Contractor shall make arrangements with the City's Utilities Division for disinfection, bacteriological testing and certification of the by-pass systems. The Contractor shall be responsible for disinfection and flushing the by-pass systems as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. The Contractor will then remove meters and connect services to temporary by- pass systems. Upon acceptance by the City of new water mains, after the water services have been reinstalled by the Contractor, the Contractor will disconnect the temporary by-pass system at each service connection and reinstall meters. The temporary water main by-pass system installed at any given time shall not exceed the water services between any single alley section (from local street intersection to local street intersection) unless approved in writing by the City in advance of the work, including specific limits of the proposed by-pass. 306-5 DEWATERING The contractor shall provide and maintain at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water, from any source, entering the excavations or other parts of the work. Dewatering shall be accomplished by methods which will ensure a dry excavation and preservation of the lines and grades of the bottoms of excavations. For pipeline work, the methods may include sump pumps, deep wells, well points, suitable rock or gravel placed below the required bedding for draining, and other means. Dewatering for structures and pipelines shall commence when groundwater is first encountered and shall be continuous until such times as water can be allowed to rise in accord with the provisions of this section or other requirements. Standby pumping equipment shall be provided on the jobsite. A minimum of one standby unit (one for each ten in the event well points are used), shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for the accomplishment of the work. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor and shall comply with OCSD's Special Purpose Discharge Permit. See Section 7-5 (Permits) and Section 7-8.6.4 (Dewatering) for requirements. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. Conveyance of the water shall be such as to not interfere with traffic flow. Water shall be desilted before disposal to any sewer system. The system used for desilting the water shall be a baffled structure and shall provide not less than five minutes detention time and shall be designed to have a "flow -through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow -through limitations specified above. The Contractor shall ensure that all extracted and discharged water meets the OCSD's special Purpose Discharge Permit water quality criteria. 306-8 PREFABRICATED PRESSURE PIPE 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning The Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services. 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements with the City's Utilities Division for disinfection, bacteriological testing and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubation tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. Temporary painted striping shall be placed within 24 hours of removal. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the level course, finish course or slurry seal has been placed. The width of the temporary lane line stripes shall be one-half the width of the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without proper striping over a weekend or holiday. Stop bars and crosswalks shall not remain unpainted overnight. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 10 days but no later than 15 days. The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm (120 mil) thickness. Striping shall be applied by extrusion method. Sprayable thermoplastic striping shall not be allowed. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior to application of thermoplastic striping. The primer shall be formulated for the intended application. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete surface shall match the width of the striping. Add Section 314-4.7 — Application of Preformed Green Thermoplastic Markings 314-4.7 Application of Preformed Green Thermoplastic Markings Install preformed green thermoplastic markings per manufacturer's recommendations. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 10 days but not later than 15 days. SECTION 401 - REMOVAL 401-8 ASBESTOS MATERIAL The existing water system may include asbestos cement pipe (ACP). Contractor shall assume that all 6-inch and 8-inch ACP identified for abandonment or removal contains asbestos unless laboratory analysis proves otherwise. Contractor shall submit an Asbestos Work Plan, including procedures for notification, containment, handling, worker protection, and disposal. A certified Asbestos Abatement Contractor shall be used for any removal activities. Contractor shall notify the South Coast AQMD at least 10 working days in advance of any regulated asbestos -related demolition or removal. Abandonment in place of ACP shall include cutting, capping, and plugging using wet methods and full containment practices to prevent fiber release. Personnel performing asbestos -related work shall be trained and certified under AHERA or Cal/OSHA standards. Appropriate PPE and decontamination procedures shall be strictly followed. All removed ACP shall be wrapped, labeled, transported, and disposed of at an approved Class I landfill in accordance with hazardous waste transport and disposal regulations. PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 600 -ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of fourteen (14) calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City. The Contractor shall complete and distribute the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City "PERMIT PARKING ONLY" signs are available from the Engineer. In addition to the 10-day and 48-hour notices described above, the Contractor shall hand out two temporary parking permits to each residence adjacent to the alley construction. Temporary parking permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 6. Sidewalk closures shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 — MATERIALS 700-5 TRAFFIC SIGNAL MATERIALS 700-5.8 Detectors Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. SECTION 701 — CONSTRUCTION 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days after placement of pavement finish course. APPENDIX - A ORANGE COUNTY SANITATION DISTRICT SPECIAL PURPOSE DISCHARGE PERMIT (SPDP) APPLICATION AND SAMPLE APPLICATION APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT Permit No. A. Instructions Special Purpose Discharge Permits are limited term permits, with a maximum term of one year. For the Orange County Sanitation District (District) to properly evaluate and process a Special Purpose Discharge Permit, ■ The Permit Application form must be filled out completely. Your application will be returned to you if there is missing information. Clearly print or type the information requested. Please write "NIA" if the information being requested does not apply. ■ The Permit Application must be signed by the Chief Operating Officer or official company representative. The District will return your Permit Application if it is not signed by the proper company official. ■ The permit fees and other charges are due at the time the Permit Application is submitted. An application received without remittance will be returned. B. Applicant and Ownership Information Applicant Mailing Address Street Phone Number: ( ) Contact Name: Sewer Service Address: Street Please include a site map Complete Legal Entity Name City State Zip Code Fax Number: ( ) E-mail Address: List all Principal Owners / Major Shareholders of the site and/or business: Name Title Address Name Title Address Name Title Address For Corporations Only: City State Zip Code Year of Incorporation State of Incorporation Corporate Identification No. Prior to commencement of discharge to the local and regional sewerage system, in accordance with the policies and procedures set by the District, the permit applicant must apply for and receive a Special Purpose Discharge Permit from the District. The District may require that permit applicant enter into an agreement setting forth the terms under which the special purpose discharge is authorized in addition to or in lieu of issuance of the Special Purpose Discharge Permit. C. Project and Site Information Describe and submit the following (use additional sheets if necessary): 1. Describe project generating the discharge. Include site drawings and piping layout. 2. Reasons for the discharge request to the sewer system. 3. Analysis of the feasibility of other disposal alternatives (e.g., discharging into storm drains, reuse and reclamation, etc.). 4. Describe the following: ■ Is this a one-time discharge? Yes No ■ Do you project this discharge to last longer than one year? Yes ❑ No ■ Projected duration: Of project: Of discharge: ■ Does the facility on this site have a Wastewater Discharge Permit issued by he Orange County Sanitation District? ❑ Yes ❑ No If yes, provide Permit number: ■ Average daily flow (gpd) from this site: gpd ■ If this is a one-time discharge, indicate the total expected discharge for the project: ■ Rate of discharge: gpm • Hours of discharge: From: a.m. To: P.m. • Number of days per week of discharge: gallons n T PL■ Days of week of discharge (enter X): ue Wed Thu Fri Sat Sun Page 2 of 9 5. Location of discharge point: Include site drawings. 6. Contaminants present in the source of discharge and level of each contaminant. Constituent Level (mglL) Analytical Method Used Include analytical reports. 7. Detailed design and technical information (include drawings and attach additional information). ■ Pretreatment system provided to remove the contaminants. ■ Equipmentlstructure and method to prevent pass -through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. ■ Best management practices and pollution prevention strategies designed to minimize or eliminate the proposed discharge to the sewer. ■ System to measure and record the discharge to the sewer system (see Attachment 157 for effluent flow meter installation requirements). Page 3 of 9 If effluent measuring device is already installed, please provide the following: Date of last calibration: Type of calibration: Hydraulic Instrumentation Calibration performed in situ? Yes ❑ No The calibration of an existing effluent meter may be acceptable to the District only if: ■ performed in -situ, ■ performed within 30 days prior to this application submittal and in accordance with Attachment 16Z and ■ required calibration report (Attachment 162) is submitted with this application. 8. Provisions for District's staff to gain access to the effluent sample point and measuring device for the purpose of verifying compliance. Designate your company's authorized local associate that District's staff can contact to gain access to the sample point and measuring device(s): Name: Address: Street Title: Phone Number: ( ) E-mail: D. Additional Requirements and Certification Please complete and provide the following documents with your application: ■ Certification of Accuracy of Information ■ Sewer Connection Verification Statement ■ Certification of Responsible Officer ■ Option to Designate Signatory (Optional) City State Zip Code Page 4 of 9 APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT Permit No. A. Instructions Special Purpose Discharge Permits are limited term permits, with a maximum term of one year. For the Orange County Sanitation District (District) to properly evaluate and process a Special Purpose Discharge Permit, ■ The Permit Application form must be filled out completely. Your application will be returned to you if there is missing information. Clearly print or type the information requested. Please write "NIA" if the information being requested does not apply. ■ The Permit Application must be signed by the Chief Operating Officer or official company representative. The District will return your Permit Application if it is not signed by the proper company official. ■ The permit fees and other charges are due at the time the Permit Application is submitted. An application received without remittance will be returned. B. Applicant and Ownership Information Applicant: �i�lr'LU S j!�-7N('//VEEE/N�, /A)C , Complete Legal Entity Name Mailing Address: aQA)S% qt , M j 7 (o Street city State State Zip Code Phone Number: q) 7 % q $ O Fax Number: ( ) Contact Name: V-P Vj h, PPI,,--, E-mail Address: h016:21n j,ppi,e p cl ynn t- nS •C' Sewer Service a Cpoc�o r\J PINj2OYk QCh &� Address: Street city State Zip Code Please include a site map List all Principal Owners /Major Shareholders of the site and/orbusiness: G �rhr 0 F N6. J fan4- C*At -- 100 ckvm c6ojyr OR- Nf ffAf- 6cnc u7 C* 9}660 Name Title Address Name Title Address Name Title Address For Corporations Only: Year of Incorporation State of Incorporation Corporate Identification No. Prior to commencement of discharge to the local and regional sewerage system, in accordance with the policies and procedures set by the District, the permit applicant must apply for and receive a Special Purpose Discharge Permit from the District. The District may require that permit applicant enter into an agreement setting forth the terms under which the special purpose discharge is authorized in addition to or in lieu of issuance of the Special Purpose Discharge Permit. C. Project and Site Information Describe and submit the following (use additional sheets if necessary): 1. Describe project generating the discharge. �' 0�4 /M Include site drawings and piping layout. 1 V\A0 S eGUet 2. Reasons for the discharge request to the sewer system. To low e-r -f-� rz�'vnrr wc4ev /'PAP/ So w cr (G Can l LOmy�Ge---(e b �5a,606/ 04 d - -PELc (o n4-ty On _1:1� [)\,) Q-4--er m a t V? s alai S�-/v/iKnC . 3. Analysis of the feasibility of other disposal alternatives (e.g., discharging into storm drains, reuse and reclamation, etc.). 4. Describe the following: ■ Is this a one-time discharge? Yes ©No ■ Do you project this discharge to last longer than one year? ■ Projected duration: Of project: —( M cry--V» ■ Does the facility on this site have a Wastewater Discharge Permit issued by he Orange County Sanitation District? If yes, provide Permit number: 1-1 Yes ® No Of discharge: G% M Oaf- S ❑ Yes No ■ Average daily flow (gpd) from this site: ';Lr L/® Q gpd ■ If this is a one-time discharge, indicate the total expected discharge for the project: ■ Rate of discharge: 5 gpm ■ Hours of discharge: From: —7: ©e) a.m. To: S = OCR p.m. ■ Number of days per week of discharge: ■ Days of week of discharge (enter X): gallons Mon Tue Wed Thu Fri Sat Sun X:�: "If I,< 4 Page 2 of 9 5. Location of discharge point: 62pc?re--{- e>e6ue-r menac% j� c6,rl-en4 { o r^a-i Liar-) c kq sfr'Oek Z1Q k�e ave� Mc� rCUs eve 5 2•-7d <f (, a C%dcr� �0'4 G2101' '!i'a a.'� jt Include site drawings. 6. Contaminants present in the source of discharge and level of each contaminant. Constituent Level (mg/L) Include analytical reports. 7. Detailed design and technical information (include drawings and attach additional information). ■ Pretreatment system provided to remove the contaminants. Analytical Method Used iNTMI •1 �� o ! V r i ' • _ • u u • •NOR_ ■ Equipment/structure and method to prevent pass -through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. -f ,Prime-, f S G! 'S e-L UP 4-0 NOO fS Y(i/IG, 4 Gv, / 1 fit (��- r-i7i�rz pvmR-, gfo S4crr-f- wIneyi `H&f Wc4e r reaC(10-5 Ci C 4? r-4a r n moo) n -f ZNS E , �LL h2v m 12S Of Y- 0 cc (� Lb U j2 +Fc) (L Gini1/�OX(��cOY ['I'1C�`I CC?? -)ice, 7vr"r(. D ■ Best management practices and pollution prevention strategies designed to minimize or eliminate the proposed discharge to the sewer. ■ System to measure and record the discharge to the sewer system (see Attachment 157 for effluent flow meter installation requirements). 2/�,���� � � M&ryn Ww�, 96r r�-n 0r1 Qtw_ eta* ott �kutwn t*-J - T-0 915'C'H-AA'6* A*+ ,om jT!5, (sc% kt?x*UFc,i Ptfo rb Page 3 of 9 If effluent measuring device is already installed, please provide the following: �`_l .. Date of last calibration: �^, VIA& � FKA4A %, W • (S61& m r'�"�' k �ek SAW) Type of calibration: ❑ Hydraulic ❑ Instrumentation Calibration performed in situ? ❑ Yes ❑ No The calibration of an existing effluent meter may be acceptable to the District only if. ■ performed in -situ, ■ performed within 30 days prior to this application submittal and in accordance with Attachment 16Z and ■ required calibration report (Attachment 162) is submitted with this application. 8. Provisions for District's staff to gain access to the effluent sample point and measuring device for the purpose of verifying compliance. MWA- ufU-1- 64- 6AX 7% 91srny4 Aar &L TIM&S Designate your company's authorized local associate that District's staff can contact to gain access to the sample point and measuring device(s): Name: M y-2 W h.M22 W_ Title: P('c-) )eC�— M a Vl Q IV� Address: 2 S-1 V t (o rant ca&¢, S4- /-t-n a Al ivy\ CA- If 7 V0& Street City State Zip Code Phone Number: (-7 fq) L-(Z - qE-mail: MW tn'%pgjvtaefIrk3, D. Additional Requirements and Certification Please complete and provide the following documents with your application: ■ Certification of Accuracy of Information ■ Sewer Connection Verification Statement ■ Certification of Responsible Officer ■ Option to Designate Signatory (Optional) Page 4 of 9 Certification of Accuracy of Information 1 have personally examined and am familiar with the information submitted in the attached document, and I hereby certify under penalty of law that the submitted information is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment. Official Company Representative: Name: Al" NahPPLG Signature: Title: �/Gp �+4r✓ih-(r(. Date: 7' IR 1 17 Name of the person to contact concerning information provided in this application: Name: AV* W 0+1 PiPt'C- Address: d$? 1 G - Cote.J AM 5r -6=IM4 C* ft- $0 6 Title: 0107G-Gr m4ej)y k,&- Telephone: C7N) 71/).- 7940 Page 5 of 9 Sewer Connection Verification Statement Connection to District's Sewer System (Trunklines) Connection Permit No.: Connection Address: Discharge Pipe Size: Receiving Trunkline Name / Size: Date Connection/Inspection Fees Paid: inches Maximum Flow Rate: xD Connection to Local Sewer (Collection) Systems Local Sewerage Agency: City of Newport Beach Connection/Encroachment Permit No. (if applicable): Under contract with City Connection Address: Various locations in West Newport Beach Maximum Allowed by Local Sewerage Agency: Varies gpm gpm / inches Name and Title of Local Agency Contact: Michael J. Sinacori, P.E., Assistant City Engineer Contact's Phone No: 949 ) 644-3342 Page 6 of 9 Certification of Responsible Officer I, the undersigned, do hereby certify that 1 meet the definition of a Responsible Officer, as outlined below: A responsible officer is defined as: 1. For a corporation: a. a president, secretary, treasurer, or vice-president in charge of a principle business function, or any other person who performs similar policy- or decision -making functions for the corporation, or b. the manager of one or more manufacturing, production, or operating facilities provided, the manager is authorized to assure long-term environmental compliance with environmental laws and regulations; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship: a general partner or proprietor, respectively. 3. For a public agency: a general manager, department manager, or supervisor of a public agency who performs policy - or decision -making functions for the public agency. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater discharge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to establish a new Responsible Officer. Name of Responsible Officer: Michael J. Sinacori, P.E. (Please Print or Type) Signature: Title: Assistant City Engineer Date: 7-26-17 Permit No.: Company Name: City of Newport Beach E-mail Address: Msinacori@newportbeachca.gov NOTE: All correspondence regarding permit, enforcement, and self -monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violation, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if properly authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the District must be notified in writing and the appropriate form must be submitted. Page 7 of 9 Certification of Responsible Officer I, the undersigned, do hereby certify that 1 meet the definition of a Responsible Officer, as outlined below. A responsible officer is defined as: 1. For a corporation: a. a president, secretary, treasurer, or vice-president in charge of a principle business function, or any other person who performs similar policy- or decision -making functions for the corporation, or b. the manager of one or more manufacturing, production, or operating facilities provided, the manager is authorized to assure long-term environmental compliance with environmental laws and regulations; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship: a general partner or proprietor, respectively. 3. For a public agency: a general manager, department manager, or supervisor of a public agency who performs policy - or decision -making functions for the public agency. 1 accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater dis harge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to estish a new Responsible Officer. Name of Responsible Officer: � ��C� .Ju 5 u Signature: Title: Date: 7 Il9 10 Permit No.: Company Name: &wutS "n•u&, 2,7� E-mailAddress: (Y+hNr►r,rc..co NOTE: All correspondence regarding permit, enforcement, and self -monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violation, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if properly authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the District must be notified in writing and the appropriate form must be submitted. Page 7 of 9 t A r ORANGE COUNTY SANITATION DISTRICT APPLICATION FOR 9o�c HE EMP SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION PACKAGE CHECKLIST Date of last regular discharge (Not Including purge water for sampling): SUBMITTED ® PERMIT APPLICATION ® PERMIT FEE REMITTANCE ($2,427.56 for New Permit effective July 1, 2017 and $1,500.00 for Renewal) (Include a copy of the check) INFORMATION AND DRAWINGS REQUIREMENTS: ® I. Current Site Drawing and Process Flow Sketch ® ll. Influent Lab Analysis ® III. Certificate of Responsible Officer ❑ IV. Option to Designate Signatory ® V. Effluent Meter In Situ Hydraulic Calibration Report ® VI. Sewer Connection Verification Statement ® VII. Certification of Accuracy of Information ❑ Other: The items checked above were submitted. Applicant Signature Date Note 1: All Signatures must be from the Responsible Officer or Designated Signatory. Consultant Signatures will not be accepted. Note 2: This checklist must be submitted with the SPDP Permit Application. Page 9 of 9 TestAmerica ° THE LEADER IN ENVIRONMENTAL TESTING ANALYTICAL REPORT TestAmerica Laboratories, Inc. TestAmerica Irvine 17461 Derian Ave Suite 100 Irvine, CA 92614-5817 Tel: (949)261-1022 T estAmerica Job ID: 440-188379-1 Client Project/Site: Newport Beach - Water - PEI #1073 Foi Paulus Engineering, Inc 2871 E. Coronado St Anaheim, California 92806 Attn: Mike Whipple A'Z- Authorized for release by. 712412017 4: 53:32 PM Lena Davidkova, Project Manager II (949)261-1022 Jena.davidkova@testamericainc.com The test results in this report meet all 2003 NELAC and 2009 TNI requirements for accredited parameters, exceptions are noted in this report. This report may not be reproduced except in full, and with written approval from the laboratory. For questions please contact the Project Manager at the e-mail address or telephone number listed on this page. This report has been electronically signed and authorized by the signatory. Electronic signature is intended to be the legally binding equivalent of a traditionally handwritten signature. Results relate only to the items tested and the sample(s) as received by the laboratory. Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Table of Contents TestAmerica Job ID: 440-188379-1 Cover Page .............................................. 1 Table of Contents ......................................... 2 Sample Summary ......................................... 3 Case Narrative ........................................... 4 Client Sample Results ...................................... 5 Method Summary ......................................... 7 Lab Chronicle ............................................ 8 QC Sample Results ........................................ 9 QC Association Summary ................................... 19 Definitions/Glossary....................................... 22 Certification Summary ...................................... 23 Chain of Custody .......................................... 24 Receipt Checklists ......................................... 25 41 TestAmerica Irvine Page 2 of 25 7/24/2017 Sample Summary Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Lab Sample ID Client Sample ID Matrix Collected Received 440-188379-1 Grab Water 07/14/1711:12 07/14/1712:00 TestAmerica Irvine Page 3 of 25 7/24/2017 Case Narrative Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Job ID: 440-188379-1 Laboratory: TestAmerica Irvine Narrative Job Narrative 440-188379-1 Comments No additional comments TestAmerica Job ID: 440-188379-1 Receipt The sample was received on 7/14/2017 12:00 PM; the sample arrived in good condition, properly preserved and, where required, on ice The temperature of the cooler at receipt was 3.40 C. Receipt Exceptions The following sample was activated for TDS analysis by the client on 7/20/17: Grab (440-188379-1). This analysis was not originally requested on the chain -of -custody (COC). GC/MS VOA No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. GC Semi VOA Method(s) 608: Insufficient sample volume was available to perform a.matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-418052 and analytical batch 440-418372.The laboratory control sample (LCS) was performed in duplicate to provide precision data for this batch.(LCS 440-418052/4-A) Method(s) 608: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-418052 and analytical batch 440-418070. The laboratory control sample (LCS) was performed in duplicate to provide precision data for this batch. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. Metals No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. General Chemistry Method(s) SM 4500 S2 D: The following sample was diluted due to purple color: Grab (440-188379-1). Elevated reporting limits (RL) are provided. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. Organic Prep Method(s) 1664A: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-417477 and analytical batch 440-417491. The Laboratory Control Sample (LCS) was performed in duplicate to provide precision data for this batch Method(s) 1664A: Analysis for Hexane Extractable Material (HEM) was performed for the following sample: Grab (440-188379-1). Since the HEM result(s) was below the reporting limit (RL), the result(s) for Silica Gel Treated - Hexane Extractable Material (SGT-HEM) was reported as a non -detect. All HEM quality control criteria were met. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. VOA Prep No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. TestAmerica Irvine Page 4 of 25 7/24/2017 Client Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Lab Sample ID: 440-188379-1 Date Collected: 07/14/17 11:12 Matrix: Water Date Received: 07/14/17 12:00 Method: 8260B SIM - Volatile Organic Compounds (GC/MS) Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 1,4-Dioxane <0.50 2.0 0.50 ug/L 07/17/17 21:30 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac Dibromofluoromethane (Surf) 90 80 -120 07/17/17 21:30 1 Method: 608 - Organochlorine Pesticides in Water Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 4,4'-DDD <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 4,4'-DDE <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 4,4'-DDT <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Aldrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 alpha-BHC <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 beta-BHC <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Chlordane (technical) <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/19/17 18:43 1 delta-BHC <0.050 0.20 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Dieldrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endosulfan 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endosulfan 11 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endosulfan sulfate <0.10 0.20 0.10 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endrin aldehyde <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endrin ketone <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 gamma-BHC (Lindane) <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Heptachlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Heptachlor epoxide <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Methoxychlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Toxaphene <2.5 5.0 2.5 ug/L 07/19/17 08:25 07/19/17 18:43 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac Tetrachloro-m-xylene 74 16 -115 07/19/17 08:25 6711911 118.43 1 DCB Decachlorobiphenyl (Surr) 52 10 -149 07119117 08:25 07119117 18:43 1 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Aroclor 1221 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1232 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1016 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1242 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1248 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1254 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1260 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac DCB Decachlorobiphenyl (Surr) 52 26- 115 07/19/17 08:25 07/20/17 11:51 1 Method: 200.7 Rev 4.4 - Metals (ICP) - Total Recoverable Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Arsenic 0.10 0.010 0.0089 mg/L 07/18/1715:46 07/19/1713:23 1 Cadmium <0.0025 0.0050 0.0025 mg/L 07/18/1715:46 07/1911713:23 1 Chromium 0.12 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:23 1 Copper 0.075 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 1 TestAmerica Irvine Page 5 of 25 7/24/2017 Client Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07/14/17 11:12 Date Received: 07/14/17 12:00 Method: 200.7 Rev 4.4 - Metals (ICP) - Total Recoverable (Continued) TestAmerica Job ID: 440-188379-1 Lab Sample ID: 440-188379-1 Matrix: Water Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Lead 0.040 0.0050 0.0038 mg/L 07/18/1715:46 07/19/1713:23 Molybdenum 0.071 0.020 0.010 mg/L 07/18/1715:46 07/19/1713:23 Nickel 0.079 0.010 0.0050 mg/L 07/1811715:46 07/19/1713:23 Selenium <0.0087 0.010 0.0087 mg/L 07/18/1715:46 07/19/1713:23 Silver <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 Zinc 0.26 0.020 0.012 mg/L 07/18/1715:46 07119/1713:23 Method: 245.1 - Mercury (CVAA) Analyte Result Qualifier RL MDL Unit Mercury <0.00010 0.00020 0.00010 mg/L General Chemistry Analyte Result Qualifier RL HEM (Oil & Grease) <1.5 5.2 SGT-HEM (Oil and Grease - Nonpolar) <1.5 5.2 Total Dissolved Solids 1100 10 Cyanide, Total <0.013 0.025 Ammonia (as N) 3.5 1.0 Total Sulfide <0.054 0.10 Dil Fac 1 1 1 1 1 1 D Prepared Analyzed Dil Fac 07/17/17 23:31 07/18/17 17:33 1 MDL Unit D Prepared Analyzed 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 5.0 mg/L 07/21/17 08:06 0.013 mg/L 07/21/1711:40 07/24/1715:34 0.50 mg/L 07/19/1717:23 0.054 mg/L 07/18/1716:11 Dil Fac 1 1 1 1 5 2 Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac �Analyte Biochemical Oxygen Demand <2.0 2.0 2.0 mg/L 07/14/ 77 15:17 1 General Chemistry - Dissolved Analyte Result Qualifier RL MDL Unit D Prepared Analyzed oil Fac Sulfide, Dissolved <0.027 HF 0.050 0.027 mg/L 07/17/1 115.10 07/18/17 13:57 1 TestAmerica Irvine Page 6 of 25 7/24/2017 Method Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Laboratory Method Method Description Protocol 8260B SIM Volatile Organic Compounds (GC/MS) SW846 TAL IRV 608 Organochlorine Pesticides in Water 40CFR136A TAL IRV 608 Polychlorinated Biphenyls (PCBs) (GC) 40CFR136A TAL IRV 200.7 Rev 4.4 Metals (ICP) EPA TAL IRV 245.1 Mercury (CVAA) EPA TAL IRV 1664A HEM and SGT-HEM 1664A TAL IRV SM 2540C Solids, Total Dissolved (TDS) SM TAL IRV SM 4500 CN E Cyanide, Total SM TAL IRV SM 4500 NH3 G Ammonia SM TAL IRV SM 4500 S2 D Sulfide, Total SM TAL IRV SM5210B BOD, 5 Day SM TAL IRV Protocol References: 1664A = EPA-821-98-002 40CFR136A = "Methods for Organic Chemical Analysis of Municipal Industrial Wastewater", 40CFR, Part 136, Appendix A, October 26, 1984 and subsequent revisions. EPA = US Environmental Protection Agency SM = "Standard Methods For The Examination Of Water And Wastewater', SW846 = "Test Methods For Evaluating Solid Waste, Physical/Chemical Methods", Third Edition, November 1986 And Its Updates. Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Derian Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 TestAmerica Irvine Page 7 of 25 7/24/2017 Lab Chronicle Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07/14/17 11:12 Date Received: 07/14/17 12:00 TestAmerica Job ID: 440-188379-1 Lab Sample ID: 440-188379-1 Matrix: Water Batch Batch Dil Initial Final Batch Prepared Prep Type Type Method Run Factor Amount Amount Number or Analyzed Analyst Lab Total/NA Analysis 82609SIM 1 10 mL 10 mL 417740 07/17/17 21:30 GK TAL IRV Total/NA Prep 608 250 mL 2 mL 418052 07/19/17 08:25 FTD TAL IRV Total/NA Analysis 608 1 418070 07/19/17 18:43 KS TAL IRV Total/NA Prep 608 250 mL 2 mL 418052 07/19/17 08:25 FTD TAL IRV Total/NA Analysis 608 1 418372 07/20/17 11:51 IVA TAL IRV Total Recoverable Prep 200.2 25 mL 25 mL 417923 07/18/17 15:46 JL TAL IRV Total Recoverable Analysis 200.7 Rev 4.4 1 418136 07/19/17 13:23 EN TAL IRV Total/NA Prep 245.1 20 mL 20 mL 417767 07/17/17 23:31 DB TAL IRV Total/NA Analysis 245.1 1 418223 07/18/17 17:33 EN TAL IRV Total/NA Prep 1664A 965 mL 1000 mL 417477 07/15/17 06:38 JC1 TAL IRV Total/NA Analysis 1664A 1 417491 07/15/17 08:43 JC1 TAL IRV Total/NA Analysis SM 2540C 1 100 mL 100 mL 418541 07/21/17 08:06 XL TAL IRV Total/NA Prep Distill/CN 50 mL 50 mL 418607 07/21/17 11:40 EC1 TAL IRV Total/NA Analysis SM 4500 CN E 1 419060 07/24/17 15:34 EC1 TAL IRV Total/NA Analysis SM 4500 NH3 G 5 0.8 mL 8 mL 418202 07/19/17 17:23 MMH TAL IRV Dissolved Prep SM 4500 S2 B 7.5 mL 7.5 mL 417684 07/17/17 15:10 HTL TAL IRV Dissolved Analysis SM 4500 S2 D 1 7.5 mL 7.5 mL 417890 07/18/17 13:57 HTL TAL IRV Total/NA Analysis SM 4500 S2 D 2 7.5 mL 7.5 mL 417928 07/18/17 16:11 HTL TAL IRV Total/NA Analysis SM5210B 1 417307 07/14/17 15:17 MMP TAL IRV Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Derian Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 TestAmerica Irvine Page 8 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: 8260B SIM - Volatile Organic Compounds (GC/MS) Lab Sample ID: MB 440-417740/2 Matrix: Water Analysis Batch: 417740 MB MB Analyte Result Qualifier RL MDL Unit 1,4-Dioxane <0.50 2.0 0.50 ug/L MB MB Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surr) 89 80-120 Lab Sample ID: LCS 440-417740/3 Matrix: Water Analysis Batch: 417740 Analyte 1,4-Dioxane TestAmerica Job ID: 440-188379-1 Client Sample ID: Method Blank Prep Type: Total/NA D Prepared Analyzed Dil Fac 07/17/17 19:56 1 Prepared Analyzed Dil Fac 07/17/1719:56 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 10.0 10.2 ug/L 102 70 -125 LCS LCS Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surr) 90 80-120 Lab Sample ID: 440-188379-1 MS Matrix: Water Analysis Batch: 417740 Sample Sample Analyte Result Qualifier 1,4-Dioxane <0.50 MS MS Surrogate %Recovery Qualifier Dibromofluoromethane (Surr) 90 Lab Sample ID: 440-188379-1 MSD Matrix: Water Analysis Batch: 417740 Sample Sample Analyte Result Qualifier 1,4-Dioxane <0.50 MSD MSD Surrogate %Recovery Qualifier Dibromofluoromethane (Surr) 92 Client Sample ID: Grab Prep Type: Total/NA Spike MS MS %Rec. Added Result Qualifier Unit D %Rec Limits 10.0 10.5 ug/L 105 70-130 Limits 80-120 Client Sample ID: Grab Prep Type: Total/NA Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 10.0 11.6 ug/L 116 70 -130 10 30 Limits 80 -120 Method: 608 - Organochlorine Pesticides in Water Lab Sample ID: MB 440-418052/1-A Matrix: Water Analysis Batch: 418070 Analyte 4,4'-DDD 4,4'-DDE 4,4'-DDT Aldrin alpha-BHC Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418052 MB MB Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac <0.050 0.10 0.050 ug/L 07/19/ 77 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 TestAmerica Irvine Page 9 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: 608 - Organochlorine Pesticides in Water (Continued) Lab Sample ID: MB 440-418052/1-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac beta-BHC <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Chlordane (technical) <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/19/17 17:59 1 delta-BHC <0.050 0.20 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Dieldrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endosulfan 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endosulfan II <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endosulfan sulfate <0.10 0.20 0.10 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endrin aldehyde <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endrin ketone <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 gamma-BHC (Lindane) <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Heptachlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Heptachlor epoxide <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Methoxychlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Toxaphene <2.5 5.0 2.5 ug/L 07/19/17 08:25 07/19/17 17:59 1 MB MS Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac Tetrachloro-m-xylene 81 16-115 07/19/17 08:25 07/19/17 17:59 1 DCB Decachlorobiphenyl (Surr) 80 10 -149 07119117 08:25 07119117 17:59 1 Lab Sample ID: LCS 440-418052/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits 4,4'-DDD 0.400 0.374 ug/L 93 31 -141 4,4'-DDE 0.400 0.374 ug/L 94 30 -145 4,4'-DDT 0.400 0.351 ug/L 88 25 -150 Aldrin 0.400 0.388 ug/L 97 42-122 alpha-BHC 0.400 0.401 ug/L 100 37-134 beta-BHC 0.400 0.357 ug/L 89 17 -147 delta-BHC 0.400 0.397 ug/L 99 19 -140 Dieldrin 0.400 0.390 ug/L 98 36 -146 Endosulfan 1 0.400 0.398 ug/L 99 45 -150 Endosulfan II 0.400 0.390 ug/L 97 10 -150 Endosulfan sulfate 0.400 0.375 ug/L 94 26 -144 Endrin 0.400 0.420 ug/L 105 30-147 Endrin aldehyde 0.400 0.371 ug/L 93 47-115 Endrin ketone 0.400 0.371 ug/L 93 52 -115 gamma-BHC (Lindane) 0.400 0.377 ug/L 94 32 -127 Heptachlor 0.400 0.372 ug/L 93 34 -115 Heptachlor epoxide 0.400 0.399 ug/L 100 37 -142 Methoxychlor 0.400 0.395 ug/L 99 55 -115 LCS LCS Surrogate %Recovery Qualifier Limits Tetrachloro-m-xylene 89 16- 115 DCB Decachlorobiphenyl (Surr) 76 10- 149 TestAmerica Irvine Page 10 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: 608 - Organochlorine Pesticides in Water (Continued) Lab Sample ID: LCSD 440-418052/3-A Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit 4,4'-DDD 0.400 0.366 ug/L 91 31 -141 2 35 4,4'-DDE 0.400 0.366 ug/L 91 30 -145 2 35 4,4'-DDT 0.400 0.348 ug/L 87 25 -150 1 35 Aldrin 0.400 0.383 ug/L 96 42-122 1 35 alpha-BHC 0.400 0.397 ug/L 99 37-134 1 35 beta-BHC 0.400 0.350 ug/L 88 17 -147 2 35 delta-BHC 0.400 0.390 ug/L 98 19-140 2 35 Dieldrin 0.400 0.388 ug/L 97 36-146 1 35 Endosulfan1 0.400 0.392 ug/L 98 45-150 1 35 Endosulfan 11 0.400 0.380 ug/L 95 10 -150 3 35 Endosulfan sulfate 0.400 0.375 ug/L 94 26 -144 1 35 Endrin 0.400 0.414 ug/L 104 30-147 1 35 Endrin aldehyde 0.400 0.363 ug/L 91 47-115 2 35 Endrin ketone 0.400 0.370 ug/L 93 52 -115 0 35 gamma-BHC(Lindane) 0.400 0.364 ug/L 91 32-127 3 35 Heptachlor 0.400 0.370 ug/L 92 34 -115 1 35 Heptachlor epoxide 0.400 0.392 ug/L 98 37 -142 2 35 Methoxychlor 0.400 0.393 ug/L 98 55-115 1 35 LCSD LCSD Surrogate %Recovery Qualifier Limits Tetrachloro-m-xylene 84 16-115 DCB Decachlorobiphenyl (Surr) 70 10-149 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) Lab Sample ID: MB 440-418052/1-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Aroclor 1221 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1232 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1016 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1242 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1248 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1254 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1260 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 MB MB Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac DCB Decachlorobiphenyl (Surr) 70 26-115 6711911 00825 07/20/17 11:11 1 Lab Sample ID: LCS 440-418052/4-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Aroclor 1016 4.00 3.47 ug/L 87 50 - 115 TestAmerica Irvine Page 11 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) (Continued) Lab Sample ID: LCS 440-418052/4-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Aroclor 1260 4.00 3.44 ug/L 86 10 -127 LCS LCS Surrogate %Recovery Qualifier DCB Decachlorobiphenyl (Surr) 70 Lab Sample ID: LCSD 440-418052/5-A Matrix: Water Analysis Batch: 418372 Analyte Aroclor 1016 Aroclor 1260 Limits 26-115 • Client Sample ID: Lab Control Sample Dup Prep Type: Total/NA Prep Batch: 418052 Spike LCSD LCSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 4.00 3.55 ug/L 89 50 -115 2 30 4.00 3.54 ug/L 89 10 -127 3 30 LCSD LCSD Surrogate %Recovery Qualifier Limits DCB Decachlorobiphenyl (Surr) 80 26-115 Method: 200.7 Rev 4.4 - Metals (ICP) Lab Sample ID: MB 440-417923/1-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Arsenic <0.0089 0.010 0.0089 mg/L 07/18/1715:46 07/1911713:19 1 Cadmium <0.0025 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:19 1 Chromium <0.0025 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:19 1 Copper <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 Lead <0.0038 0.0050 0.0038 mg/L 07/18/1715:46 07/19/1713:19 1 Molybdenum <0.010 0.020 0.010 mg/L 07/18/1715:46 07/19/1713:19 1 Nickel <0.0050 0.010 0.0050 mg/L 07118/1715:46 07/19/1713:19 1 Selenium <0.0087 0.010 0.0087 mg/L 07/18/1715:46 07/19/1713:19 1 Silver <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 Zinc <0.012 0.020 0.012 mg/L 07/18/1715:46 07/19/1713:19 1 Lab Sample ID: LCS 440-417923/2-A Matrix: Water Analysis Batch: 418136 Analyte Arsenic Cadmium Chromium Copper Lead Molybdenum Nickel Selenium Silver Spike LCS LCS Added Result Qualifier 0.500 0.500 0.500 0.524 0.500 0.516 0.500 0.503 0.500 0.512 0.500 0.525 0.500 0.515 0.500 0.494 0.250 0.240 Client Sample ID: Lab Control Sample Prep Type: Total Recoverable Prep Batch: 417923 %Rec. Unit D %Rec Limits mg/L 100 8-5-1 55 mg/L 105 85 -115 mg/L 103 85 -115 mg/L 101 85 -115 mg/L 102 85 -115 mg/L 105 85 -115 mg/L 103 85 -115 mg/L 99 85-115 mg/L 96 85 -115 TestAmerica Irvine Page 12 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: 200.7 Rev 4.4 - Metals (ICP) (Continued) Lab Sample ID: LCS 440-417923/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Zinc 0.500 0.506 mg/L 101 85 -115 Lab Sample ID: 440-188379-1 MS Client Sample ID: Grab Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Arsenic 0.10 0.500 0.616 mg/L 102 70 -130 Cadmium <0.0025 0.500 0.491 mg/L 98 70 -130 Chromium 0.12 0.500 0.676 mg/L 111 70-130 Copper 0.075 0.500 0.616 mg/L 108 70-130 Lead 0.040 0.500 0.528 mg/L 98 70 -130 Molybdenum 0.071 0.500 0.584 mg/L 103 70 -130 Nickel 0.079 0.500 0.598 mg/L 104 70-130 Selenium <0.0087 0.500 0.486 mg/L 97 70-130 Silver <0.0050 0.250 0.255 mg/L 102 70 -130 Zinc 0.26 0.500 0.786 mg/L 105 70 -130 Lab Sample ID: 440-188379-1 MSD Client Sample ID: Grab Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Arsenic 0.10 0.500 0.604 mg/L 100 70- 330 2 20 Cadmium <0.0025 0.500 0.483 mg/L 97 70-130 2 20 Chromium 0.12 0.500 0.644 mg/L 105 70-130 5 20 Copper 0.075 0.500 0.595 mg/L 104 70 -130 4 20 Lead 0.040 0.500 0.508 mg/L 94 70 -130 4 20 Molybdenum 0.071 0.500 0.562 mg/L 98 70-130 4 20 Nickel 0.079 0.500 0.571 mg/L 98 70 -130 5 20 Selenium <0.0087 0.500 0.465 mg/L 93 70-130 4 20 Silver <0.0050 0.250 0.250 mg/L 100 70-130 2 20 Zinc 0.26 0.500 0.753 mg/L 98 70 -130 4 20 Method: 245.1 - Mercury (CVAA Lab Sample ID: MB 440-41776711-A Matrix: Water Analysis Batch: 418223 MB MB Analyte Result Qualifier Mercury <0.00010 Lab Sample ID: LCS 440-417767/2-A Matrix: Water Analysis Batch: 418223 Analyte Mercury Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 417767 RL MDL Unit D Prepared Analyzed Dil Fac 0.00020 0.00010 mg/L 07/17/17 23:31 07/18/17 17:09 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 417767 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.00800 0.00725 mg/L 91 85 -115 TestAmerica Irvine Page 13 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Lab Sample ID: 550-85686-AB-1-F MS Matrix: Water Analysis Batch: 418223 Sample Sample Analyte Result Qualifier Mercury <0.00010 Lab Sample ID: 550-85686-AB-1-G MSD Matrix: Water Analysis Batch: 418223 Sample Sample Analyte Result Qualifier Mercury <0.00010 Spike MS MS Added Result Qualifier Unit 0.00800 0.00611 mg/L TestAmerica Job ID: 440-188379-1 Client Sample ID: Matrix Spike Prep Type: Total/NA Prep Batch: 417767 %Rec. D %Rec Limits 76 70-130 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA Prep Batch: 417767 Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 0.00800 0.00606 mg/L 76 70 -130 1 20 Method: 1664A - HEM and SGT-HEM Lab Sample ID: MB 440-41747711-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac HEM (Oil & Grease) <1.4 5.0 1.4 mg/L 07/15/17 06:38 07/15/17 08:43 1 Lab Sample ID: LCS 440-417477/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits HEM (Oil & Grease) 40.0 31.90 mg/L 80 78 -114 Lab Sample ID: LCSD 440-417477/3-A Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit HEM (Oil & Grease) 40.0 35.10 mg/L 88 78 -114 10 11 Method: SM 2540C - Solids, Total Dissolved (TDS) Lab Sample ID: MB 440-418541/1 Matrix: Water Analysis Batch: 418541 Analyte Total Dissolved Solids Lab Sample ID: LCS 440-418541/2 Matrix: Water Analysis Batch: 418541 Analyte Total Dissolved Solids Client Sample ID: Method Blank Prep Type: Total/NA MB MB Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac <5.0 10 5.0 mg/L 07/21/17 08:06 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 1000 984 mg/L 98 90-110 TestAmerica Irvine Page 14 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: SM 2540C - Solids, Total Dissolved (TDS) (Continued Lab Sample ID: 440-188487-J-2 DU Matrix: Water Analysis Batch: 418541 Sample Sample Analyte Result Qualifier Total Dissolved Solids 11000 Method: SM 4500 CN E - Cyanide, Total Lab Sample ID: MB 440-418607/1-A Matrix: Water Analysis Batch: 419060 MB MB Analyte Result Qualifier Cyanide, Total <0.013 Lab Sample ID: LCS 440-418607/2-A Matrix: Water Analysis Batch: 419060 Analyte LCyanide, Total Lab Sample ID: 440-188314-1-1-B MS Matrix: Water Analysis Batch: 419060 Sample Sample Analyte Result Qualifier Cyanide, Total <0.013 Lab Sample ID: 440-188314-1-1-C MSD Matrix: Water Analysis Batch: 419060 Sample Sample Analyte Result Qualifier Cyanide, Total <0.013 Method: SM 4500 NH3 G - Ammonia Lab Sample ID: MB 440-418202/10 Matrix: Water Analysis Batch: 418202 MB MB Analyte Result Qualifier Ammonia (as N) <0.10 Lab Sample ID: LCS 440-418202/11 Matrix: Water Analysis Batch: 418202 Analyte Ammonia (as N) Client Sample ID: Duplicate Prep Type: Total/NA DU DU RPD Result Qualifier Unit D RPD Limit 11000 mg/L 0 5 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418607 RL MDL Unit D Prepared Analyzed Dil Fac 0.025 0.013 mg/L 07/21/1711:40 07/24/1715:34 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 418607 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.200 0.188 mg/L 94 90 -110 Client Sample ID: Matrix Spike Prep Type: Total/NA Prep Batch: 418607 Spike MS MS %Rec. Added Result Qualifier Unit D %Rec Limits 0.200 0.165 mg/L 83 70 -115 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA Prep Batch: 418607 Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 0.200 0.159 mg/L 80 70 -115 4 15 Client Sample ID: Method Blank Prep Type: Total/NA RL MDL Unit D Prepared Analyzed Dil Fac 0.20 0.10 mg/L 07/19/1716:51 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 5.00 4.95 mg/L 99 90 -110 TestAmerica Irvine Page 15 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: SM 4500 NH3 G - Ammonia (Continued Lab Sample ID: MRL 440-418202/9 Matrix: Water Analysis Batch: 418202 Spike Analyte Added Ammonia (as N) 0.200 Lab Sample ID: 440-188462-N-1 MS Matrix: Water Analysis Batch: 418202 Sample Sample Spike Analyte Result Qualifier Added Ammonia (as N) 0.13 J 5.00 Lab Sample ID: 440-188462-N-1 MSD Matrix: Water Analysis Batch: 418202 Sample Sample Spike Analyte Result Qualifier Added Ammonia (as N) 0.13 J 5.00 Method: SM 4500 S2 D - Sulfide, Total Lab Sample ID: MB 440-417928/3 Matrix: Water Analysis Batch: 417928 MB MB Analyte Result Qualifier Total Sulfide <0.027 Lab Sample ID: LCS 440-417928/4 Matrix: Water Analysis Batch: 417928 Analyte Total Sulfide TestAmerica Job ID: 440-188379-1 Client Sample ID: Lab Control Sample Prep Type: Total/NA MRL MRL %Rec. Result Qualifier Unit D %Rec Limits 0.162 J mg/L 81 10 - 200 Client Sample ID: Matrix Spike Prep Type: Total/NA MS MS %Rec. Result Qualifier Unit D %Rec Limits 5.32 mg/L 104 90 -110 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA MSD MSD %Rec. RPD Result Qualifier Unit D %Rec Limits RPD Limit 5.31 mg/L 104 90 -110 0 15 Client Sample ID: Method Blank Prep Type: Total/NA RL MDL Unit D Prepared Analyzed Dil Fac 0.050 0.027 mg/L 07/18/1716:10 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.500 0.418 mg/L 84 80 -120 Lab Sample ID: LCSD 440-417928/5 Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit Total Sulfide 0.500 0.411 mg/L 82 80 -120 2 20 Lab Sample ID: 720-80676-E-3 MS Client Sample ID: Matrix Spike Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Total Sulfide 10.027 F1 0.500 0.331 Fi mg/L 66 70.130 TestAmerica Irvine Page 16 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: SM 4500 S2 D - Sulfide, Total (Continu( Lab Sample ID: 720-80676-E-3 MSD Matrix: Water Analysis Batch: 417928 Sample Sample Analyte Result Qualifier Total Sulfide <0.027 F1 Lab Sample ID: MB 440-417684/1-A Matrix: Water Analysis Batch: 417890 MB MB Analyte Result Qualifier Sulfide, Dissolved <0.027 Lab Sample ID: LCS 440-417684/2-A Matrix: Water Analysis Batch: 417890 Analyte Sulfide, Dissolved Lab Sample ID: 440-188389-C-1-B MS Matrix: Water Analysis Batch: 417890 Sample Sample Spike Analyte Result Qualifier Added Sulfide, Dissolved <0.027 F1 0.500 Lab Sample ID: 440-188389-C-1-C MSD Matrix: Water Analysis Batch: 417890 Sample Sample Spike Analyte Result Qualifier Added Sulfide, Dissolved <0.027 F1 0.500 TestAmerica Job ID: 440-188379-1 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 0.500 0.316 F1 mg/L 63 70 -130 5 30 Client Sample ID: Method Blank Prep Type: Dissolved Prep Batch: 417684 RL MDL Unit D Prepared Analyzed Dil Fac 0.050 0.027 mg/L 07/17/1715:10 07/18/1713:57 1 Client Sample ID: Lab Control Sample Prep Type: Dissolved Prep Batch: 417684 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.500 0.402 mg/L 80 80.120 Client Sample ID: Matrix Spike Prep Type: Dissolved Prep Batch: 417684 MS MS %Rec. Result Qualifier Unit D %Rec Limits 0.326 F1 mg/L 65 70 -130 Client Sample ID: Matrix Spike Duplicate Prep Type: Dissolved Prep Batch: 417684 MSD MSD %Rec. RPD Result Qualifier Unit D %Rec Limits RPD Limit 0.323 F1 mg/L 65 70 -130 1 30 Method: SM5210B - BOD, 5 Day Lab Sample ID: USB 440-417307/1 Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 417307 USB USB Analyte Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac Biochemical Oxygen Demand <2.0 2.0 2.0 mg/L 07/14/17 08:17 1 Lab Sample ID: LCS 440-417307/4 Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417307 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Biochemical Oxygen Demand 199 179 mg/L 90 85 -115 TestAmerica Irvine Page 17 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: SM5210B - BOD, 5 Day (Continued) Lab Sample ID: LCSD 440-417307/5 Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417307 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit Biochemical Oxygen Demand 199 184 mg/L 92 85-115 2 20 C TestAmerica Irvine Page 18 of 25 7/24/2017 QC Association Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 GUMS VOA TestAmerica Job ID: 440-188379-1 Analysis Batch: 417740 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 8260E SIM MB 440-417740/2 Method Blank Total/NA Water 8260E SIM LCS 440-417740/3 Lab Control Sample Total/NA Water 8260E SIM 440-188379-1 MS Grab Total/NA Water 8260E SIM 440-188379-1 MSD Grab Total/NA Water 8260E SIM GC Semi VOA Prep Batch: 418052 Lab Sample ID 440-188379-1 MB 440-418052/1-A LCS 440-418052/2-A LCS 440-418052/4-A LCSD 440-418052/3-A LCSD 440-418052/5-A Analysis Batch: 418070 Client Sample ID Prep Type Matrix Method Grab Total/NA Water 608 Method Blank Total/NA Water 608 Lab Control Sample Total/NA Water 608 Lab Control Sample Total/NA Water 608 Lab Control Sample Dup Total/NA Water 608 Lab Control Sample Dup Total/NA Water 608 Prep Batch a Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 418052 MB 440-418052/1-A Method Blank Total/NA Water 608 418052 LCS 440-418052/2-A Lab Control Sample Total/NA Water 608 418052 LCSD 440-418052/3-A Lab Control Sample Dup Total/NA Water 608 418052 Analysis Batch: 418372 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 418052 MB 440-418052/1-A Method Blank Total/NA Water 608 418052 LCS 440-418052/4-A Lab Control Sample Total/NA Water 608 418052 LCSD 440-418052/5-A Lab Control Sample Dup Total/NA Water 608 418052 IYleials Prep Batch: 417767 Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417767/1-A Method Blank LCS 440-417767/2-A Lab Control Sample 550-85686-AB-1-F MS Matrix Spike 550-85686-AB-1-G MSD Matrix Spike Duplicate Prep Batch: 417923 Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417923/1-A Method Blank LCS 440-417923/2-A Lab Control Sample 440-188379-1 MS Grab 440-188379-1 MSD Grab Matrix Method Prep Batch Prep Type Total/NA Water 245.1 Total/NA Water 245.1 Total/NA Water 245.1 Total/NA Water 245.1 Total/NA Water 245.1 Prep Type Matrix Method Prep Batch Total Recoverable Water 200.2 Total Recoverable Water 200.2 Total Recoverable Water 200.2 Total Recoverable Water 200.2 Total Recoverable Water 200.2 TestAmerica Irvine Page 19 of 25 7/24/2017 QC Association Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Metals (Continued) Analysis Batch: 418136 Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417923/1-A Method Blank LCS 440-417923/2-A Lab Control Sample 440-188379-1 MS Grab 440-188379-1 MSD Grab Analysis Batch: 418223 Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417767/1-A Method Blank LCS 440-417767/2-A Lab Control Sample 550-85686-AB-1-F MS Matrix Spike 550-85686-AB-1-G MSD Matrix Spike Duplicate General Chemistry Analysis Batch: 417307 TestAmerica Job ID: 440-188379-1 Prep Type Matrix Method Prep Batch Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Prep Type Matrix Method Prep Batch Total/NA Water 245.1 417767 Total/NA Water 245.1 417767 • Total/NA Water 245.1 417767 Total/NA Water 245.1 417767 Total/NA Water 245.1 417767 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM5210B USB 440-417307/1 Method Blank Total/NA Water SM5210B LCS 440-417307/4 Lab Control Sample Total/NA Water SM5210B LCSD 440-417307/5 Lab Control Sample Dup Total/NA Water SM5210B Prep Batch: 417477 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 1664A MB 440-417477/1-A Method Blank Total/NA Water 1664A LCS 440-417477/2-A Lab Control Sample Total/NA Water 1664A LCSD 440-417477/3-A Lab Control Sample Dup Total/NA Water 1664A Analysis Batch: 417491 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 1664A 417477 MB 440-417477/1-A Method Blank Total/NA Water 1664A 417477 LCS 440-417477/2-A Lab Control Sample Total/NA Water 1664A 417477 LCSD 440-417477/3-A Lab Control Sample Dup Total/NA Water 1664A 417477 Prep Batch: 417684 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Dissolved Water SM 4500 S2 B MB 440-417684/1-A Method Blank Dissolved Water SM 4500 S2 B LCS 440-417684/2-A Lab Control Sample Dissolved Water SM 4500 S2 B 440-188389-C-1-B MS Matrix Spike Dissolved Water SM 4500 S2 B 440-188389-C-1-C MSD Matrix Spike Duplicate Dissolved Water SM 4500 S2 B Analysis Batch: 417890 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Dissolved Water SM 4500 S2 D 417684 MB 440-417684/1-A Method Blank Dissolved Water SM 4500 S2 D 417684 LCS 440-417684/2-A Lab Control Sample Dissolved Water SM 4500 S2 D 417684 TestAmerica Irvine Page 20 of 25 7/24/2017 QC Association Summary Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 General Chemistry (Continued) Analysis Batch: 417890 (Continued) Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188389-C-1-B MS Matrix Spike Dissolved Water SM 4500 S2 D 417684 440-188389-C-1-C MSD Matrix Spike Duplicate Dissolved Water SM 4500 S2 D 417684 Analysis Batch: 417928 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 4500 S2 D MB 440-417928/3 Method Blank Total/NA Water SM 4500 S2 D LCS 440-417928/4 Lab Control Sample Total/NA Water SM 4500 S2 D LCSD 440-417928/5 Lab Control Sample Dup Total/NA Water SM 4500 S2 D 720-80676-E-3 MS Matrix Spike Total/NA Water SM 4500 S2 D 720-80676-E-3 MSD Matrix Spike Duplicate Total/NA Water SM 4500 S2 D Analysis Batch: 418202 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 4500 NH3 G MB 440-418202/10 Method Blank Total/NA Water SM 4500 NH3 G LCS 440-418202/11 Lab Control Sample Total/NA Water SM 4500 NH3 G MRL 440-418202/9 Lab Control Sample Total/NA Water SM 4500 NH3 G 440-188462-N-1 MS Matrix Spike Total/NA Water SM 4500 NH3 G 440-188462-N-1 MSD Matrix Spike Duplicate Total/NA Water SM 4500 NH3 G Analysis Batch: 418541 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 2540C MB 440-418541/1 Method Blank Total/NA Water SM 2540C LCS 440-418541/2 Lab Control Sample Total/NA Water SM 2540C 440-188487-J-2 DU Duplicate Total/NA Water SM 2540C Prep Batch: 418607 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water Distill/CN MB 440-418607/1-A Method Blank Total/NA Water Distill/CN LCS 440-418607/2-A Lab Control Sample Total/NA Water Distill/CN 440-188314-1-1-B MS Matrix Spike Total/NA Water Distill/CN 440-188314-1-1-C MSD Matrix Spike Duplicate Total/NA Water Distill/CN Analysis Batch: 419060 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 4500 CN E 418607 MB 440-418607/1-A Method Blank Total/NA Water SM 4500 CN E 418607 LCS 440-418607/2-A Lab Control Sample Total/NA Water SM 4500 CN E 418607 440-188314-1-1-B MS Matrix Spike Total/NA Water SM 4500 CN E 418607 440-188314-1-1-C MSD Matrix Spike Duplicate Total/NA Water SM 4500 CN E 418607 TestAmerica Irvine Page 21 of 25 7/24/2017 Definitions/Glossary Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 -------------- Qualifiers General Chemistry Qualifier Qualifier Description HF Field parameter with a holding time of 15 minutes. Test performed by laboratory at client's request. F1 MS and/or MSD Recovery is outside acceptance limits. J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value. Glossary Abbreviation These commonly used abbreviations may or may not be present in this report. a Listed under the "D" column to designate that the result is reported on a dry weight basis %R Percent Recovery CFL Contains Free Liquid CNF Contains No Free Liquid DER Duplicate Error Ratio (normalized absolute difference) Dil Fac Dilution Factor DL Detection Limit (DoD/DOE) DL, RA, RE, IN Indicates a Dilution, Re -analysis, Re -extraction, or additional Initial metals/anion analysis of the sample DLC Decision Level Concentration (Radiochemistry) EDL Estimated Detection Limit (Dioxin) LOD Limit of Detection (DoD/DOE) LOQ Limit of Quantitation (DoD/DOE) MDA Minimum Detectable Activity (Radiochemistry) MDC Minimum Detectable Concentration (Radiochemistry) MDL Method Detection Limit ML Minimum Level (Dioxin) NC Not Calculated ND Not Detected at the reporting limit (or MDL or EDL if shown) PQL Practical Quantitation Limit QC Quality Control RER Relative Error Ratio (Radiochemistry) RL Reporting Limit or Requested Limit (Radiochemistry) RPD Relative Percent Difference, a measure of the relative difference between two points TEF Toxicity Equivalent Factor (Dioxin) TEQ Toxicity Equivalent Quotient (Dioxin) TestAmerica Irvine Page 22 of 25 7/24/2017 Accreditation/Certification Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Laboratory: TestAmerica Irvine Unless otherwise noted, all analytes for this laboratory were covered under each accreditation/certification below. TestAmerica Job ID: 440-188379-1 Authority Program EPA Region Identification Number Expiration Date California State Program 9 CA ELAP 2706 06-30-18 The following analytes are included in this report, but accreditation/certification is not offered by the governing authority Analysis Method Prep Method Matrix Analyte 1664A 1664A Water SGT-HEM (Oil and Grease - Nonpolar) 608 608 Water 4,4'-DDD 608 608 Water 4,4'-DDE 608 608 Water 4,4'-DDT 608 608 Water Aldrin 608 608 Water alpha-BHC 608 608 Water Aroclor 1016 608 608 Water Aroclor 1221 608 608 Water Aroclor 1232 608 608 Water Aroclor 1242 608 608 Water Aroclor 1248 608 608 Water Aroclor 1254 608 608 Water Aroclor 1260 608 608 Water beta-BHC 608 608 Water Chlordane (technical) 608 608 Water delta-BHC 608 608 Water Dieldrin 608 608 Water Endosulfan 1 608 608 Water Endosulfan 11 608 608 Water Endosulfan sulfate 608 608 Water Endrin 608 608 Water Endrin aldehyde 608 608 Water Endrin ketone 608 608 Water gamma-BHC (Lindane) 608 608 Water Heptachlor 608 608 Water Heptachlor epoxide 608 608 Water Methoxychlor 608 608 Water Toxaphene TestAmerica Irvine Page 23 of 25 7/24/2017 `6i, m - i t7 0 m 0 q m w C 230 0 ? N I A m ON0 po)sno;o uie4o 6MR l-O" lu E E of in 7z0D-am v>1-7>3w _ G o E o 0 o 0 L) ro m O a F t N c m < C n G m= OL mONLr) ai x `'. U O Ol n ` Z0W GxZ O lOL \ V d d 0 a Q e]UO W LL (72 _-�Y� p W 1 cleul!quoa;o�egwnN N ar E m E m E Z E n rn R O W J 5 CA ePBInS Pew4ossl0 ZS OOSVWS y- = , m �' p��1 a, m 'E H m N y W3NdOSfW3H•tl699L Q� � � t7 H h m O IUD N C y E E m m ¢ eplueRO-3 N� 00SY Vim. N m "5 $mm O ePOI^S'lol•0 ZS 0054W5 E E o a n ReO S'009.01s000990tZSWS Jz, \ L)R3 Q 61uo euexolO•Y'L • WIS 90SZa c 9 .Gn-oW-L"SIZ'uZ'13tl'OS'IN'oW'gdln0'i0'Polsv-L,OOZ n a E N ae eryowwy • N- 0 CHNOOSVWS 0- m OC C 1 m 1cea sos'9�a ¢as z- c J > _ rr c 0 M- U8 y Q1 c $ v _ q {oN )o S, Al sldums*jal113f(al3 X1 E j' (L wm i-. X -'5 '- Epp E E ~ � U U U m E O• �. 0 `. J E tItED o a � 2 E — T N 0 9 C o a. j m 0 04 E E E E O m �� O F SQ 3 T 0A N - e'�• m G 0 0 0 U G e1 CL N O Z W LL t n E c > � O u) o m Cl `n Lc c c � o E o co d d u E- e tL Lj C c _ (n c r O) ••-� N N a N N C O C a)p{ 10 co G @ m m E m N N Z Z Lr.a m a a fi N o L is W E a 0 N a z" 0l o E 3 o m m W @ p a E :- - L)U U U 0 ¢ N U Q w U a Ih w E d Z rn N w W Page 24 of 25 7/24/2017 Login Sample Receipt Checklist Client: Paulus Engineering, Inc Job Number: 440-188379-1 Login Number: 188379 List Number: 1 Creator: Avila, Stephanie 1 Question List Source: TestAmerica Irvine Answer Comment Radioactivity wasn't checked or is </= background as measured by a survey True meter. The cooler's custody seal, if present, is intact. N/A Not present Sample custody seals, if present, are intact. N/A Not Present The cooler or samples do not appear to have been compromised or True tampered with. Samples were received on ice. True Cooler Temperature is acceptable. True Cooler Temperature is recorded. True COC is present. True COC is filled out in ink and legible. True COC is filled out with all pertinent information. True Is the Field Sampler's name present on COC? True There are no discrepancies between the containers received and the COC. True Samples are received within Holding Time (excluding tests with immediate True HTs) Sample containers have legible labels. True Containers are not broken or leaking. True Sample collection date/times are provided. True Appropriate sample containers are used. True Sample bottles are completely filled. True Sample Preservation Verified. N/A There is sufficient vol. for all requested analyses, incl. any requested True MS/MSDs Containers requiring zero headspace have no headspace or bubble is True <6mm (1/4"). Multiphasic samples are not present. True Samples do not require splitting or compositing. True Residual Chlorine Checked. N/A TestAmerica Irvine Page 25 of 25 7/24/2017 w MCCROMRU ��• DURa Main SPECIFICATION SHEET BATTERY POWERED FLANGED ELECTROMAGNETIC FLOW METER DESCRIPTION McCrometer's Dura Mag is the easy choice for tough applications. With a 5-year battery life, Dura Mag eliminates the need for AC power connection while providing the easiest installation possible for a flanged mag flow meter. The meter is available to fit a common range of irrigation line sizes, from 4"to 12"diameter pipe. Dura Mag offers accuracy of +/- 1 % with only 2D of upstream and 1 D of downstream straight pipe required for most installations, all with the durability that the agricultural market has come to expect from McCrometer for the past 60 years. The integrated electronic converter is secured with tamper evident screws. The meter offers flow rate and totalizer with a 5-year battery life. Dura Mag features two 3.6V lithiumthionyl chloride (Li-SOCl2) D size batteries and one back-up battery. The batteries are easily replaced in the field in under 10 minutes. Pulse and 4-20mA output are available for remote meter reading or SCADA. Dural Mag is compatible with McCrometer CONNECT wireless systems, which allows users to access flow data by simply logging on to the Internet. This eliminates costly manual meter reading. FREQUENTLY ASKED QUESTIONS Q: What is the expected life of the battery pack? A: The battery pack is covered under warranty for 3 years, but is expected to last 5 years. Q: Is there a data logger? A: Yes, every Dura Mag comes standard with an internal data logger for easy data recording and transfer. Q: What alarms are available? A: Two alarms: Empty pipe alarm and low battery. Q: What if I need to connect to telemetry? A: Choose one of the pulse or 4-20mA output options. If using one of McCrometer's telemetry options, choose the telemetry -ready 7-pin connector. MCCROMM 3255 WEST STETSON AVENUE • HEMET, CALIFORNIA 92545 USA www.mccrometer.com W TEL: 951-652-6811.800-220-2279 • FAX- 951-652-3078 Printed In The U.S.A. Lit.It 30122-59 Rev.1.1 /6-23-17 Copyright m 2014-2017 McCrometer, Inc All printed material should not be changed or altered without permission of McCrometer. Any published technical data and instructions are subject to change without notice. Contact your McCrometer representative for current technical data and instructions. FPI Mag* is a registered trademark of McCrometer, Inc. SPECIFICATIONS Pipe Sizes 4", 6 , 8 , 10 , 12" Accuracy* ± 1% or± 0.075% of standard full scale Display 2-Line LCD display (no backlight), 16 characters per line • Non-volatile memory • Anti -reverse totalizer (standard) • Total (to 9 digits of precision) • Flow Rate and Velocity (to 5 digits of precision) • Two alarms: low battery and empty pipe Note: To preserve battery life a button on the front of the converter activates the display. Power Battery Standard: two 3.6V lithium-thionyl chloride (Li-SOCl2) D size batteries. Batteries are field replaceable DC Power Linear power supply 10-35VDC, 2.4W Battery Life 5 years (3-year warranty) Outputs Pulse Output Digital pulse (open collector) output for volumetric and/or alarm Analog Output 4-2OmA (not galvanically separated from the power supply). DC powered option only. Data Storage Data logger (standard with all models), minimum of five years of data stored Environmental Operating Temperature _4o to 140oF (-20o to 60oQ Storage Temperature -40'to 149°F (-40° to 65°C) Electrical connects Optional quick connect for easy installation Pipe Run Requirements 2D Upstream / 1 D Downstream Pressure Rating 150 psi Options and Two alarms: low battery and empty pipe Accessories Data logger cable (sold separately) • DC power w/battery backup • Pulse & 4 20mA output • Annual verification / calibration Units US gallons US gallons x1000 (standard totalizer) US gallons x1,000,000 cubic inches cubic feet cubic feet x1000 cubic centimeters cubic decimeters milliliters, liters deciliters hectoliters kiloliters megaliters cubic meters cubic meters x1000 acre feet acre inches imperial gallons imperial gallons x1000 imperial gallons x1,000,000 standard barrels oil barrels miner inch days Unit Rate Scales seconds, minutes, hours, days *All Dura Mag meters are calibrated in a NIST traceable gravimetric test stand with a minimum straight run of IOD upstream and 2D downstream. A calibration certification report is provided with each Dura Mag meter certifying the specification accuracy in our laboratory test. Alternative piping configurations or electrical environments may impact the performance of the meter in the field. METER GROUNDING RECOMMENDATIONS Grounding the meter body for safety according to national (NEC) or local electrical codes is recommended on ALL meter installations. For best performance, grounding the fluid column is recommended when the meter is installed in an electrically noisy environment, such as with VFD pumps or nearby electrical systems with insufficient grounding. Conductive or uncoated pipe - the uncoated pipe flange can be used to establish a connection to earth ground. Plastic or internally coated pipe - grounding rings can be installed to establish a connection to earth ground See the Dura Mag IOM Manual, Lit. # 30122-53, for more information on grounding configurations using grounding rods and grounding rings. METER BODY DIMENSIONS AND WEIGHTS Pipe Size (Nominal) Standard GPM Flow Ranges Min - Max DIMENSIONS (Lav Len the in Inches * Estimated Shipping Weight (lbs.) A* B C 4" 30 - 1,000 13.4" 9.0" 9.25" 70 6" 60 - 2,000 14.6" 11.0" 10.25" 80 8" 1 105 - 3,500 16.1 "M13.5"11.25" 115 10" 165-5,500 18.5"12.5" 140 12" 195-6,500 19.7"13.5" 190 * Shipping weights are estimated and may change due to specific order packaging. Side View f End View +y C MCCRONOU 3255 WEST STETSON AVENUE • HEMET, CALIFORNIA 92545 USA www.mccrometer.com TEL: 957-652-6811.800-220-2279 • FAX: 951-652-3078 Printed In The U.S.A. Lit. # 30122-59 Rev.1.1 / 6-23-17 Copyright ® 2014-2017 McCrometer, Inc. All printed material should not be changed or altered without permission of McCrometer. Any published technical data and instructions are subject to change without notice. Contact your McCrometer representative for current technical data and instructions. FPI Mag* is a registered trademark of McCrometer, Inc. GENERAL NOTES o I SYMBOL POWER POLE SEWER CLEANOUT SEWER MANHOLE STORM DRAIN MANHOLE FIRE HYDRANT WATER METER STREET LIGHT PULL BOX GAS VALVE STREET LIGHT WATER VALVE GUY WIRE SURVEY MONUMENT �k JOHN'WAYNE AlaonpT VICINITY MAP NOT TO SCALE ABBREVIATIONS (IN ADDITION TO GREENBOOK SECTION 1-3.2) AB AGGREGATE BASE AC ASPHALT CONCRETE ACP ASBESTOS CEMENT PIPE AC ASPHALT CONCRETE ARV AIR RELIEF VALVE AVE AVENUE BFV BUTTERFLY VALVE BLVD BOULEVARD CATV CABLE TV C&G CURB AND GUTTER CI CAST IRON q CENTERLINE CL CLASS CLR CLEAR CNB CITY OF NEWPORT BEACH DIP DUCTILE IRON PIPE E EAST/ELECTRIC (E) EXISTING EXIST EXISTING FE FLANGED END FL FLOW LINE FLG FLANGE TREE G GAS GV GATE VALVE IRRIGATION CONTROL VALVE MAX MAXIMUM MIN MINIMUM CABLE TV PULL BOX MJ MECHANICAL JOINT eQ ELECTRICAL MANHOLE O ELECTRICAL PULL BOX A (N) WATER VALVES (N) FIRE HYDRANT BUILDING — — — — EXISTING CONSTRUCTION PROPERTY LINE -- -- (N) WATER LINE — — CENTERLINE STORM DRAIN LINE SD SEWER LINE SS W WATER LINE G GAS LINE E ELECTRICAL LINE TELEPHONE LINE T —CATV— CABLEVISION LINE -X-X-X- FENCE r BLOCKWALL (N) CONCRETE —A6AN— ABANDONED WATER LINE N NORTH (N) NEW NO NUMBER NTS NOT TO SCALE PCC PORTLAND CONCRETE CEMENT PB PULL BOX PE PLAIN END PROP PROPOSED RCP REINFORCED CONCRETE PIPE RT RIGHT S SEWER/SOUTH SCH SCHEDULE SCE SOUTHERN CALIFORNIA EDISON SCO SEWER CLEANOUT SHT SHEET SMH SEWER MANHOLE SQ SQUARE SW SIDEWALK ST STREET STL STEEL T TELEPHONE VCP VITRIFIED CLAY PIPE W WEST/WATER W/ WITH IFOR�% Ip D 9 a imb Ki - WON ll L • w 0 milli APPROVED: CONTRACT No.: 9835-1 PROJECT No.: 26W12 �Ja4 DATE: VI A. E , P. ., PUBLIC WORK RECTOR DATE: -7 M. HOULIHAN, P.E., DEPUTY PWD / CITY ENGINEER BALBOA PENINSULA SHEET INDEX MAP NOT TO SCALE = SHEET NUMBER 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", LATEST EDITION AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. STATIONING REFERS TO PIPE CENTERLINE STATIONING. 4. THE WALL AND FACE OF ALL EXCAVATIONS GREATER THAN FIVE (5) FEET IN DEPTH SHALL BE EFFECTIVELY GUARDED BY A SHORING SYSTEM. SLOPING OF THE GROUND OR OTHER EQUIVALENT MEANS, TRENCHES OR EXCAVATIONS LESS THAN FIVE (5) FEET IN DEPTH SHALL ALSO BE GUARDED WHEN EXAMINATION INDICATES THAT HAZARDOUS GROUND MOVEMENT MAY BE EXPECTED. 5. CONTRACTOR(S) SHALL OBTAIN A PERMIT TO PERFORM EXCAVATION OR TRENCH WORK AS DESCRIBED IN NOTE 4 ABOVE FROM CAL -OSHA. 6. ALL WATER PIPE SHALL BE BEDDED PER CITY OF NEWPORT BEACH STD-323. ALL SAND USED FOR BEDDING SHALL BE MINIMUM 30 S.E. 7. ALL WATER MAIN FITTINGS SHALL BE MECHANICAL JOINT DUCTILE IRON (CL 52 MIN.) UNLESS OTHERWISE SPECIFIED. ALL WATER MAIN FITTINGS SHALL HAVE AN 8 MIL LOOSE POLYETHYLENE ENCASEMENT PER SECTION 207-9.2.6 OF THE STANDARD SPECIFICATION. POLYETHYLENE SHALL BE LIGHTLY WRAPPED AND TAPED TO PIPE WITH 10 MIL VINYL TAPE. 8. THRUST BLOCKS SHALL BE INSTALLED ON ALL WATER MAIN FITTING IN ACCORDANCE WITH THE CITY OF NEWPORT BEACH STD-516-A. 9. WATER MAINS SHALL HAVE A MINIMUM OF 36" OF COVER FROM FINISHED SURFACE. 10. THE CONTRACTOR SHALL NOTIFY THE FIRE DEPARTMENT 48 HOURS IN ADVANCE OF A SHUTTING OF ANY FIR HYDRANTS AND LANE CLOSURES AT (949) 644-3106. 11. ALL FLANGE JOINTS SHALL BE JOINED UTILIZING TYPE 316 STAINLESS STEEL NUTS, WASHERS AND HEX -HEAD BOLTS. GASKETS SHALL BE FULL FACED, CLOTH REINFORCED BUNA-N RUBBER. 12. FLEX AND TRANSITION COUPLINGS USED TO JOIN PIPE IN WATER MAIN CONSTRUCTION SHALL HAVE ALL THREADED PARTS AND JOINING HARDWARE FABRICATED FROM TYPE 316 STAINLESS STEEL. 13. PIPE HARNESS ASSEMBLIES, VALVES AND FITTING RESTRAINTS AND SHACKLE -CLAMP ASSEMBLIES SHALL BE JOINED UTILIZING TYPE 316 STAINLESS STEEL ALL THREADED ROD, NUTS BOLTS AND WASHERS. CLAMPS, SHACKLES AND OTHER HARDWARE MAY BE CARBON STEELS OR DUCTILE IRON WHERE APPROPRIATE, BUT MUST BE COATED LIBERALLY WITH CORROSION PROTECTIVE MASTIC COMPOUND. 14. BOLTED CONNECTORS FABRICATED FROM TYPE 316 STAINLESS STEEL SHALL HAVE ALL THREADED PARTS COATED LIBERALLY WITH APPROVED ANTI -SEIZE COMPOUND. 15. ALL BOLTED AND THREADED FASTENERS SHALL BE MANUFACTURED IN THE UNITED STATES OF AMERICA AND ALL SHALL CONFORM TO THE MINIMUM REQUIREMENTS FOR STRENGTH, MATERIAL CONSTRUCTION AND DIMENSION AS ESTABLISHED BY THE ASTM AND THE ANSI SPECIFICATIONS. ALL FASTENERS SHALL BE ACCOMPANIED BY WRITTEN CERTIFICATION FROM THE MANUFACTURER 16. THE CONTRACTOR SHALL REQUEST INSPECTION FROM THE PUBLIC WORKS DEPARTMENT 48 HOURS IN ADVANCE OF PERFORMING ANY WORK AT (949) 644-3311 FOR PUBLIC WORKS AND (949) 644-3011 FOR THE UTILITIES DEPARTMENT. 17. WATER LINES DISTANCES SHOWN ON THE PLAN AND ON THE ESTIMATED QUANTITIES ARE HORIZONTAL DISTANCE. 18. ALL MECHANICAL JOINTS SHALL BE INSTALLED WITH RETAINER GLANDS. 19. CONTRACTOR SHALL VERIFY DEPTH AND LOCATION OF ALL WATER CONNECTION POINTS PRIOR TO COMMENCEMENT OF CONSTRUCTION. 20. THE CONTRACTOR SHALL INSTALL ON NEW PVC WATER MAINS A 10 GAUGE INSULATED TRACING WIRE PER INSTRUCTIONS FROM UTILITIES DEPARTMENT. 21. SNAP CUT EXISTING AC PIPE AND REMOVE INTERFERING PORTIONS OF PIPE AS NECESSARY TO PROVIDE ROOM FOR NEW CONNECTING PIPE, FITTING AND VALVES. DO NOT UNDER ANY CIRCUMSTANCES ALLOW ASBESTOS PARTICLES TO BECOME AIRBORNE. DISPOSE OF AC PIPE IN ACCORDANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. INSTALL LONG BARREL TYPE FLEX COUPLINGS WITH TYPE 316 STAINLESS STEEL HARDWARE WITH FLOUROPOLYMER (TRIPAC 2000) OR EQUAL COATING AND DI OR AWWA C900 (DR 14) PIPE SPOOLS CUT TO FIT AS REQUIRED. ALL MATERIAL SHALL BE APPROVED BY THE CITY INSPECTOR PRIOR TO INSTALLATION. 22. IF THRUST BLOCK CANNOT BE PLACED AT FITTINGS INDICATED ON THE PLANS, BACKFILL TRENCH WITH 1-SACK SLURRY FOR 5' EACH SIDE OF FITTINGS. 23. ALL EXISTING IMPROVEMENTS SHALL BE PROTECTED IN PLACE UNLESS OTHERWISE INDICATED. CONTRACTOR SHALL REPAIR OR REPLACE IN KIND ANY DAMAGES TO THE EXISTING IMPROVEMENTS FROM CONSTRUCTION AND SHALL BEAR THE TOTAL COST OF THE REPAIR OR REPLACEMENT. SHEET INDEX SHEET DESCRIPTION No. 1 TITLE SHEET 2 CONSTRUCTION NOTES AND DETAILS 3 ALLEY 245 L AND ISLAND AVE, STA 10+00 TO STA 14+60 4 ALLEYS 245 M, 245 N, 245 0, AND 236 STA 20+00 TO STA 30+87 BID SET DATE: JUNE 19, 2025 C-9835-1 BASIS OF BEARINGS: APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: WATER MAIN REPLACEMENT CALL TOLL FREE o THE BASIS OF BEARINGS FOR THIS PROJECT SURVEY ARE BASED ON THE BEARING BETWEEN ORANGE COUNTY PR�SgS IN BALBOA PENINSULA SURVEY GPS STATIONS "6266" TO "SACY" BEING N1°36'58"W o,�o;P oF�f 1-800-227-2600 BENCHMARK: (p No.C93269 THE BENCHMARK FOR THIS PROJECT IS BASED ON ORANGE COUNTY SURVEYORS BENCH MARK "S-1415", DESCRIBED AS A MA K VUKOJEVIC, P.E. MIC SI ACORI, P.E. TITLE SHEET BEFORE YOU DIG "3 1 NGS BRASS BENCHMARK DISK STAMPED "S 1415 1988" SET IN THE SOUTHWEST CORNER OF A 6 FT. BY 4 FT. k * DIRECTOR ASSI T CITY ENGINEER k.CONCRETE CATCH BASIN. MONUMENT IS LOCATED ALONG THE NORTHERLY SIDE OF BAYSIDE DRIVE 0.3 MILES s� �� UTILITIES DEPARTMENT SOUTHEASTERLY OF THE CENTERLINE OF PACIFIC COAST HIGHWAY AND 19 FT. NORTHEASTERLY OF THE CENTERLINE OF 16310 BAKE PARKWAY 9rF CIVIL �3 _ BAYSIDE DRIVE. MONUMENT IS SET LEVEL WITH THE SIDEWALK." I RVI NE, CA 92618 (949)637-3999 OF CA0* DATE: DATE: CITY OF NEWPORT BEACH W-5408-S ELEV. = 12.026 FEET NAVD 88- ADJ. 2011 1 PUBLIC WORKS DEPARTMENT SHEET 1 OF 4 O) a Q � O n m � J Q Cal c N � U .W N N Y C m a Q, o � a Q- U Z Y o � M C � C N . CD co C w LU O O M m CD U O (6 � i m d m H � C_ m Z U wo m m C7 o Q m 0 m m C J N coE a)UI N LL H Q) O 1),z m U Q U cN x 0 1J N O U L U m 'D m CO C C C a d m z E Um m m t7, U Q � a Z U z C, d LL LU Of 0 x O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 2" METER SERVICE PER CITY STD-503 WITH METER BOX AND COVER. ® REMOVE AND REPLACE EXISTING WATER MAIN WITH NEW 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © FURNISH AND INSTALL THRUST BLOCK PER CITY STD-516-A. O7 REMOVE AND DISPOSE OF EXISTING VALVE ® FURNISH AND INSTALL NEW FIRE HYDRANT ASSEMBLY PER CITY STD-501. FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 9O ABANDON EXISTING WATERLINE IN PLACE 10 REMOVE EXISTING FIRE HYDRANT AND RETURN TO THE UTILITIES YARD AT 949 W. 16TH STREET, AND ABANDONED IN PLACE EXISTING FIRE HYDRANT LATERAL E (E) 16" PVC W T. (E) 16" FLG X MJ ADAPTE (E) 16" FLG'D BF (E) 16" FLG'D TEE (E) 16" FLG X MJ ADAP' NOTES: E CONSTRUCTION NOTES 11 FURNISH AND INSTALL 16" DUCTILE IRON CLASS 150 (FEXMJ) BUTTERFLY VALVE WITH VALVE BOX AND RISER PER CITY STD-513 AND STD-516-C 13 FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. VALVE SHALL BE AVK 65 SERIES 14 FURNISH AND INSTALL 8"X6" DUCTILE IRON FLG'D TEE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 16 FURNISH AND INSTALL 16"X8" DUCTILE IRON FLG'D TEE 17 FURNISH AND INSTALL 16"X8" DUCTILE IRON REDUCER (MJXMJ) 18 FURNISH AND INSTALL 8" ALPHA RESTRAINED TRANSITION COUPLING (PVCXACP) 19 FURNISH AND INSTALL 8" DUCTILE IRON RESTRAINED FLANGE COUPLING ADAPTER 20 FURNISH AND INSTALL 1" IRRIGATION METER AND SERVICE PER STD-502 21 FURNISH AND INSTALL 8" 900 DUCTILE IRON BEND (MJXMJ) 23 FURNISH AND INSTALL 2" DOMESTIC WATER METER AND SERVICE PER CITY STD-503 24 REMOVE AND RECONSTRUCT IN KIND CONCRETE ALLEY APPROACH TO THE NEAREST JOINT PER CITY STD-142 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER CITY STD-180 �"j , vv (E) 16" FLG j M ADAPTER k�) 16" FLG'D BFV DETAIL 1 NOT TO SCALE 3 DETAIL 5 NOT TO SCALE 4 (E) 8" ACP W 1. THRUST BLOCKS ARE NOT SHOWN FOR CLARITY. CONTRACTOR SHALL FURNISH AND INSTALL THRUST BLOCK AT ALL NEW FITTING LOCATIONS PER CONSTRUCTION NOTE 6. (E) 6" ACP W C 26 REMOVE INTERFERING PORTION OF EXISTING PIPE. CUT AND PLUG WHERE INDICATED WITH CONCRETE (18" MINIMUM) AND ABANDON IN PLACE 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) 28 FURNISH AND INSTALL 16-INCH DIAMETER C-900 PVC PIPE SPOOL (DR-14) 29 FURNISH AND INSTALL 6-INCH C-900 PVC PIPE SPOOL (DR-14) 30 REMOVE AND RECONSTRUCT RESIDENTIAL DRIVEWAY APPROACH IN KIND PER CITY STD-162,163 AND 164 31 FURNISH AND INSTALL 6" ALPHA RESTRAINED TRANSITION COUPLING (PVCXACP) 32 REMOVE AND DISPOSE OF EXISTING 16" FLEXIBLE TRANSITION COUPLING AND INTERFERING PORTION OR EXISTING WATER PIPE. 33 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14)PER CITY STD-106-A AND B. 36 FURNISH AND INSTALL 16" EBAA MEGA COUPLING (PVC TO PVC) 37 REMOVE AND REPLACE TYPE "B" CONCRETE CURB TO THE NEAREST JOINT PER CITY STD-182 (E) 6" FH LATERAL ABANDON IN PLACE 16" W DIP 9 (E) CURB FACE (E) 6" SCG DETAIL 2 NOT TO SCALE 3 'C` `"'"TER SERVICE CT -I N-PLACE) DETAIL 6 NOT TO SCALE 4 iti mk. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 NO 38 FURNISH AND INSTALL 16" DUCTILE IRON RESTRAINED FLANGE COUPLING ADAPTER 40 FURNISH AND INSTALL 12"X8" DUCTILE IRON REDUCER (FEXMJ) 41 FURNISH AND INSTALL 6" DUCTILE IRON RESTRAINED FLANGE COUPLING ADAPTER 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 43 FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC PIPE SPOOL (DR-14) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO J4040 46 CUT AND TEMPORARILY PLUG WITH A CAP AND REMOVABLE THRUST BLOCK. REMOVE CAP AND THRUST BLOCK AND CONNECT TO THE NEWLY CONSTRUCTED PIPE AFTER INSTALLATION, TESTING, AND ACCEPTANCE. 47 FURNISH AND INSTALL 16-INCH DIAMETER C-900 PVC PIPE SPOOL (DR 14) 48 FURNISH AND INSTALL 16" RESTRAINED COUPLING 49 FURNISH AND INSTALL 8" FIRE SERVICE. PIPE BEDDING PER CITY STD-323 (E) 16"W (PVC) PROTECT IN PLACE DATE DESCRIPTION OF REVISIONS DETAIL 3 NOT TO SCALE 3 � ss SD SD (E) 16" PVC W APPR. SSWALK ENGINEER'S NOTES TO CONTRACTOR: 1. CONTRACTOR SHALL ASSUME THAT GROUNDWATER WILL BE ENCOUNTERED AT ALL EXCAVATIONS OVER THREE FEET OF COVER, AND SHALL PREPARE, INSTALL, OPERATE, AND MAINTAIN DEWATERING PLANS PER CITY SPECIFICATION SECTION 7-8.6.4. 2. PERSONNEL PERFORMING ASBESTOS PIPE REMOVAL WORK SHALL BE TRAINED AND CERTIFIED UNDER AHERA OR CAL/OSHA STANDARDS, AND SHALL PROPERLY HANDLE THE DISPOSE OF ASBESTOS MATERIAL IN ACCORDANCE WITH ALL REGULATORY REQUIREMENTS AND CITY SPECIFICATION SECTION 401-8. 3. ALL WORK SHALL BE PERFORMED IN PHASES TO ENSURE CONTINUOUS WATER SERVICES THROUGHOUT CONSTRUCTION. SERVICE INTERRUPTIONS SHALL BE MINIMIZED AND COORDINATED IN ADVANCE WITH THE CITY. PRIOR TO COMMENCING ANY CONSTRUCTION ACTIVITIES, CONTRACTOR SHALL SUBMIT A DETAILED WATER SYSTEM SHUTDOWN AND PHASING PLAN FOR CITY'S APPROVAL PER CITY SPECIFICATION SECTION 7-17. 4. THE LOCATION OF WATER SERVICES AND METERS SHOWN ON THE PLANS ARE FOR REFERENCE ONLY. CONTRACTOR SHALL FIELD LOCATE ALL EXISTING WATER METERS AND SERVICE LINES, AND SHALL NOTIFY THE CITY IMMEDIATELY IF ANY CONFLICT WITH EXISTING UTILITIES IS ENCOUNTERED. (E) 12" FLG'D 90° DI BEND (PROTECT IN PLACE (E) 16"W (PVC) PROTECT IN PLACE DETAIL 7 NOT TO SCALE 4 REVIEWED: QROFESS/OV \PN Sq 4 F T N No. C93269 z c� m LY z IV I \- OF CAS MICHAEL SINACORI, P.E. ASSISTANT CITY ENGINEER DATE: CAN sS (E) FENCE - SD S (E) 16" PVC W (E) UNDERGRO ND (E) UNDERGRO ND (E) UNDERGROL ND CAN — - CA — I. L (E) 12" FLG'D BFV (PROTECT IN PLACE) (E) 12" PVC W (PROTECT IN PLACE) i DETAIL 4 NOT TO SCALE 4 CAN — T- Know what's below. Call before you dig. E 14" W ACP O 26 (E) 6" VCP SEWER C-9835-1 WATER MAIN REPLACEMENT IN BALBOA PENINSULA CONSTRUCTION NOTES AND DETAILS DESIGNED: DRAWN: W-5408-S Is OH CITY OF NEWPORT BEACH CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET 2 OF 4 --- 6/19/2025 7. a o J N m U Ym Z� 0 �z J Y 3 O mLU aw mQ 0 N � �m a. om Uz U p O �p (Do �m wm I CD o z y U d U c a Z J W U .� m IY 0 ccC�) m U °' x aw U d m � � U m 'a F_ CV O .0 O 2 C- N N O � N W L � m m U r Q@ Z �c � a mC, m� aco m �� Z U Z LL �95 E W I le � -601- I I Cfl I� I I (E) 16" PVC W i/ in - SEE DETAIL 1 ON SHEET 2 W C D-521- -517- ❑ \ E� 2 , U o SS -205- -520- -518- BEGIN CONSTRUCTION 8" WATER MAIN -203- -201- STA 10+00.00 I Q I 3- E E E WEST BAY AVE W W W� I I I I (E) 8" VCP SEWER -515- -511- I 2 I R/W I _ I QAa SS S 3 I I R/W 2 ® S78° 22' 27.78"E 2 ® 00r) 332.81' -514- -512- 2 -510- I I (E) 2" SCG I (E) 16" CIP W I I I I I -500- 1 -100- -102- -106- w I _ R/W � W (E) STREET LIGHT CIRCUIT \ f �— 2 Cn — E— _ � W E -E E ❑ ❑ W IU) 0 EAST BAY AVE N 0 W � W ALLEY 245-L 2 — 4 SS 4 2 -508- -506- LO 2� o ` \ ~ EX CONCRETE CURB E EO E G E \ (E G E G E 0 �V W � T T T, T C° _ TE E 1 7 (E) UNDERGROUND ELEC (SCE) (E)UNDERGROUND COMMUNICATION -501- 2 - E — — CA l LU a Q Q Z I w J 50. -A 13+52.50 S77° 46' 39.68"E 19.70' (E) 16" DIP W C C. — G 3 2 2 24 I 71 -504- -502- -500- 19.6 I I S12° 13' 25.99"W I I 107.09' N W I (E) UNDERGROUND ELEC (SCE) (E) 8" (VCP) SEWER 6 3442 I I 1 I 1 I I V) SEE DETAIL 3 ON SHEET 2 I c� L4] T _r_� I 8.97' 0 0 T T �R/W I ; III E 14"W(AC P 9 I �w �Z (E) 6" SCG J I= E 14" W ACP 9 SEE DETAIL 2 ON SHEET 2 E) 16"W (DIP) 9 8" FIRE DCDA BACKFLOW STA 13+61.63 ---___ 2" DOMESTIC WATER BA( STA 13+66.57 1" IRRIGATION BACKFLO� STA 13+69.58 NDERGROUND COMMUNICATION STA 14+02.25 8 25 37 ILO (E) 16" PVC W EAST BALBOA BLVD w _ CO w W END CONSTRUCTION 8" WATER MAIN I I (E) 18" VCP SEWER STA 14+60.00 L 0 (E) STREET LIGHT CIRCUIT 0 -110- DEVICE BY OTHERS 49 Know what's below. I Call before you dig. CONSTRUCTION NOTES NOTES: O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER 20 FURNISH AND INSTALL 1" IRRIGATION METER AND SERVICE 1. CONTRACTOR SHALL PROVIDE NSF 61 APPROVED HIGH -LINE MAIN (DR-14)PER CITY STD-106-A AND B PER STD-502 MATERIAL TO KEEP ALL EXISTING METERS IN SERVICE AT ALL O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE 21 FURNISH AND INSTALL 8" 900 DUCTILE IRON BEND (MJXMJ) TIMES DURING CONSTRUCTION. SUBMIT WORKING DRAWINGS FROM THE EXISTING MAIN TO THE WATER METER AND SHOWING PROPOSED HIGHLINE VEHICLE CROSSINGS DETAILS FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY 23 FURNISH AND INSTALL 2" DOMESTIC WATER METER AND FOR CITY ACCEPTANCE BEFORE INSTALLING HIGHLINES. STD-502 WITH METER BOX AND COVER. SERVICE PER CITY STD-503 OREMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE 24 REMOVE AND RECONSTRUCT IN KIND CONCRETE ALLEY 2. CONTRACTOR SHALL ASSUME ALL DRY UTILITY CROSSINGS FROM THE EXISTING MAIN TO THE WATER METER AND APPROACH TO THE NEAREST JOINT PER CITY STD-142 ARE HIGHER THAN EXISTING WATERLINE AND PLAN FURNISH AND INSTALL A NEW 2" METER SERVICE PER CITY 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK ACCORDINGLY. STD-503 WITH METER BOX AND COVER. TO THE NEAREST JOINT PER CITY STD-180 ®REMOVE AND REPLACE EXISTING WATER MAIN WITH NEW 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT 3. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN STD- 106-A AND B. VALVE BOX AND RISER PER CITY STD-512, STD-513 AND WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. ©STD-516-C. " " FURNISH AND INSTALL THRUST BLOCK PER CITY STD-516-A. 4. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES REMOVE AND REPLACE TYPE BCONCRETE CURB PER CITY ' 37 STD-182 NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN 7O REMOVE AND DISPOSE OF EXISTING VALVE WITHIN FOUR HORIZONTAL FEET OF THE PIPE. 0 20' 40' 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) ® FURNISH AND INSTALL NEW FIRE HYDRANT ASSEMBLY PER 49 FURNISH AND INSTALL 8" FIRE SERVICE. PIPE BEDDING PER 1"=20' CITY STD-501. FIRE HYDRANT SHALL BE JONES MODEL NO. CITY STD-323 J4040 -9835-1 90 ABANDON EXISTING WATERLINE IN PLACE REVIEWED: WATER MAIN REPLACEMENT 10 REMOVE EXISTING FIRE HYDRANT AND RETURN TO THE oQR°F Sq/ONgI IN BALBOA PENINSULA UTILITIES YARD AT 949 W. 16TH STREET, AND ABANDONED IN ���```z N PLACE EXISTING FIRE HYDRANT LATERAL No. C93269Fn N Z ALLEY 245 L AND ISLAND AVE, STA 10+00 TO STA 14+60 m kMICHAEL SINACORI, P.E. ASSISTANT CITY ENGINEER *'y� CIvk� �`* DESIGNED: DRAWN: W-5408-S FOF �A`\F Is OH CITY OF NEWPORT BEACH 16310 BAKE PARKWAY DATE: CHECKED: DATE: IRVINE, CA 92618 (949) 637-3999 NO. DATE DESCRIPTION OF REVISIONS APPR. ___ 6/19/2025 PUBLIC WORKS DEPARTMENT SHEET 3 OF 4 Q 0 N 9 N 0 N co co a a a 0 a o = 00 a a 9) m� U d Y c Z. oQ J Z Y mW a w mQ ca d O cm FL p c0 UZ U 9m M o . m W CO C) ow o z y U � U c d J w U c� W 0 =; cc m� ax w c� d C n a) U n CV N O ,C 9 Z �- oN N w m� 75 Z(D � a m m m� �co am �� Z U LL Z uj U W (y)i w' LU E T -- LU ' �, -- W' U) R ,1�rX — — ' O E 14" ACP W I I G E E a CD ' SEE DETAIL 4 ION SHEET 2 I I LU Z� H' 7 I I e __Mfuuss ss I===iw 3 L — — 2 BEGIN CONSTRUCTION 8" WATER MAIN__,3 M STA 20+00.00 I N -112- -114- I W J Q V) I LU >I O, QLu � I � I I LU LU I U� O - Lo Q' �I Q, Uj , z I I J U' 2 I T I I I I I I -113- -115- -117- 1 R/W I I I I I I (E) UNDERGROUND CATV - (E) UNDERGROUND COMMUNICATION I [(E) UNDERGROUND ELEC (SCE) _�-119- -121- I -123- (E) 8" VCP 2 ALLEY 245-M 2 s _ ss S77° 34' 14.11 "E 2 4 2 309.14' -122- -124- -126- (E) 2" SCG I I I I I I I I I I I I I I (E) 14" CIP W -207- -209- [-211- -213- -215- -217- 2 2 2 ALLEY 245-N 2 R/WLO 2 25+00 2 +00�A G — I T 3E3 T I - S70° 20' 22.92"E 2 4 2 280.23' -206- -208- -210- -212- -214- -216- I I I I I I CONSTRUCTION NOTES O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. ® REMOVE AND REPLACE EXISTING WATER MAIN WITH NEW 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. © FURNISH AND INSTALL THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVE O9 ABANDON EXISTING WATERLINE IN PLACE 24 REMOVE AND RECONSTRUCT IN KIND CONCRETE ALLEY APPROACH TO THE NEAREST JOINT PER CITY STD-142 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER CITY STD-180 30 REMOVE AND RECONSTRUCT RESIDENTIAL DRIVEWAY APPROACH IN KIND PER CITY STD-162,163 AND 164 33 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE, VALVE SHALL BE AVK 65 SERIES VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 35 -219- 6 3442 I 2 7 -218- I (E) 14" CIP W -125- cp -128- I I I Know what's below. Call before you dig. I I I � I I I I �I 10 (E) 8" ACP W 3 0 I LU Ico I � SEE DETAIL 5 , W STA 23+41.10 ON SHEET 2 ' W CONNECTION TO EX WATER ® STA 27 33 IU=j 2 HORZ DEFL. I 'LU -127- -131- 3 STA 23+83.97 33 (/wj 2 W -201- 2° HORZ DEFL. I - -203- ALLEY 245-N -205- ' S I J 24+0 �+ 2 066° I zi 14.06"E T d- 1.75' N - 3 F MT I � -130- -132 � 93.6019' 14.06"E ATV E_ I I S68° 39' 09.29"E 12 87' S70° 24' 43.09"E 2 4 I 18.89 -200- 2 Q STA 23+51.47 33 I I LU -202- -204- aN 2° HORZ DEFL. W ► �; (E) 6"ACP W (E) UNDERGROUND ELEC (SCE) , rn (E) UNDERGROUND CATV (E) UNDERGROUND CATV � 0 I I I I I I r- Z (E) UNDERGROUND COMMUNICATION o 00 (E) UNDERGROUND ELEC (SCE) I I I I rn M SCG SEE DETAIL 6 -305- (E) 2" -307- -309- -311- -313- Q� -317- vi LLJ z 3: ON SHEET 2 ALLEY 245-0 (E) 14" CIP W 2 ~o 2 2 2 N M — — -00 m — — 3 T — 3 GTA — — T E _ _.E (V i- LIU I - - - W J " II i S70° 33' 07.32"E 2004 2 r, 2 2 R/W 322.64' 2 STA 29+78.70 Q CONNECT TO EX. WATER -300- -302- -304- -306- -310- -320- -324- -328- oN II ; 2 ' 2 O I I I I I I I S19° 26' 52.20 0 I I I I I I I I (E) UNDERGROUND ELEC (SCE) — (E) 14" CIP W I Z I I (E) UNDERGROUND CATV 0 4 i (E) UNDERGROUND COMMUNICATION O I (E; E 1 2" SCG ' 35.31 "W I 60.4460.4' V I 2.50' , I I I I I I I co (E) STREET LIGHT CIRCUIT I R/W NOTES. S19°52'38.55"W SEE DETAIL 7 3 (E) 16" PVC w 20.00' � ON SHEET 2 1. CONTRACTOR SHALL PROVIDE NSF 61 APPROVED HIGH -LINE MATERIAL TO KEEP ALL EXISTING METERS IN SERVICE AT ALL S ss TIMES DURING CONSTRUCTION. SUBMIT WORKING DRAWINGS = S°-- — �-- — SHOWING PROPOSED HIGHLINE VEHICLE CROSSINGS DETAILS ti (E) 8" PVC w = FOR CITY ACCEPTANCE BEFORE INSTALLING HIGHLINES. W W °0 _W_ STA 30+87.00i�— G 2. THRUST BLOCKS ARE NOT SHOWN FOR CLARITY. END CONSTRUCTION 8" WATER MAIN w NI CONTRACTOR SHALL FURNISH AND INSTALL THRUST BLOCK AT ALL NEW FITTING LOCATIONS PER CONSTRUCTION NOTE 6.ss ss S 3. CONTRACTOR SHALL ASSUME ALL DRY UTILITY CROSSINGS EAST BALBOA BLV ARE HIGHER THAN EXISTING WATERLINE AND PLAN o w ACCORDINGLY. So - o —_— —_ SD 4. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, T — T NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. E 5. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. -328- -328- -328- -328- 0 20' 40' ill =20' C-9835-1 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 GENERAL NOTES U JOWAYNE AI ��WPQA� 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE >� AIRPORT O� CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS ONSTRUCTION", LATEST EDITION SUPPLEMENTS T THE C TY'S STANDARD SPECIAL PROVISIONS, OR IN CONTRACT'S , EXCEPT A SPECIAL OTHERWISE NPROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR hc� P Op U x SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD CITY OF PRIOR TO BEGINNING CONSTRUCTION. COSTA MESA Q�TY OF P IRVINE 3. STATIONING REFERS TO PIPE CENTERLINE STATIONING. UPPE o p }1 UNNERsiv dF( 4. THE WALL AND FACE OF ALL EXCAVATIONS GREATER THAN FIVE (5) FEET IN DEPTH SHALL BE EFFECTIVELY GUARDED BY A SHORING SYSTEM. SLOPING OF THE GROUND OR OTHER ai;s' �L �N, EQUIVALENT MEANS, TRENCHES OR EXCAVATIONS LESS THAN FIVE (5) FEET IN DEPTH SHALL s IFOR ALSO BE GUARDED WHEN EXAMINATION INDICATES THAT HAZARDOUS GROUND MOVEMENT MAY 17 BE EXPECTED. 15TH S E 5. CONTRACTOR(S) SHALL OBTAIN A PERMIT TO PERFORM EXCAVATION OR TRENCH WORK AS o 'Y'I DR DESCRIBED IN NOTE 4 ABOVE FROM CAL -OSHA. F NN�O 73 PUBLIC W0`3KS DEPARTMENT 6. ALL WATER PIPE SHALL BE BEDDED PER CITY OF NEWPORT BEACH STD-323. ALL SAND USED FREEWAY FOR BEDDING SHALL BE MINIMUM 30 S.E. 7. ALL WATER MAIN FITTINGS SHALL BE MECHANICAL JOINT DUCTILE IRON (CL 52 MIN.) UNLESS OTHERWISE SPECIFIED. ALL WATER MAIN FITTINGS SHALL HAVE AN 8 MIL LOOSE POLYETHYLENE NE OR o ENCASEMENT PER SECTION 207-9.2.6 OF THE STANDARD SPECIFICATION. POLYETHYLENE SHALL .a. ... <:.... CE E WATER MAIN REPLACEMENT IN EAST IRVINE TERRACE BE LIGHTLY WRAPPED AND TAPED TO PIPE WITH 10 MIL VINYL TAPE. 8. THRUST BLOCKS SHALL BE INSTALLED ON ALL WATER MAIN FITTING IN ACCORDANCE WITH THE C CITY OF NEWPORT BEACH STD-516-A. HILL o CONTRACT No.. 9835-1 9. WATER MAINS SHALL HAVE A MINIMUM OF 36" OF COVER FROM FINISHED SURFACE. PACIFIC PROJEC NO.. 26W12 10. THE CONTRACTOR SHALL NOTIFY THE FIRE DEPARTMENT 48 HOURS IN ADVANCE OF A OCEAN SHUTTING OF ANY FIR HYDRANTS AND LANE CLOSURES AT (949) 644-3106. 11. ALL FLANGE JOINTS SHALL BE JOINED UTILIZING TYPE 316 STAINLESS STEEL NUTS, WASHERS PROJECT SITE AND HEX -HEAD BOLTS, GASKETS SHALL BE FULL FACED, CLOTH REINFORCED BUNA-N RUBBER. �- 12. FLEX AND TRANSITION COUPLINGS USED TO JOIN PIPE IN WATER MAIN CONSTRUCTION SHALL HAVE ALL THREADED PARTS AND JOINING HARDWARE FABRICATED FROM TYPE 316 STAINLESS APPROVED: DATE: l� STEEL. DAVID A. WEBB, P.E., PUBLIC WORKS DIRECTOR 13. PIPE HARNESS ASSEMBLIES, VALVES AND FITTING RESTRAINTS AND SHACKLE -CLAMP ASSEMBLIES SHALL BE JOINED UTILIZING TYPE 316 STAINLESS STEEL ALL THREADED ROD, NUTS BOLTS AND WASHERS. CLAMPS, SHACKLES AND OTHER HARDWARE MAY BE CARBON STEELS OR DUCTILE IRON WHERE APPROPRIATE, BUT MUST BE COATED LIBERALLY WITH CORROSION VICINITY MAP APPROVED w DATE: 40 2 2- PROTECTIVE MASTIC COMPOUND. NOT TO SCALE JA S M. HO L AN, P.E., DEPUTY PWD / CITY ENGINEER 14. BOLTED CONNECTORS FABRICATED FROM TYPE 316 STAINLESS STEEL SHALL HAVE ALL THREADED PARTS COATED LIBERALLY WITH APPROVED ANTI -SEIZE COMPOUND. SYMBOL 15. ALL BOLTED AND THREADED FASTENERS SHALL BE MANUFACTURED IN THE UNITED STATES OF ABBREVIATIONS AMERICA AND ALL SHALL CONFORM TO THE MINIMUM REQUIREMENTS FOR STRENGTH, MATERIAL (IN ADDITION TO GREENBOOK SECTION 1-3.2) sm�� CONSTRUCTION AND DIMENSION AS ESTABLISHED BY THE ASTM AND THE ANSI SPECIFICATIONS. AB AGGREGATE BASE ALL FASTENERS SHALL BE ACCOMPANIED BY WRITTEN CERTIFICATION FROM THE MANUFACTURER � °Oqs o�" AC ASPHALT CONCRETE T �� 16 THE HOURSN ADVANCE CONTRACTORSHALL OFPERFORMING ANY WORKA HLREQUEST INSPECTION FROM TM(949) 644PUBLIC 331V10RKS DEPARTMENT F OR PUBLIC WORKSAND-0- POWER POLE ACP ASBESTOS CEMENT PIPE tir° ® SEWER CLEANOUT AC ASPHALT CONCRETE ti�gL (949) 644-3011 FOR THE UTILITIES DEPARTMENT. ARV AIR RELIEF VALVE 17. WATER LINES DISTANCES SHOWN ON THE PLAN AND ON THE ESTIMATED QUANTITIES ARE 0 SEWER MANHOLE AVE AVENUE SFgD �sr HORIZONTAL DISTANCE. BFV BUTTERFLY VALVE O° STORM DRAIN MANHOLE BLVD BOULEVARD ORJ R'Fr 3 18. ALL MECHANICAL JOINTS SHALL BE INSTALLED WITH RETAINER GLANDS. LVse° �F � C� FIRE HYDRANT CATV CABLE TV 0- eP 4 19. CONTRACTOR SHALL VERIFY DEPTH AND LOCATION OF ALL WATER CONNECTION POINTS PRIOR C&G CURB AND GUTTER TO COMMENCEMENT OF CONSTRUCTION. OO WATER METER CI CAST IRON 20. THE CONTRACTOR SHALL INSTALL ON NEW PVC WATER MAINS A 10 GAUGE INSULATED TRACING CENTERLINE sg STREET LIGHT PULL BOX CL CLASS WIRE PER INSTRUCTIONS FROM UTILITIES DEPARTMENT. �' P� CLR CLEAR 6P oQ 21, FOR EAST IRVINE TERRACE, WHETHER INDICATED IN THE DRAWINGS OR NOT, THE CONTRACTOR © GAS VALVE CNB CITY OF NEWPORT BEACH ti SHALL MOVE AND RELOCATE METER BOXES FROM PARKWAY TO SIDEWALK. THE CONTRACTOR DEFL DEFLECTION \ qs°° Q� SHALL ADJUST THE WATER SERVICE ON THE PRIVATE SIDE OF THE METER TO THE NEW DEPTH ° STREET LIGHT DIP DUCTILE IRON PIPE �^ \ \ AND LOCATION AS PER CITY OF NEWPORT BEACH STD-502. ® WATER VALVE E EAST/ELECTRIC m c S 22. SNAP CUT EXISTING AC PIPE AND REMOVE INTERFERING PORTIONS OF PIPE AS NECESSARY TO (E) EXISTING 9� MgRq'gT r� PROVIDE ROOM FOR NEW CONNECTING PIPE, FITTING AND VALVES. DO NOT UNDER ANY EXIST EXISTING q sFy F CIRCUMSTANCES ALLOW ASBESTOS PARTICLES TO BECOME AIRBORNE. DISPOSE OF AC PIPE IN C- GUY WIRE °m m FE FLANGED END y� 1 °fir ACCORDANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. INSTALL LONG BARREL TYPE SURVEY MONUMENT FL FLOW LINE m 00 °RAF \ �� °° FLEX COUPLINGS WITH TYPE 316 STAINLESS STEEL HARDWARE WITH FLOUROPOLYMER (TRIPAC p SIGN FLG FLANGE m 9sr 2000) OR EQUAL COATING AND DI OR AWWA C900 (DR 14) PIPE SPOOLS CUT TO FIT AS G GAS REQUIRED. ALL MATERIAL SHALL BE APPROVED BY THE CITY INSPECTOR PRIOR TO GV GATE VALVE INSTALLATION. HORIZ HORIZONTAL TREE MAX MAXIMUM I I ' I n \ / 23. IF THRUST BLOCK CANNOT BE PLACED AT FITTINGS INDICATED ON THE PLANS, BACKFILL MIN MINIMUM TRENCH WITH 1-SACK SLURRY FOR 5' EACH SIDE OF FITTINGS. ® IRRIGATION CONTROL VALVE MJ MECHANICAL JOINT 24. ALL EXISTING IMPROVEMENTS SHALL BE PROTECTED IN PLACE UNLESS OTHERWISE INDICATED. N NORTH I I I CONTRACTOR SHALL REPAIR OR REPLACE IN KIND ANY DAMAGES TO THE EXISTING (m CABLE TV PULL BOX I (N) NEW �. IMPROVEMENTS FROM CONSTRUCTION AND SHALL BEAR THE TOTAL COST OF THE REPAIR OR NO NUMBER \ ��� 5 REPLACEMENT. NTS NOT TO SCALE \ Q ELECTRICAL MANHOLE PCC PORTLAND CONCRETE CEMENT S \ PB PULL BOX I \ \ �c O ELECTRICAL PULL BOX PE PLAIN END \ \ A (N) WATER VALVES PROP PROPOSEDRCP REINFORCED CONCRETE PIPE \ SHEET INDEX (N) FIRE HYDRANT RT RIGHT 10 \ S SEWER/SOUTH � BUILDING SCH SCHEDULE \ \ T�� \ �� \ SHEET DESCRIPTION SCE S LG EXISTING CONSTRUCTION SCE SEOUTHERN CALIFORNIA EDISON WER NO. SHT SHEET 1 TITLE SHEET PROPERTY LINE SMH SEWER MANHOLE \ \ \ > \ 2 CONSTRUCTION NOTES AND DETAILS -- -- (N) WATER LINE SQ SQUARESW SIDEWALK \ rF�� c9 \ yP 3 SEADRIFT DRIVE STA 40+00 TO STA 53+45 - - CENTERLINE ST STREET \ Pao` EVITA DRIVE, CHUBASCO DRIVE & ZAHMA DRIVE, SD STL STEEL STORM DRAIN LINE \ rF ) STA 60+00 TO STA 75+61 T TELEPHONE 12 VCP VITRIFIED CLAY PIPE RRvs o° MARAPATA DRIVE & KEWAMEE DRIVE, STA 80+00 TO SS SEWER LINE W WTST/WATER \ P,OGP 5 STA 96+59 W WATER LINE / 6 ALTURA DRIVE, STA 100+00 TO STA 109+71,35 G- GAS LINE °R'�F \ 13 7 TAHUNA TERRACE, STA 150+00 TO STA 163+00.87 E ELECTRICAL LINE / < � g SABRINA TERRACE, STA 200+00 TO STA 210+00 T TELEPHONE LINE C\ \ 9 SABRINA TERRACE, STA 210+00 TO STA 217+93.38 -CATV- CABLEVISION LINE / 10 GALATEA TERRACE, STA 250+00 TO STA 268+50.90 -X-X-X- FENCE 11 BAYADERE TERRACE, STA 300+00 TO STA 311+50 12 BAYADERE TERRACE, STA 311+50 TO STA 324+50 r BLOCKWALL EAST IRVINE TERRACE SHEET INDEX MAP 13 ANGELITA DRIVE, STA 324+50 TO STA 335+10.37 BID SET NOT TO SCALE DATE: JUNE 9, 2025 XD = SHEET NUMBER C-9835-1 BASIS OF BEARINGS: APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: WATER MAIN REPLACEMENT IN EAST THE BASIS OF BEARINGS FOR THIS PROJECT SURVEY ARE BASED ON THE BEARING BETWEEN ORANGE COUNTY Q�yOF CALL TOLL FREE NA IRVINE TERRACE o SURVEY GPS STATIONS "6266" TO "SACY" BEING N1'36'58' W o N SAIV,sqN �e�e°FN 1-800-227-2600 BENCHMARK: No.C93269� w m �w/ BEFORE YOU DIG THE BENCHMARK FOR THIS PROJECT IS BASED ON ORANGE COUNTY SURVEYORS BENCH MARK "S-1415 DESCRIBED AS ll a MA K VUKOJEVIC, P.E. MICHAINARI, P.E. TITLE SHEET "3 1 NGS BRASS BENCHMARK DISK STAMPED "S 1415 1988" SET IN THE SOUTHWEST CORNER OF A 6 FT. BY 4 FT. ' * 1* DIRECTOR ASSISTA CITY ENGINEER CONCRETE CATCH BASIN. MONUMENT IS LOCATED ALONG THE NORTHERLY SIDE OF BAYSIDE DRIVE 0.3 MILES mT �P UTILITIES DEPARTMENT SOUTHEASTERLY OF THE CENTERLINE OF PACIFIC COAST HIGHWAY AND 19 FT. NORTHEASTERLY OF THE CENTERLINE OF 16310 VINE, A92618KE WAY 9T�c°F Cp`\� CITY OF NEWPORT BEACH W-5409-S BAYSIDE DRIVE. MONUMENT IS SET LEVEL WITH THE SIDEWALK." IRVINE, CA92618 (949)637-3999 DATE: 7.2-Z� DATE: ?-(S-Z5 ELEV. = 12.026 FEET NAVD 88 - ADJ. 2011 PUBLIC WORKS DEPARTMENT SHEET 1 OF13 O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. ® RELOCATE EXISTING WATER METER TO SIDEWALK. REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER 9O ABANDON EXISTING WATERLINE IN PLACE 11 FURNISH AND INSTALL 8" CLASS 150 (FEXFE) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 12 REMOVE AND DISPOSE OF INTERFERING PORTION OF EXISTING PIPE. CUT AND PLUG WHERE INDICATED WITH CONCRETE (MINIMUM 18"), AND ABANDON IN PLACE. 13 FURNISH AND INSTALL 6" DUCTILE IRON FLG'D TEE (E) 6" ACP CAN — a co T 6 ry Lu w ry U (V 6 E z 12 7 CAN — DETAIL 1 NOT TO SCALE - a U (E) CURB AND GUTTER V1 N 14 FURNISH AND INSTALL 8"X6" DUCTILE IRON FLG'D TEE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 16 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (FEXMJ) 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 19 FURNISH AND INSTALL 8" DUCTILE IRON RESTRAINED FLANGE COUPLING ADAPTER 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) 21 FURNISH AND INSTALL 8" 900 DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND (MJXMJ) 23 FURNISH AND INSTALL 8"X6" DUCTILE IRON REDUCER (FEXMJ) 24 FURNISH AND INSTALL 8" 900 DUCTILE IRON BEND (MJXFE) 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER STD-180 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER TO THE NEAREST JOINT PER CITY STD-185 29 FURNISH AND INSTALL 6-INCH C-900 PVC PIPE SPOOL (DR-14) ss — CONSTRUCTION NOTES 30 FURNISH AND INSTALL 8" DUCTILE IRON RESTRAINED COUPLING 31 FURNISH AND INSTALL 6" ALPHA RESTRAINED TRANSITION COUPLING (PVCXACP) 32 FURNISH AND INSTALL 8"X4" DUCTILE IRON FLG'D TEE 33 FURNISH AND INSTALL 6" 450 DUCTILE IRON BEND (MJXMJ) 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14)PER CITY STD-106-A AND B. 36 FURNISH AND INSTALL 6" 450 DUCTILE IRON BEND (FEXMJ). 37 FURNISH AND INSTALL 6" CLASS 150 (FEXFE) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C 38 REPAIR DAMAGED LANDSCAPE IN KIND 39 FURNISH AND INSTALL 4" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 40 FURNISH AND INSTALL 4" 450 DUCTILE IRON BEND (FLGXMJ) 41 FURNISH AND INSTALL 4" ALPHA DUCTILE IRON RESTRAINED TRANSITION COUPLING (PVCXACP) - ss S (E) 6 ACP W �I 0 o i M / - CATV (E) CURB AND GUTTER DETAIL NOT TO SCALE 6 33 (E) 6" ACP W 1 3.00' DETAIL 5 NOT TO SCALE - 0 31 3 29 NOTES: 1. THRUST BLOCKS ARE NOT SHOWN FOR CLARITY. CONTRACTOR SHALL FURNISH AND INSTALL THRUST BLOCK AT ALL NEW FITTING LOCATIONS PER CONSTRUCTION NOTE 6. (E) 6" ACP W I TT.1 DETAIL 6 NOT TO SCALE - c 1 1 1 1 1 1 1 )N/ 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 43 FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC PIPE SPOOL (DR-14) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 47 FURNISH AND INSTALL 4" C-900 PVC PIPE SPOOL (DR-14) 48 FURNISH AND INSTALL 4" 450 DUCTILE IRON BEND (MJXMJ) mk 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 NO. DATE DESCRIPTION OF REVISIONS I � c� D E� DETAIL 3 NOT TO SCALE - 13' ACP W 6SX \ ;B AND GUTTER 6 48 APPR. 12 ENGINEER'S NOTES TO CONTRACTOR: 1. CONTRACTOR SHALL ASSUME THAT GROUNDWATER WILL BE ENCOUNTERED AT ALL EXCAVATIONS OVER THREE FEET OF COVER, AND SHALL PREPARE, INSTALL, OPERATE, AND MAINTAIN DEWATERING PLANS PER CITY SPECIFICATION SECTION 7-8.6.4. 2. PERSONNEL PERFORMING ASBESTOS PIPE ABANDONMENT WORK SHALL BE TRAINED AND CERTIFIED UNDER AHERA OR CAL/OSHA STANDARDS, AND SHALL PROPERLY HANDLE THE ABANDONMENT AND DISPOSE OF ASBESTOS MATERIAL IN ACCORDANCE WITH ALL REGULATORY REQUIREMENTS AND CITY SPECIFICATION SECTION 401-8. 3. ALL WORK SHALL BE PERFORMED IN PHASES TO ENSURE CONTINUOUS WATER SERVICES THROUGHOUT CONSTRUCTION. SERVICE INTERRUPTIONS SHALL BE MINIMIZED AND COORDINATED IN ADVANCE WITH THE CITY. PRIOR TO COMMENCING ANY CONSTRUCTION ACTIVITIES, CONTRACTOR SHALL SUBMIT A DETAILED WATER SYSTEM SHUTDOWN AND PHASING PLAN FOR CITY'S APPROVAL PER CITY SPECIFICATION SECTION 7-17. 4. THE LOCATION OF WATER SERVICES AND METERS SHOWN ON THE PLANS ARE FOR REFERENCE ONLY. CONTRACTOR SHALL FIELD LOCATE ALL EXISTING WATER METERS AND SERVICE LINES, AND SHALL NOTIFY THE CITY IMMEDIATELY IF ANY CONFLICT WITH EXISTING UTILITIES IS ENCOUNTERED. (E) 8" PVC W 3' 9 lAli /W. N N DETAIL 7 NOT TO SCALE - REVIEWED: QROFESS/CN Sq a F Q' N No. C93269 z c� m *Ix C I V 0- CF 15' MICHAEL SINACORI, P.E. ASSISTANT CITY ENGINEER DATE: 1 5 5 (E) CURB AND GUTTER DETAIL 4 NOT TO SCALE - Know what's below. Call before you dig. (E) 4" ACP W C-9835-1 WATER MAIN REPLACEMENT IN EAST IRVINE TERRACE CONSTRUCTION NOTES AND DETAILS DESIGNED: DRAWN: W-5409-S Is OH CITY OF NEWPORT BEACH CHECKED: DATE: PUBLIC WORKS DEPARTMENT SHEET 2 OF 13 --- 6/9/2025 a co 6 Of t > ry co U M 6 E m z m J (E) 6" ACP W 10.04' 4— I \ L I SEE DETAIL 1 ON SHEET 2 — - -c_ BEGIN CONSTRUCTION 8" WATER MAIN STA 40+00.00 ss CAN i SggRINq T SHEET N0 8ACE NOTES: 1 i i ss — S5 o cv Og 62 4 E � 411 + j 00�, C CAN _ 8" 90' BEND ±°015 -1801- 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. 9O ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 20 FURNISH AND INSTALL 8" 45° DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND (MJXMJ) 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER STD-180 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH — G s� ss- 4 00 41, 42+00 (E) SIDEWALK (E) 2" SCG (E) CURB & GUTTER R/W i— G (E) 8" VCP SEWER — I ILI S�EADRIFT DRIVE I -,i 04 E I 557.99' I 1 N I CAN — ICATV CATV \ CAN /�7 3 -1809- EVITA DRIVE SHEET NO. 4 ��♦ SEE DETAIL 2 N♦ ON SHEET 2 �G ♦ 2 c� G tea' `*1' 0E 2 .24' V) �O ^x Q S CO �rn rb ,viT CONNECT TO EX 6" ACP W ss �" I N i43+00 I I I 1 I CAN 1 CAN - F � � C (E) STREET LIGHT R/VV CIRCUIT -1817- -1900- 2 CATV 95 ---- —7 — G G X -X G X X G X I � I 1 I 1 STA 44+09.06 42 34 6 ss 44+00 I c� I ' I Lo CAN I CAfV ® I q� (E) SIDEWALK 2 (E) CURB & GUTTER -1825- (E) STREET LIGHT CIRCUIT 2 F ;T �T I F --G U I — CAN - - —CAN CAN + 00 STA 47+29.57 22 6 1 U) I 'A 47+04.33 20 6 SS Ss ss / c9 7 CAT " CP STA 46+77.36 20 6 TA 46+49.41 = STA 60+00 , STA E S5 0 LO + LO LO I 35 Q uJ w' 77 2 Z� J I 44 C7 2 Q' �I I I mk. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 -2000- -2001- -1906- 35 I - CAN CATV,_ CAN /W / / / / / / / / / �/ / / /I•• 7 -1831- -1912- 13: 0 'w 'm �W — — — — ' w G G G G C/) W W I Cn D I� I 45�00 I 40 1 I U) N I ; O I O CAN CATV CAN - CA:� I � I I� � kwV�QL � 3 U1 2 �Q 'W Iz �2 -1837- ' U ~ I I I I -1918- �O J Im 'W 'W II I U) II W LU ti I 1 Cn LO - +00 U) SEADRIFT DRIVE 1 CO � CD 1 I ss ss I o st M I I ' � ti 'o cn - - i 2 _ _ I �' � H bJ/ - /i7 T7T - / /7�7�7/'f/ / Q �W (E) CURB & GUTTER - - ' z J c, (E) SIDEWALK R/W 12 (E) 8" VCP SEWER Q -1917- KEWAMEE DRIVE -2006- I /C\ CTmCCT I It-LJT rlImt-I IIT F N CAN I CATV -2007- 7R/, W (E) CURB & GUTTER (E) SIDEWALK 2 I 11 F _,-rMCATV CA, CAN — -2012- ZAHMA DRIVE SEE SHEET NO. 4 END CONSTRUCTION 8" WA1 STA 53+45.00 = STA 72+24.69 ZAHMA DRIVE SEE SHEET NO. 4 Know what's below. I Call before you dig. 0 20' 40' 1"=20' C-9835-1 a c (n 6 ry ry w ry v z 0 J LU w U � Cc a in sN a Y s� �a a w 0 ow �a (� °' a C_ J � U w °a IU m w H Z m U c U ID E� U m Q C�) N Ir U m 2- X a w o d o= N O i (V N 0 m o m .Z QN �W ZcQ L � V m ma m o U a in CO Z Ur' Z uj LL LU (E) CURB & GUTTER I O _SD SD cn _ SD SD SD _ SD _ _ SD SD _ SD — SD i ��- J • SEE DETAIL 7 (E) 60" SD r LLJ m TON SHEET 2 (E) 8" VCP SEWER / W — — — — — — — — — — — / ; LU Know what's below. CHUBASCO DRIVE — — ---- ---- --------so_s, r,- Call before you dig. STA 63+16.00 21 6 — — 1 / I — SD SD SD SD — SD SD D SD SD SD SD SD SD _-------------- +� -- — ——06-+OB— -- °----67+00--------- 68*00 69� SD Sr 64+00 049 33 49 E w 357.36 s ss ss ss s� 5T SS SS SS SS SS 001 SS SS M � F � I �G _ I o0 7 G; N G G G ATV G CATV G C G ATV G CATV - G CATV 9 G CAN G �� CAN G -- ----------- — — v� I I — — — --- fi`%`�`�/ / I - - - L— — — — (E) STREET LIGHT CIRCUIT 2 2 (E) CURB & GUTTER N40° 32' 09"E STA 62+89.27 7(E) SIDEWALK 50.36' 6 34 42 STA 62+70.27 0 0 + N O 16.35' W a H W STA 62+28.46 20 6 1 16.78' 1 17.25' N 19° 18' 56"E 17.35' 47.10' 0 0 r� w CD L N 8 ° N Z CD G cn O 1 ' X STA 60+17.35 22 6 CONNECT TO (E) 4" ACP 7 26 38 44 i 1 -1901- -1907- -1915- -1919- STA 62+65.64 20 6 BEGIN CONSTRUCTION 8" W STA 60+00.00 = STA 46+49.41 SEADRIFT DRIVE SEE SHEET NO. 3 O o; J c W1 0 m 1 HIW W� U 1 -2015- LU LU co' — — 1 r 1 I SS— I -G CAN CATi� -- _, -- - `^ G _CAN � 1 �f — I I 1 i9 =STA 53+45 15 5 6 STA 71 +24.22 (E) CURB AND GUTTER CONNECT TO EX. 6" ACP W D -2012- r 7 R/W 1 -2015- -2001- G JJ I G CATV 1 G CAN G -2007- CHUBASCO DRIVE MATCHLINE AT STA 69+00 SEE SHEET ABOVE 6.64' STA 69+33.71 I26.02' CONNECT TO E� 7 X26X38144 — CAN G �� C O O + I C00 a 2 ;co 'W 'Z I I2 �U -2015- ' Q �2 19.59-1 SEE DETAIL 3 * —1 ON SHEET 2 C W// 1p M� P V YG / 17 ,bV/�' _ . _ I / - CATV CAff I CAIV CAN CAN CAT\ / SO4° 27' 08"E m 15.84' I — � 73+00 S40° 31' 52"W 72+00 2 1 71 +0 i 70+00 1 O 532.11' 1 — + � I ZAHMA DRIVE SEE DETAIL 5 SEE DETAIL 4 , Q I m o ON SHEET 2 ON SHEET 2 cli E E STA 710+29.58 U) I T T T— CONNECT TO EX. 4" ACP W 1 F F F E F E c I c D W ' - I I I I I 1/ 0 r- 2' (E) STREET ((E) CURB AND GUTTER E) UNDERGROUND ELEC (SCE) R/W (E) STREET LIGHT CIRCUIT LIGHT CIRCUIT (E) UNDERGROUND COMMUNICATION U2 i -2101- CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB KEWAMEE DRIVE WATER MAIN (DR-14)PER CITY STD-106-A AND B. AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 SEE SHEET NO. 5 O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE FROM THE EXISTING MAIN TO THE WATER METER AND CROSS GUTTER TO THE NEAREST JOINT PER CITY FURNISH AND INSTALL A NEW 1" METER SERVICE PER STD-185 I > CITY STD-502 WITH METER BOX AND COVER. 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT I D �, I m O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES I END CONSTRUCTION 8" WATER MAIN 15 6 5 Q CATV W M WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 STA 75+61 = STA 92+10.59 (E) SIDEWALK I W > WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 07 Z O AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER 1.3° HORZ. DEFL. -2006- (E) CURB &GUTTER H 6 CONSTRUCT THRUST BLOCK PER CITY STD-516-A. PIPE (DR-14)PER CITY STD-106-A AND B. STA 75+03.94 17 = — 9 I R/W — I W O --- T O I 1 L,L LV O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG 38 REPAIR DAMAGED LANDSCAPE IN KIND //IVI' ��/ IOW �v Z EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR rn S43° 48' 43"Wrri - ss Q PAVEMENT PER CITY STD-106-A AND B. 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 7 28.63' N z - REMOVE AND REPLACE EXISTING FIRE HYDRANT'' CA W W 9O ABANDON EXISTING WATERLINE IN PLACE 44 ASSEMBLY PER CITY STD-501, AND RETURN REMOVED 75 61 ° 75+00 � ZAHMA DRIVE 7 +00 ,� FIRE HYDRANT T THE UTILITIES YARD AT 4 W. 1 TH I S41 48 44°w 1 I 15 FURNISH AND INSTALL 8 DUCTILE IRON FLG D TEE O U S 9 9 6 e 28.64' O STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG J4040 0 20 HORZ. DEFL. 17 m I + SLEEVE COUPLING — �Z— c -- — c ---- _ STA 75+32.57 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) U1 / T i— -T- T I U) ,1a�g. 21 FURNISH AND INSTALL 8" 900 DUCTILE IRON BEND (MJXMJ) la :R MAIN 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND �/ 2 Z 15 6 5 O (MJXMJ) — — — — — — (E) CURB & GUTTER 1 = (E) STREET LIGHT CIRCUIT R/W ' (E) SIDEWALK (E) UNDERGROUND TELEPHONE < -781- TO -791- NOTES: 0 20' 40' 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, KEWAMEE DRIVE NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN 1" = 20' WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. SEE SHEET NO. 5 C-9835-1 CATV — -T— E I r 5 1 A b9+b5.96 W6J 69+71.82 20 6 I I 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE ' WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 a co co Of Of t > Of U E z 0 J d w ,c U a 42 c cc 2) a �n sN a Y U O _� w 0 o w �a C J w U �cn m w �Z m U c U E� U � t6 > Q� � U w 0- CV d cD C. 40 N O i L � m m .Z 0 � W cQ:Ez � V a) a) mm a U 3 in � 00 u- LU rY N N86° 48' 56"E 3.33' G — —Tr v, STA 80+03.33 I CATV - -UAIV 22 6—CATVV) � g,0 G CATV 81 +00 -1806- 2 (E) SIDEWALK - (E) CURB & GUTTER (E) 8" VCP SEWER 1 1 I —PTV 00 Xo 28 0 L' ss F` BEGIN CONSTRUCTION 8" WATER MAIN 15 6 5 S STA 80+00.00 = STA 202+94.58 C° s 7 N E — E----- E -- 7 26 38 44 \ -1801- \ SABRINA TERRACE SEE SHEET NO. 8 �9 � G 6 34 42 STA 87+03.47 �j� ♦ 35 C) ♦ s 55 cq 7 ��♦♦ G y �P �, 0 25 26 44 N� E P� / cry \ F� k O�` �O SS STA 80+82.95 M �O CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD- 106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. 9O ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 20 FURNISH AND INSTALL 8" 45° DUCTILE IRON BEND (MJXMJ) 21 FURNISH AND INSTALL 8" 90° DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.5° DUCTILE IRON BEND (MJXMJ) 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER STD-180 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.25° DUCTILE IRON BEND (MJXMJ) 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER TO THE NEAREST JOINT PER CITY STD-185 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD- 106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 4REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND 4 RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 A 80+39.76 21 6 -1816- +57.64 42 34 6 STA 81 +77.04 = STA 150+00 15 6 5 - CATV CATv CD 82 S71 ° 03' 56"E I 736.43' I� R/W -1824- G -1832- 84+o6xw I CAN lJ� ' I ss s MARAPATA DRIVE 35 9 E, E, -E E E E E � F (E) CURB & GUTTER F� (E) STREET LIGHT CIRCUIT (E) SIDEWALK R/W e -1800- NOTES: TAHUNA TERRACE 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, SEE SHEET NO. 7 NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. � c S21° 0- 11"W �21.�4�' i S 3° 32' 49"E 8 S .43' 8�0 cq� �\ C1 211 Uj >I O m I Q� 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. 1 1 -1920- -2000- (E) SIDEWALK I I (E) CURB & GUTTER I I (E) 8" VCP SEWER R/W �95 2 J � 11 � 7— G — - -- G ----------- 1 � - - -S 1 I I I I 1 KEWAM E E DRIVE Icz T — —1 4 47' 49"E 89+00 1 S5= +SS 1 ?8.29' 1 o Cq7 1 / 0 90+00 r 0 1 / I U) � I N 1 cn - -- - V : 1 1 CAN -€�— CATV (IATu CATV CAN 9 tATV STA 89+20.66 27 (E) CURB & GUTTER (E) STREET LIGHT CIRCUIT 2 R/W (E) SIDEWALK -1921- -1927- 1 -2001- -701- TO -731- W I (E) STREET LIGHT CIRCUIT w R/W 2� (E) SIDEWALK w I (E) CURB & GUTTER w -E I G- E— G � T G G -- — I 15 6 5 —E— STA 93+78.31 = STA 335+10.37 o' NI I I QI 93+00 S49° 25' 49"E U) _ — CATV CAN CAN CAN — w' z3 3 J — 1 =I 2 U (E) STREET LIGHT CIRCUIT H a -521- 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 CAN \ I KEWAMEE DRIVE U 94+00 w w ANGELITA DRIVE SEE SHEET NO. 13 2 "1 STA 84+50.76 = STA 100+00 15 6 5 "' I_ -G G — z o o C 2 CA +QQ n CAN — — p: • 1 O ILU co H w = Know what's below. En Call before you dig. w w II CATV - 861 o I I o � I s ss �� o �o I+ c0 '_J ' U) E E 'Z - - ------ I2 N 7/ -1900- i I< ALTURA DRIVE SEE SHEET NO. 6 -2006- -G V � I _ I i 15 6 5 S I 0 — SS 1 �S — 6 34 i 91+00 S46° 02' 49"E 317.45' cn I — Cr,. . &AN — " 1 i am 2 -2007- ZHAMA DRIVE SHEET NO. 4 0 0 + Ln ti � I G —G I I ?+10.59 = STA 75+61 I _ I I c� c I 3TA 91 +94.14 1 9 00 T- �, — CAN — STA 92+38.11 35 I 2° HORZ DEFL. 1 7 X26138144 � 6 34 42 95+00 96+00 N 9 - o A//ttf� - -- - 35 v/ �1 7 (E) CURB &GUTTER 7 26 44 R/W END CONSTRUCTION 8" WATER P (E) SIDEWALK -524- CONNECT TO (E) 6" ACP W STA 96+59.00 1O IJ Iw m ~ 'w 1 U) I I I I I I I I to IO� Q I sue,\fit/ice w 'z I IJ U -2015- Q SEE DETAIL 6 ON SHEET 2 u O �96 59 �O w > 0 20' 40' 1"=20' C-9835-1 N N 0 N 0 m U a) C) a w F7 U E z a J LU w CO C 5i(D CCc a in o N ¢ Y U 0 �Q Y C w CD o w �a (� (D a C_ J � U w �U) m w H � O Z m U m U E U a) � U a> 0- w CVCD d 0 N O i N L � m m a> C m .Z r co QN �W Z> L U) c� U m mm o U ao �m ZC-0 LL LU of 0 x NP 7- �7- N -0 \ %-7 R/W 07 O 4 7 01S .v \ G 21 ° 53' 516W 7- 6.65' S 0 7 -S -- s 7 �� 7 6 27 STA 100+16.65 BEGIN CONSTRUCTION 8" WATER MAIN STA 100+00.00 = STA 84+50.76 15 6 5 r i 0 28 G / 7 00 CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE WITH, VALVE SHALL BE AVK 65 SERIES BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. 9O ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 19 FURNISH AND INSTALL 8" DUCTILE IRON RESTRAINED FLANGE COUPLING ADAPTER 22 FURNISH AND INSTALL 8" 22.5° DUCTILE IRON BEND (MJXMJ) 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.25° DUCTILE IRON BEND (MJXMJ) 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER TO THE NEAREST JOINT PER CITY STD-185 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE WITH VALVE, VALVE SHALL BE AVK 65 SERIES BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 \ ss s oo° , / R/W \ 3:I O. w' mlw w' (n ' S (E) STREET LIGHT CIRCUIT -2007- (E) 2" SCG (E) SIDEWALK (E) CURB & GUTTER (E) 8" VCP SEWER 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. CAN �� i m k, ii 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 11: CATV — I I TG I C9 I ch 00It 1 107+00 1' I -1Ag1- -2015- -2018- (E) SIDEWALK (E) 2" SCG (E) CURB &GUTTER (E) 8" VCP SEWER VG G G —T � I CAN � ATV Cf4-------- ALTURA DRIVE I I 1 II 108+00 S46° 06' 09"EI 262.34'1 U) (E) SIDEWALK -1926- r; -1927- 2 J (E) STREET LIGHT CIRCUIT -2021- ANGELITA DRIVE SEE SHEET NO. 13 -2024- I o N 0 + co Q U 2 R/W /- —SSJ, --� I I � N U' `" .0° HORZ. DEFL. S49° 35' 29"E N NTA , 109+58.43 12.92 a 6 34 42 -`` `j' SJ 109+00S4i° 05' 29"E 47.87' 6 5 15 19 END CONSTRUCTION 8" WATER MAIN STA 109+71.35 = STA 332+41.76 I I -1932- -1933- —ss U -2027- U 5 •� E E f f- W/ 0 I 7 N _SS — M ANGELITA DRIVE SEE SHEET NO. 13 -2000- 'O 'm I� �W — G Cn I I CAN I I CW — I I I I I F O p I i 106; c+o o_ = li Q cn I I 1� — Q 1z I= � Q I -2001- Know what's below. Call before you dig. N LO 0 LO 0 20' 40' lit =20' C-9835-1 CD N O N 0 m 0 a rr LU w U E Z o J LU w I� C U a' a a)Cc 2 a in sN a U Y o� �a Y c � w�0 ow �a (� °' 0- LU �c� m w H Z m� ID c U E� U a� Q� � U Q 0- w cm 0- CD o= N O i (V N __ m Im m c m .Z r nco w z > L cQ � V m a� m m 0 U Sin Z LL 0 x o x NOTES: 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. �M T\ x�h/ss MARAPATA DRIVE G, \ 2 �1s SEE SHEET NO. 5 �P* F oa CD ��♦ ♦ , 7s S , C I STA 154+20.21 27 6 C4 EG E G STA 154+50.28 27 6 % -AN " CATV - CAN SS S23°3� STA 155+28.53(412\�346 2) ',78 352, S4-F STA 154+85.49X��y 1 STA 155+31.70 OP34 ° 46 27 6 54"E " ' 0 156+00 ® 4621' 1 1 I I 35 cb _ I I 7 26 38 44 CD MARAPATA DRIVE SEE SHEET NO. 5 c-4-1, y 3� - - CO c, S18° 56' 04"/ 13.97' %l $o 0o STA 150+13.97 27 6 Q S05° 41' 04"W U 30.14' 1901, CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE WITH VALVE, VALVE SHALL BE AVK 65 SERIES BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD- 106-A AND B. ® RELOCATE EXISTING WATER METER TO SIDEWALK. REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER 9O ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER STD-180 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER TO THE NEAREST JOINT PER CITY STD-185 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE, BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL DC Ir1AI CC- hAl1 PlCI AIlI I A n A n -1907- (E) STREET LIGHT CIRCUIT :11 (E) SIDEWALK - (E) 2" SCG R/W (E) CURB & GUTTE I I 1 c� c� N - - I I I I I STA 150+74.26 2.0° HORZ DEFL.0 I II I I� � 511 +00 N I I I o cal c� -"I, �\\ 2 — 28 BEGIN CONSTRUCTION 8" WATER MAIN 15 6 5 8 STA 150+00.00 = STA 81 +77.04 -1801- -1910- -1918- I I E G E G� I — CAN N CAN i SS — 0 0 Cam, o I LO � I /L -1915- R/W 2 �EG E GT —E G I I I CAN -j4N CAN - TAHUNA'TERRACE I I _SS S I I 157+00 i I -1810- -1820- 130 'm / I LU -- - Lv - G - -- c G E E E (n Tv Aivo — A1Ln TAHUNA TERRACE ' ' (E) 8" VCP SEWER � STA 152+83.50 STA 153+19.63 17 I 1 1 1.5° HORZ. DEFL.17L30-10 HORZ. DEFL. LO �—S-s -- S _ — i` I I �+ I 1 co 152+00 ° �, I 153+00 so1° 01' S4"E �_ U) SO4 15 52 W N I 52"W 70.48' 5 Q I I 86.55' I I ' i �� -- I o - U -- 2 9 R/W I = R/W (E) CURB &GUTTER J (E) SIDEWALK 17 STA 153+49.73 ; � 1.5 HORZ. DEFL. -1821- -1807- -1815- I R -1924- I (E) SIDEWALK /r(E) 2" SCG /-- (E) CURB & GUTTER -2000- -2006- I O I I I I I I W � m (E) STREET LIGHT CIRCUIT I LU LU 2 -- 2 2 cn 1 —I 3 3 LU E G —q E �' E- E G E G E G G E— LU -- _ -_ - - 0 \ CAN CAN C CAN I CAN CAN CATS CAN r N I N I N ss - I �� —5S I I o �o ,\1 S46 158+001 1 ° 01'54"E 1 159+00 1 16 +o 1 I 9 U I 470.49' (A I - -ct� rt cn I cn Q /N k/ /VV/-7L7L// 7L7L7L7L/VW-7L7L/ / I (n 2 I R/W (E) CURB & GUTTER 2 LIJ (E) SIDEWALK I Z -1921- -1927- -2001- J �2 �U -2007- I ANGELITA DRIVE SEE SHEET NO. 13 I I -2018- I -501- m I I � � I (E) SIDEWALK 1 (E) STREET LIGHT CIRCUIT r=fl (E) 2" SCG (E) STREET LIGHT CIRCUIT R/W (E) CURB & GUTTER 2 - SS -- I - T � O 1 I E E G G E 1-'7 - E I I777 fll ' T— CAN 4- CAN T CAT CAN CAN - CAN \Ty ---- N cn o W ' TAHUNA TERRACE I I STA 162+22.30 S44 �'4726 05' S30° 261080"8 28 0+ 17 1.5° HORZ DEFL. 6 27 STA 162+87.79 c�i I SS - i JJ 5 LO D -I 6 34 42 STA 160+88.58 1 I o _ - _ - - _ M +b0 161 +00 r 162+ 00 S41 ° 47' 15"E -0 S46° 10' 27 E ® cn I 1 220.12' 21.96' _ r I - I 35 cn I g 17 STA 162+48.35 - -- - I 10 1.5° HORZ DEFL. m /// f�v I I � //,0/ - - �V - 3 j 7 26 38 44 2 (E) CURB & GUTTER 2 (E) SIDEWALK D R/W 15 6 5 END CONSTRUCTION 8" WATER MAIN STA 163+00.87 = STA 329+72.58 o-2015- -2021- -2027-CDi; 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 ANGELITA DRIVE SEE SHEET NO. 13 M V- Know what's below. Call before you dig. C-9835-1 N N O N 0 m a) S 0 C9 U ao ai Z 0 m J W 0-1 F7 U � m °J C N CCc a in o N a Y U O �a �z y Y W 0 CD �a (D a C_ J � U W �LU m w H � O Z m U ID U E U m� a) � U a) 0- w cm 0- CD o= N O i (V (D L � m m a) C m .Z QN �W ZcQ L � V m ma m o U a � 00 Z Ur' Z uj LL W sFq sF oR,F FsH ro FFr RSV N� F •3 ss J 'V •3 CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. ® RELOCATE EXISTING WATER METER TO SIDEWALK. REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER 9\ ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND (MJXMJ) 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER STD-180 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER TO THE NEAREST JOINT PER CITY STD-185 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 iU) DRIVE m PpTp m pRp C (E) UNDERGROUNDCOMMUNICATION � � M SHEET ND.J 17 ° HORZ. DEFL. 45.9SOO05' 19"W = 45.93' 2° HORZ. DEFL. 17 JIT m BEGIN CONSTRUCTION 8" WATER MAIN 15 6 5 SEE STA 204+64.37 STA 205+10.30 a j STA 200+00.00 = STA 40+47.70 \ STA 203+36.22 27 6 S01 ° 54' 41 "E CIO I ° HORZ. DEFL. 22.96' Q - I m r (E) UNDERGROUND ELEC (SCE) 17 STA 204+41.41 , E - � 10 (E) SIDEWALK R/W _ t 205+00 Sp2 T05' 19"W STA 203+53.08 27 6 T _�'-� 91.85' Sap°3 (E) CURB & GUTTER (E) STREET LIGHT CIRCUIT E� 15 6 5 STA 202+94.58 =STA 80+00 �353> 6 l4i STA 201+35.37 S08° 03' 56W E 54 0q+1 E w --211033' DI I� 20�*00 M 'A 300+00 ----G 6 27 STA 202+46.33 � SS r .�ERRpC _ SS - N - G BA - ' z R A SS T E O ®� A� " SS G COAN - -� X << SS - 2 G CAN v / E E S03 � � I � _ -' Cn 00 89.8 U� Ss 16.8 28' 36"W I CAN G CA fffiffl� 1 o Sf-f� , o SS / 8 25 Ic' SS + SS 0 (E) CURB & GUTTER oW _1821- CATV G I CAT I � I SA yq pE SEE S RE DRjVE HEEr NO. 11 - G CP �E 1:f/ R/W (E) SIDEWALK V) G CPN \ E l� (E) 8" VCP SEWER18 5- cA1v I -G C N �E f (E) 2" SCG (E) STREET LIGHT / CIRCUIT -Agp7- - - 2 7 9 7 -1801- s m. < WI W ' `O' c9 2' - CIO 0 LLJ + 2° HORZ. DE F 17 W STA 206+02.15 2° HORZ. DEF 17 S46° 03' 16"E � -� T v E STA 206+51.56 436.37 STA 206+69.35 20 6 STA 209+59.89 + Soo° 5 �- 20 6 , S/ C) to , N 1 32„w_ E- / S \11y(<;�%, O N 49 41' 20 6 STA 209+37.77 ♦♦� �SS R/W (E) STREET LIGHT CIRCUIT �' I cYi SSA S51° 9=S2= - E- (E) CURB & GUTTER CIS �� ♦♦ G 30.70 (E) UNDERGROUNDCOMMUNICATION < S45° 44 .3 \ G Q CA W I - _ _ G _ S06° 51' 32"W � STA 207+00.05 20 6 (E) 8" VCP SEWER � 1533' ♦�� z 1 �, CA ; 17.80' I E ♦ x - cAA G STA 207+04.24 42 34 6 22 6 STA 209+22.44 Ss G o _ U 3 3 L i�,t�v j _ CA�v X - SS T S 16° &8` 35 E- / C, 2 yyf G 1. SOg° SS �0 21.18' N89° 15' 23"E Z I -182 7- ATV 21 ' 25"w +o �j- SS -- SS / C 2 22.12' r 114. o I STA 208+14.29 27 6 o Z�gk�O 35 - ,rw A1V o � I G 20g+0� � \% cP 3 -183 - 7 26 3844 - _ ' CATV G ° S27° 23' 35"E W 3 SO4 53' 35'E G C38.50' \ P E 2" SCG -Cq� \ CATV (E) SIDEWALK"I STA 208+83.93 27 6 771;11-1 -1839- 2 0 1 1ifi-STA 208+62.75 27 6 NOTES: 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 R/W -1845- i Know what's below. I Call before you dig. 0 20' 40' lit =20' C-9835-1 a N O M 0 co 0 a U rn d E Z 0 J 0, W 0-1 F7 U 0m °J C U Q a� N m a co o N a Y U O �Q y Y w - o oU) w �a C J w � �c� w m � "Z c 6 E� U � m Q U) ID � U 'a w CV 0- CD C. 46 N O i N � L � m C m .Z 0 n �W Z> L cQ � V m mm o U Q y � 00 Z Ur' Z uj LL LU Of o x 01 Z' WIW 2� W — — W E E E U)'+00 °T T 211+00 T NOTES: 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. CONSTRUCTION NOTES 0)FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD- 106-A AND B. 90 ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 0� 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE 0� COUPLING 19 FURNISH AND INSTALL 8" DUCTILE IRON RESTRAINED FLANGE 0� COUPLING ADAPTER 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER TO THE NEAREST JOINT PER CITY STD-185 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 L T 1 E T 212+00 T 436.37' SABRINA TERRACE w - SS SS SS -SS SS I I I N CAN G CAN y G CAN _ CR/ I G CAN I�13 P - II I I I th`iiYn,,, i,,,,,,,,,, /��`if/�=�t�`fi`i Y� 3 s 2 g 7 7 26 38 44 -1907- -1915- -1921- E CGAN mk. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 1 v CAN - TA 212+ CATV- (E) STREET LIGHT CIRCUIT (E) UNDERGROUND CC MUNICATION (E) CURB & GUTTEF R/W �- E ).3° HORZ. DEFL. TA 213+96.26 SS t1 —SS r ------ C CA — G CAN C N G i`^ CA�Y �ftttt�` i tJ/ Yv /y/ I I �Vfi`f I � D(E) 8" VCP SEWER R/W -1927- (E) 2° SCG _1935- +�Q- S45° 47' 07"E I G CAN II I Y// 313.17' G R/W (E) 8" VCP SEWER -2015- (E) 2" SCG S43° 17' 07"E 1.5° HORZ. DEFL. 25.93' 'A 217+74.49 i SABRINA TERRACE 42 34 6 G I CAN 2 I CAN I -2021- E T €BAN E e S86° 41' 08"E 18.89' S42° 17' 07"E 28 13.21' ° HORZ. DEFL. / ;TA 217+61.28 (E) 8" VCP SEWER 0 � J 'W 100 H W 'W E E--- E (n FOOT T T 21 Lu Lu _ C) SSI SS SS s� I ' + CED_ G CANCAN— CAN G CAT\ �c/) 'W ' -2001- ZI I 'U ANGELITA DRIVE SEE SHEET NO. 13 N p I END CONSTRUCTION 8" WATEF O I STA 217+93.38 = STA 328+33.22 + 00 7 ANGELITA DRIVE SEE SHEET NO. 13 19X15X6X5 Know what's below. Call before you dig. 11111111111111_- 1 C-9835-1 a K W w o� C U � a, a� N (B C C (6 � a �n o N a (D U O ch �, 4) z w (7 0 co o w �a C_ J � U w °a cn m Lu H Z m U c U ID U � ID Q � U m 'a w CD C. C, O i L � m ID W C m .Z 0 n w z L cQ � V a� m m o U a in � 00 LU Z Ur' Z uj LL Of o x CONSTRUCTION NOTES \ FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. \ REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. \ FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. \ CONSTRUCT THRUST BLOCK PER CITY STD-516-A. \ REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. \ ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 0� 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND (MJXMJ) 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) 28 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER TO THE NEAREST JOINT PER CITY STD-185 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) ce_ 28 1r7 5 00 S00° 41' 4" S� I 38.21' w BEGIN CONSTRUCTION 8" WATI O 250+38.21 27 6 STA 251+58.07 17 2 HORZ. DEFL. 251 +00 S 11 ° 55' 41 "E 45.96' d 16� 5 STA 250+00.00 = STA 302+74.56 v v E_ _ + T ,- - E co ❑ w �� M w I co C w i \ _ V) I J- &TV — G CAN CAT G AN - CAS � — 7 D cn cri R/W — (E) STREET LIGHT CIRC (E) CURB & GUTTER E S09° 19' 12"E 73.90' BAYADERE TERRACE SEE SHEET NO. 11 T I ! 0 YV%7L7L7L1�u I -1701- �` (E) STREET LIGHT CIRCUIT 01 (p I STA 254+05.27 255+00 S01° 04' 12"E k00 123.52' p co ` N ♦ w� � M ♦ s12 $g 60 ) o SS N— S G— la CAN rcn ♦ cA CAN Z♦ G CPS /N 4REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER 4 CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE -1727- UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT �Q' r� SHALL BE JONES MODEL NO. J4040 � O� hgX STA 258+12.86 27 6 S12° 19' 12"E 29.20' STA 25! 2 0 cq� >< v NOTES: 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. 264+00 STA 258+81.28 4234 6 `25g+00I 'V /STA 259+51.13 E 2 4° 49' 1S3 C109I S46° 04' 12"E .07 q G 26.80' N G CA v 7 2 -1833- L1') cq 00 CD I N r O Ed 0 M I --- 35 rn G Q 1 '^CAN G CAN G CAC11/ _CAN G CA - G CAN I— 1 I I Q= — I— - — — — — — L W 7 26 38 44 2 J I 2� U 1 -1927- -1933- -2001- L I 1 ° HORZ. D'� EMU — 252+00 �0 S — I CASV G CAN G - CAN 2 9 (E) CURB & GUTTER (E) 8" VCP SEWER R/W -1709- I I S.: S10° 19' 12"E STA 253+06.52 253+00 158.59' GALATEA TERRACE CAN 69 CAN G L1 l7 -1715- P0: 'W �m W IW Cn Know what's below. 1 Call before you dig. STA 253+16.66 17 2° HORZ. DEFL. 0 - 5S 1 LO M ILO N Q �-f/W / Q 2 'W 'Z J -1721i U I� F28.78 27 \ \ IO R/W � 1 J (E) CURB & GUTTER ' LLJ (E) UDERGROUND ELEC (SCE) I m E— W S10° 10' 48"W _ 1 (n 68.94' `s6' S55° 10' 48"W I xOQ\ 24.94' G 6 20 STA 255+97.72 A ^ T^ N \ - S S5 CATV G - - _ I---�- --- --- CAN G / YV I /W 2 (E) 8" VCP SEWER — (E) 2" SCG 2 R/W -1801- SS TE SS ss SS - I I o can 100 N S10° 10' 48"W 257+00 t— 5 LO N CA G N 122.42' I S01 ° 04' 121E Q I c 1 AG �- — G 67.79' f— N G - U) VY N G CAN — G — CAN I— W STA 256+22.66 6 Z -1807- 2 C 6 27 STA 257+45.08 I = IU 1 -1815- -1821- I R/W (E) STREET LIGHT CIRCUIT (E) CURB & GUTTER STA 260+02.54� c� 20 6 261+00 262+00 I 261 EN O ILLI CID W W O � SS_ 0 1 GALATEA TERRACE J o �s CO N88° 55' 48"E o0 0) 24.61' 1 N — Q iI _ CA `✓G - =GCAN G C TOO G CAN = cD ----- kw/ W _ /_1,/,/,,,,,,,,,,Yohf STA 259+77.93 20 6 R/W (E) 8" VCP SEWER (E) 2" SCG 1901- -1907- 1 CAN G - CEB AN ss-7 i c� Q0 CATV - �ATV N G CAG ' 7G f,C/'/Il� II— Q W 2 1z -1921- I2 U 1 ANGELITA DRIVE SEE SHEET NO. 13 R/W (E) STREET LIGHT CIRCUIT (E) CURB & GUTTER 28 \ � I 265+00 266+00 n n o 267+00 268+00 _ = SS - — G GANG. GALATEA TERRACE (E) CURB & GUTTER I �A CAN I i I� �jq R/W 8" VCP SEWER - (E) 2" SCG -2007- mk. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 848.36' 5 — I N G CAN G \ A _ — CATV c� W) 2 -2015- �S ---� �S — 15 5 6 END CONSTRUCTION 8" WATER gc�� 1 STA 268+50.90 = STA 326+25.77 N CAN `^ CAN - CAN fig/ 2 -2021- CAN ---- ---G -4 1G -\\ ANGELITA DRIVE SEE SHEET NO. 13 0 20' 40' 1"=20' C-9835-1 L0 N O N CJ UJ 76 0 f/1 d C m a 6 a U E z 0 a m W w o U � 42 ;° EL in o N a U Y o� �s� a z w� 0 ow �a - C_ J � U LU .6 cf) m w H Z m U c U m D E� �> QC�) Ir U 0- w CV 0- CD O N O i N N L F-- m m c m .Z r 0 w z L cQ � V m ma m o U a in v CO Z Ur' Z uj LL W CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. ® RELOCATE EXISTING WATER METER TO SIDEWALK. REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER 90 ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND (MJXMJ) 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER STD-180 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 Sg"11VA lE ESyR RRgc FT No F 8 N U U) I I E U' 10 56' "W 6.88' E NOTES: 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. TEA TERRACE GALA` ET NO. 10 SEE SHE E (E) UNDERGROUND COMMUNICATION Know what's below. I Call before you dig. 0 w y�INF M ''lTSTq / \\ ' `3os� o 6 STA 304+70.11 \\ (E) (SCE) CONDUIT �„ AA S33 3 56 W / \\\ 28. 3' ST.4A 300+06.88 27 6 E (E) 8" VCP SE ER � �E�/ —T s E` 1801- (E) UNDERGROUND E (SCE) � STA 300+66.05 42 34 6 R/W ,CO N?0 SS \ ESS ° 41, 04 W N69°�' 04"W E� a E 3 T �k00 4651, SS 47.61' �r N68° 11'04N1/ —E—� E E— E \ 22.93' j 3 G E 3 T / \ 56 (� 2 STA 301+23.93 27 6 SS \ S�$° 03 � 35 ss _ ' 01+0CNI\i0 _ BAY - T T T "� \ 1g1A' G STA 304+02.89� cPN ` 27 6 ,S A� RE DRIVE1- m 2 7 CAS S _ = -s — ss o —tss 3 3'"00 G cp, N79° 26' 04" 3+ o E � 7 26 44 ` � E cAn, W 0200 1 G Tv 2 �� E G 08 CATV .39� N \ -_- CAN -- BEGIN CONSTRUCTION 8" WATER MAIN 15 6 5 �`'� Ee CANG 1/ E U E� 7 STA 303+26.17 27 6 \ STA 300+00.00 =STA 201 +72.90 �-�l�\� � i� E � E— E -1, p 1- I � -f10% fif/�ft-f�" � 25 8 8 S89° 18' 56"W 93.86'5- 2 STA 302+32.32 27 6 I 25 R/W 9 STA 302+74.56 = STA 250+00 15 6 5 -1501- (E) 2° scG I (E) STREET LIGHT CIRCUIT -1507- 1 \\ m�0 R/W - STA 307+77.96 � i Rw� o,oT F �� ; 53 SERE D �X. �SS— �j�� 0 T CO 0 \ E E E SS G CAN c� ° 48' 56"W --- _ i T _ 'cam %j � S45° 41' 04"E Ss I /22 6 G 67.8 STA 306+65.25 r ~� �C 42 34 6 STA 306+21.59 SS 97' n , CN � ss � I I G co_ Soo° 41' 04"E 306+(o 35 G n -162�- cPN b 2 � 50.94' G ATVG G 160> �' I 22 6 STA 305+66.33 2 20 6 STA 306+17.27 -1615- 7 26 3844 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 (E) UNDERGROUND ELEC (SC (E) STREET LIGHT CIRCUIT I �E NDERGROUND COMMUN CATION STA 309+11.79 27 6 (E) CURB & GUTTER C E� E 1 --T ��QQ T STA 310+17.27 27 6 �r E S09° 32' 20"E S01 ° 42' 401,W 133.84' 105.48' � E SS \ 1. 2' HORZ7DE 290L ss SS STA 310+.17 •� • GAN G CAN G S CA SS S 661j,,w \ r G CAN C N G ,'� `\ �♦ SS VG S S>>° •� CA G 42, 9 - _ , I SS 4 9' 1�-W • -- � � 42, 2 R/W co -1633- -1701 _ 2 �, o o CA ss (E) 8" VCP SEWER fly o GCA� SS (E) 2" SCG I '`'�y� c qn, I� j r�Q V 0 20' 40' 1"=20' C-9835-1 LO N O C2 76 0 fn C U) a 0 a E z 0 a m J W w H > t 0� � C U Q 3 C Cc .2) a in o N a Y U O � Z Y c � w o cD o� w 2a (� C_ J � U 11 �� m w H " Z m U c U m E� U � m � Q � N i � U m .2- O X w CD d C. N O i N � L � m ID m C m .Z 0 n w z > L cQ � V m a� m m 0 U Q y � 00 Z Ur' Z uj LL LU Of 0 x �Nx CO�P10 �/ Px (p�o° \ •�G� / STA 311 +91 \50 22 6 2 \ N S32° 42' 17W 24.86' \ STA 312+16.36 22 6 s ss, S10° 12' 17"W 76.73' S� F 9� STA 312+16.36 22 6 CpO W > m W — E- W T— CD 1 +� °° M G T T tz 388.61' w 4 — - 35 CAN G CA_ CAN WI I 1W I 4 38 26 7 25 8 L NOTES: 2 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. 07`?"O \T O (E) SCE CONDUIT T (-E)-STREET LIGH CIRCUIT �72 . \ ° �' -_ 62Q�sr�,, STA 313+55.51 27 6 t. Ems`— —E— T� STA 313+84.83�ss - 9 �` S23 ° 32,6-1 29 43'F co STA 314.25.94 27 6 CONSTRUCTION NOTES O FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. ® RELOCATE EXISTING WATER METER TO SIDEWALK. REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER 90 ABANDON EXISTING WATERLINE IN PLACE 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND (MJXMJ) 25 REMOVE AND RECONSTRUCT IN KIND CONCRETE SIDEWALK TO THE NEAREST JOINT PER STD-180 26 REMOVE AND RECONSTRUCT IN KIND CONCRETE CURB AND GUTTER TO THE NEAREST JOINT PER CITY STD-182 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) 34 FURNISH AND INSTALL 6" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE WITH VALVE, VALVE SHALL BE AVK 65 SERIES BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. 35 FURNISH AND INSTALL 6" DIAMETER C-900 PVC WATER PIPE (DR-14) PER CITY STD-106-A AND B. 38 REPAIR DAMAGED LANDSCAPE IN KIND 42 FURNISH AND INSTALL 8"X6" DUCTILE IRON TEE (MJXFE) 44 REMOVE AND REPLACE EXISTING FIRE HYDRANT ASSEMBLY PER CITY STD-501, AND RETURN REMOVED FIRE HYDRANT TO THE UTILITIES YARD AT 949 W. 16TH STREET. NEW FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 STA 315+14.54 22 6 (E) CURB R — G C —316+00 9 T 388.61 BAYADERE TERRAC �8 314�+00 $ 5a. , —ss — 2 O,/ Cq�G S34 47 43" (E) 8" VCP SEW E S46° 02' 43"E 0 lb C .TV 7G CATI� �G -T - G G — G (E) CURB &GUTTER E E T3 A+a0 — — -1921- G 7HiN I CM It co T I � CAN I 7 T A 314+55.81 22 6 -1821- - R/W (E) SCE CONDUIT (E) UNDERGROUND COMMUNICATION (E) STREETGHT CIRCUIT - E — E E E -- 320+00 T21±00 _ _ __ __. (E) CURB & GUTTER (E) SIDEWALK R/W -1927- w BAYADERE TERRACE � C- (E) 8" VCP SEWER UHiv �G I CAN ,N I � � / P I (E) 2 -1933- �s CATV mk. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 291.74' I �A� G CAN I� /� ff I -2001- CAN AN — — CA - J I (E) 2" SCG I (E) CURB & GUTTE (E) SIDEWALK R/W -1827- 1 -1901- u x0 S 0O° —ss — I- 76,. I G G �Y 7•Al 322+27_05 -2007- R/W I I 0 J (E) UNDERGROUND COMMUNICATION W _ _ m E E E E t— -- W LU T 17+00 T T —318� (n - 1 w � �S 5 S — T + 2 I �+ 8 25 I I � � cn I "' CI N — CADL - G - CAN G - CA� G CAN i Q 0 H -� 1N I IVW 1N �` i�d f% - - - ---------- - Q LU �Z IJ 2 -1907- -1915- -T ss 5 S45° 58' 41 "E G u, /E13 I -2015- T SS 323+00 Know what's below. Call before you dig. ♦ 3 s - ° ,. �x N77 46' 1 E ♦♦ 55 � \ 39 25' SF� 5 ♦ FT -T— T SS ♦ ^' S 'V 73 7 STA 323+21.37 42 34 6 324+00 `L`L9 Aso 2 F STA 324+31.90 22 6 °A34 S57 57 g6 G �P CAN G _ G CAN 35' iv f77�`7bT/ I :38W7 22 6 STA STA 323+51.06 27 6 -2021- 0 20' 40' 1"=20' C-9835-1 w COY ♦ - ♦ I T T- r i CO Al - 4 �44/ * 3925' r9F N55° 16'19E 3+2500 N 43° 40' 32"E -Z Ski F 24.83, 49.29' CAN E E- W f FA 324+95.98 27 6 A 324+71.15 22Y6 GALATEA TERRACE SEE SHEET NO. 10 -G T- I I I I I I � I 1 II N-54 f°f_ 55'32' 57.58' 1 CAN E E- C) -X"% /�%�i`)NI-74 I - I 9 STA 325+45.27 27 6 �11 NOTES: 1. WHERE NEW WATER MAIN CROSSES EXISTING SEWER PIPE, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN EIGHT HORIZONTAL FEET OF THE PIPE. 2. WHERE NEW WATER MAIN CROSSES EXISTING DRY UTILITIES, NO CONNECTION JOINTS SHALL BE MADE IN THE WATER MAIN WITHIN FOUR HORIZONTAL FEET OF THE PIPE. CONSTRUCTION NOTES 0)FURNISH AND INSTALL 8-INCH DIAMETER C-900 PVC WATER MAIN (DR-14) PER CITY STD-106-A AND B. O REMOVE AND DISPOSE OF EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND FURNISH AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER. O FURNISH AND INSTALL 8" CLASS 150 (FEXMJ) RESILIENT WEDGE GATE VALVE, VALVE SHALL BE AVK 65 SERIES WITH VALVE BOX AND RISER PER CITY STD-512, STD-513 AND STD-516-C. © CONSTRUCT THRUST BLOCK PER CITY STD-516-A. O REMOVE AND DISPOSE OF EXISTING VALVES, AND PLUG EXISTING PIPE WITH CONCRETE (MINIMUM 18"). REPAIR PAVEMENT PER CITY STD-106-A AND B. 9O ABANDON EXISTING WATERLINE IN PLACE 15 FURNISH AND INSTALL 8" DUCTILE IRON FLG'D TEE 17 FURNISH AND INSTALL 8" MECHANICAL JOINT LONG SLEEVE COUPLING 19 FURNISH AND INSTALL 8" DUCTILE IRON RESTRAINED FLANGE COUPLING ADAPTER 20 FURNISH AND INSTALL 8" 450 DUCTILE IRON BEND (MJXMJ) 22 FURNISH AND INSTALL 8" 22.50 DUCTILE IRON BEND (MJXMJ) 27 FURNISH AND INSTALL 8" 11.250 DUCTILE IRON BEND (MJXMJ) \ STA 326+25.77 = 0 00 c9 N G T T T T T- E '-/W fff / (E) 2" SCG -2021- CURB & GUTTER R/W -� T G T G T G - (E) 8" VCP SEWER I ANGELITA DRIVE - I C, - SS JJ SABRINA TERRACE SEE SHEET NO. 9 T G �N430 56' 26"E 1.5° HORZ. DEFL. 1.5° HORZ. DEF 39.09' ° � 327+00 STA 327+01.58 17 STA 327+50.00 N45 26 26 E 1 %I`449° 00' 18"E N48° 26' 23.20' - N47° 41' 26"E U] 1 48.42' 62.72' - 36.44' Ik-1 C] `7LI-7L WHfH�)�� �^{ YID1 TL-v 7(�) �/`?'� I _/ R/W- 85 27 6 (E) CURB & GUTTER 1.5° HORZ. DEFL. 17 (E) SIDEWALK STA 326+41.94 1.5° HORZ. DEFL. 17 (E) STREET LIGHT STA 326+65.15 CIRCUIT -418- 2027 LU I 19 15 5 ©STA 332+41.76 = STA 109+70.7 01 001 Q G- -c - I Tc LLU I E -- E -iE � 1+00 N400 30' 48"E I I 0.2° HORZ. DEFL. O I STA 331 +94.08 O 55 S S O I I O I cy)I I c < I I CATV CATV - - cU/) I I ,yyy / 'P - / Q LU Z� = I (E) STREET LIGHT CIRCUIT U� I -500- 1 -506- mk. 16310 BAKE PARKWAY IRVINE, CA 92618 (949) 637-3999 ALTURA DRIVE SEE SHEET NO. 6 40 N40° 27' 08"E 1 316.34' I I c� I S I s I I I 9 � - CA /// / W - 2 (E) 8" VCP SE) -51: I STA 328+33.22 = STA 217+93.38 19 15 6 5 N48° 18' 52"E 20.37' STA 328+60.17 27 6 G _ - �, -2027- 1 G - 329+oo _ 51 A J26+:39.8Q WJ6 i N59 ° 33 52' ,E 328+00 ;(NO3' 18' 52"� �; 124.76, 26.96' o ASS N STA 328+12.34 20 6 j CATV I I 0 - G ' 333+00 �Y CA1V _ 2 -424_ / 1 � -2024- (E) SIDEWALK (E) 2" SCG (E) CURB & GUTTER I / - 1� ' I � ANGELITA11DRIVE I I SIS I I I I 1 cn I cn CAN - - z/W CURB & GUTTER )EWALK -518- - 334+00 TAHUNA TERRACE SEE SHEET NO. 7 I/ � m V V) j 1 c] LHORZ.N39°' 5 "E. _ 16. G 2° HORZ. DEFL. G 17 STA 330+35.31 �G1 N37° ? I 13.44' 330+00 I � STA 330+21.8 48° 18' 52"E � I d I 6.95' I STA 329+84.92 27 6 "I 7 I CA STA 329+72.58 = STA 163+00.87 15 6 5 111 CATV E///// 0 - �C 7 2 -432- -521- 335+00 gC15 6 5 END CONSTRUCTION 8" WATER MAIN 6STA 335+10.37 = STA 93+78.31 -SS s I I I 1 7 � I E "' E 1 E E- CATV - CAN I SS ^S 1(Wh'�`fi`� r -524- KEWAMEE DRIVE SEE SHEET NO. 5 D G I G CAN KEWAMEE DRIVE SEE SHEET NO. 5 m Know what's below. Call before you dig. M O -501- . W m �w 0 20' 40' 1"=20' C-9835-1 GENERAL NOTES SYMBOL -0- POWER POLE 0 SEWER CLEANOUT GS SEWER MANHOLE STORM DRAIN MANHOLE 1>0a FIRE HYDRANT ® WATER METER ® STREET LIGHT PULL BOX ® TRAFFIC SIGNAL PULL BOX #--0 STREET LIGHT 0 WATER VALVE C- GUY WIRE A SURVEY MONUMENT SIGN VAULT VENT TREE ® IRRIGATION CONTROL VALVE ® CABLE TV PULL BOX CORING LOCATION ® ELECTRICAL MANHOLE ® ELECTRICAL PULL BOX BUILDING - - - - EXISTING CONSTRUCTION PROPERTY LINE - - NEW CONSTRUCTION CENTERLINE -S - SEWER LINE ------W----- WATER LINE - ----G- - - GAS LINE E ELECTRICAL LINE TELEPHONE LINE T CATV CABLEVISION LINE SP SPRINKLER SYSTEM --X-X-X- FENCE BLOCKWALL JOHN WAYNE AIPOOPT NOT TO SCALE ABBREVIATIONS (IN ADDITION TO GREENBOQK SECTION 1-3.2) AB AGGREGATE BASE AC ASPHALT CONCRETE ACP ASBESTOS CEMENT PIPE ARV AIR RELIEF VALVE BC BEGIN CURVE BCR BEGIN CURVE RETURN BLK BLOCK BVC BEGIN VERTICAL CURVE CATV CABLE TV CF CURB FACE Cl CAST IRON CENTERLINE CNB CITY OF NEWPORT BEACH CL CLASS CLR CLEAR C&G CURB AND GUTTER DWY DRIVEWAY E EAST/ELECTRIC EC END CURVE ECR END CURVE RETURN EG EDGE OF GUTTER EVC END VERTICAL CURVE EXIST EXISTING FE FLANGED END FG FINISHED GRADE FL FLOW LINE FLG FLANGE FM FORCE MAW G GAS GB GRADE BREAK GE GROOVED END GV GATE VALVE IP&T IRON PIPE AND TAG LF LINEAR FEET LT LEFT MAX MAXIMUM MIN MINIMUM MJ MECHANICAL JOINT NG NATURAL GROUND N NORTH NTS NOT TO SCALE NO NUMBER OG ORIGINAL GROUND PE PLAIN END PROP PROPOSED P8 PULL BOX R RADIUS RCP REINFORCED CONCRETE PIPE RET RETAINING RT RIGHT R/W RIGHT OF WAY S SEWER, SOUTH SCE SOUTHERN CALIFORNIA EDISON SCG SOUTHERN CALIFORNIA GAS SCH SCHEDULE SCO SEWER CLEANOUT SHT SHEET SMH SEWER MANHOLE STA STATION STD STANDARD SF SQUARE FEET SW SIDEWALK SQ SQUARE STL STEEL T TELEPHONE W WEST/WATER W/ WITH LEGEND NEW AC PAVEMENT NEW PCC PAVEMENT -T PAVEMENT GRIND & OVERLAY Marc \LIFOR�i PUBLIC WORKS DEPARTMENT SHORECLIFF COMMUNITY WATER SYSTEM IMPROVEMENTS - PHASE 2 APPROVED: / // APPROVED: CONTRACT NO. 9835-1 PROJECT NO. 26W12 A. WEBB, PUBLIC WORKS DIRECTOR utj t✓ M. HOULIHAN, P.E., DEPUTY PWD 1 CITY ENGINEER m co ... �S'). 3 Ole, a 0. lo0� 6 DATE: i - /X- b 7 DATE: 7114126 Z �® ` MORN,�O fi I LEGEND X& INDICATES SHEET NUMBER LOCATION MAP NOT TO SCALE 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", 2003 EDITION AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. STATIONING REFERS TO PIPE STATIONING. 4. THE WALL AND FACE OF ALL EXCAVATIONS GREATER THAN FIVE (5) FEET IN DEPTH SHALL BE EFFECTIVELY GUARDED BY A SHORING SYSTEM. SLOPING OF THE GROUND OR OTHER EQUIVALENT MEANS, TRENCHES OR EXCAVATIONS LESS THAN FIVE (5) FEET IN DEPTH SHALL ALSO BE GUARDED WHEN EXAMINATION INDICATES THAT HAZARDOUS GROUND MOVEMENT MAY BE EXPECTED. 5. THE CONTRACTOR(S) SHALL OBTAIN A PERMIT TO PERFORM EXCAVATION OR TRENCH WORK AS DESCRIBED IN NOTE 4 ABOVE FROM CAL -OSHA. 6. ALL WATER PIPE SHALL BE BEDDED PER CITY OF NEWPORT BEACH STD-106-L. ALL SAND USED FOR BEDDING SHALL BE MINIMUM 30 S.E. 7. ALL WATER MAIN FITTINGS SHALL BE MECHANICAL JOINT DUCTILE IRON (CL 52 MIN.) UNLESS OTHERWISE SPECIFIED. ALL WATER MAIN FITTINGS SHALL HAVE AN 8 MIL LOOSE POLYETHYLENE ENCASEMENT PER SECTION 207-9.2.6 OF THE STANDARD SPECIFICATION. POLYETHYLENE SHALL BE TIGHTLY WRAPPED AND TAPED TO PIPE WITH 10 MIL VINYL TAPE. 8. THRUST BLOCKS SHALL BE INSTALLED ON ALL WATER MAIN FITTINGS IN ACCORDANCE WITH THE CITY OF NEWPORT BEACH STD-516-A. 9. WATER MAINS SHALL HAVE A MINIMUM OF 36" OF COVER FROM FINISHED SURFACE. 10. THE CONTRACTOR SHALL NOTIFY THE FIRE DEPARTMENT 48 HOURS IN ADVANCE OF A SHUTTING OFF OF ANY FIRE HYDRANTS AND LANE CLOSURES AT (949)644-3106. 11. ALL FLANGE JOINTS SHALL BE JOINED UTILIZING TYPE 316 STAINLESS STEEL NUTS, WASHERS AND HEX -HEAD BOLTS. GASKETS SHALL BE FULL FACED, CLOTH REINFORCED BUNA-N RUBBER. 12. FLEX AND TRANSITION COUPLINGS USED TO JOIN PIPE IN WATER MAIN CONSTRUCTION SHALL HAVE ALL THREADED PARTS AND JOINING HARDWARE FABRICATED FROM TYPE 316 STAINLESS STEEL. 13. PIPE HARNESS ASSEMBLIES, VALVE AND FITTING RESTRAINTS AND SHACKLE -CLAMP ASSEMBLIES SHALL BE JOINED UTILIZING TYPE 316 STAINLESS STEEL ALL -THREADED ROD, NUTS, BOLTS AND WASHERS. CLAMPS, SHACKLES AND OTHER HARDWARE MAY BE CARBON STEELS OR DUCTILE IRON WHERE APPROPIATE, BUT MUST BE COATED LIBERALLY WITH CORROSION PROTECTIVE MASTIC COMPOUND. 14. BOLTED CONNECTORS FABRICATED FROM TYPE 316 STAINLESS STEEL SHALL HAVE ALL THREADED PARTS COATED LIBERALLY WITH AN APPROVED ANTI-SIEZE COMPOUND. 15. ALL BOLTED AND THREADED FASTNERS SHALL BE MANUFACTURED IN THE UNITED STATES OF AMERICA AND SHALL CONFORM TO THE MINIMUM REQUIREMENTS FOR STRENGTH, MATERIAL CONSTRUCTION AND DIMENSION AS ESTABLISHED BY THE ASTM AND THE ANSI SPECIFICATIONS. ALL FASTNERS SHALL BE ACCOMPANIED BY WRITTEN CERTIFICATION FROM THE MANUFACTURER. 16. THE CONTRACTOR SHALL REQUEST INSPECTION FROM THE PUBLIC WORKS DEPARTMENT 48 HOURS IN ADVANCE OF PERFORMING ANY WORK AT (949) 644-3311 FOR PUBLIC WORKS AND (949) 644-3011 FOR THE UTILITIES DEPARTMENT. 17. WATER LINE DISTANCES SHOWN ON THE PLAN AND IN THE ESTIMATED QUANTITIES ARE HORIZONTAL DISTANCES. 18. ALL MECHANICAL JOINTS SHALL BE INSTALLED WITH RETAINER GLANDS. 19. CONTRACTOR SHALL VERIFY DEPTH AND LOCATION OF ALL WATER CONNECTION POINTS PRIOR TO COMMENCEMENT OF CONSTRUCTION. 20. THE CONTRACTOR SHALL INSTALL ON NEW PVC WATER MAINS A 10 GUAGE INSULATED TRACING WIRE PER INSTRUCTIONS FROM UTILITIES DEPARTMENT. 21. THE EXISTING ORIGINAL 1950'S ACP WATER MAINS ARE ABANDONED IN PLACE BETWEEN THE CURB AND PROPERTY LINE. AS-BUiLT DRAWINGS INDICATE THE WATER MAIN IS LOCATED 6 FEET FROM THE PROPERTY LINES. THE CONTRACTOR SHALL POTHOLE AND LOCATE THESE WATER MAINS, REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING ABANDONED ACP WATER MAINS OR ABANDONED WATER SERVICE LINES. 22. FOR EXISTING WATER METER BOXES LOCATED ON PRIVATE PROPERTY, THE CONTRACTOR SHALL MOVE AND RELOCATE METER BOXES TO BACK OF CURB. THE CONTRACTOR SHALL ADJUST THE WATER SERVICE ON THE PRIVATE SIDE OF THE METER TO THE NEW DEPTH AND LOCATION AS PER CITY OF NEWPORT BEACH STD---502. 23. SNAP CUT EXISTING AC PIPE AND REMOVE INTERFERING PORTIONS OF PIPE AS NECESSARY TO PROVIDE ROOM FOR NEW CONNECTING PIPE, FITTINGS AND VALVES. DO NOT UNDER ANY CIRCUMSTANCES ALLOW ASBESTOS PARTICLES TO BECOME AIRBORNE. DISPOSE OF AC PIPE IN ACCORDANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. INSTALL LONG BARREL TYPE FLEX COUPLINGS WITH TYPE 316 STAINLESS STEEL HARDWARE WITH FLUOROPOLYMER (TRIPAC 2000) OR EQUAL COATING AND DI OR AWWA C900 (DR 14) PIPE SPOOLS CUT TO FIT AS REQUIRED. ALL MATERIAL SHALL BE APPROVED BY THE CITY INSPECTOR PRIOR TO INSTALLATION. SHEET INDEX 1 TITLE SHEET 2 CONSTRUCTION NOTES & DETAILS 3 SEAWARD AVENUE PLAN SHEET 4 DRIFTWOOD ROAD PLAN SHEET 5 MORNING CANYON ROAD PLAN SHEET 6 MORNING CANYON ROAD PLAN SHEET C-9835-1 BASIS OF BEARINGS: EMERGENCY TELEPHONE NUMBERS APPROVAL RECOMMENDED: APPROVAL RECOMMENDED: THE BASIS OF BEARINGS FOR THIS PROJECT SURVEY ARE BASED ON THE BEARING BETWEEN ORANGE COUNTY DAY NIGHT SOUTHERN CALIFORNIA GAS COMPANY (800) 427-2200 �F�x SHOREGLIFF COMMUNITY WATER SYSTEM CALL TOLL FREE HORIZONTAL CONTROL POINTS "1528" AND "6292" BEING IN N 35'43'22" W SOUTHERN CALIFORNIA EDISON COMPANY (800) 611-1911 3. SI1 ����q IMPROVEMENTS - PHASE 2 AT&T TELEPHONE COMPANY (800) 332-13219 G' `' �� o MARK VUKOJEVIC, P.E. ICHA SINACORI, P.E. 1-800- 2 2 7 -- 2 6 0 0 BENCHMARK: CITY OF NEWPORT BEACH UTILITIES DEPARTMENT (949) 644-3011 (949) 644-3717 TITLE SHEET &LOCATION MAP BEFORE YOU DIG ORANGE COUNTY SANITATION DISTRICT (714) 962-2411 DIRECTOR No. 48214 AICH T CITY ENGINEER THE BENCHMARK FOR THIS PROJECT IS BASED ON ORANGE COUNTY BENCHMARK "T-167-R54", DESCRIBED AS "FOUND "T SPECTRUM (833) 949-0036 COX COMMUNICATIONS (844) 780-6054 UTILITIES DEPARTMENT EM D8-so-2s civn W-5410-S USCG( BRONZED DISK STAMPED 167 RESET 1954", SET IN THE TOP OF A CONCRETE POST." CROWN CASTLE (888) 632-0931 -)" 2- 2� � oFCA1.IF -7 - IS'ZS CITY OF NEINPORT BEACH SHEET 1 OF 6 89.105 ELEV. = 9.105 FEET (NAND $8, YEAR OF ADJUSTMENT, 2011). MCI VERIZON BUSINESS (844) 780-6054 DATE: DATE: PUBLIC WORKS DEPARTMENT EXISTING 8"W(ACP) -T EXISTING 8"W(ACP) 4 STA. 12+17.95= 2� STA. 10+00.00 MORNING CANYON RD. ---_ EXISTING 8"W(PVC) EXISTING 8-INCH DUCTILE IRON FLANGED CROSS vv�/-%\­F DETAIL "A" NOT TO SCALE EXISTING 8"W(PVC) -------------- II �---------� III - EXISTING PRESSURE - REGULATING STATION ----- I L----------- L EXISTING 8"W(PVC) EXISTING CROSS GUTTER W= 6' EXISTING 8"W(PVC) III 22 III I I EXISTING 8"W(ACP) III I ABANDONED IN PLACE 1 12 I I I I `o I I EXISTING 11 8 W(PVC) � I 13 III III I I EXISTING EXISTING I I I I I 11 6"W(ACP) 8"W(PVC) II 5 III I EXISTING 8"W(ACP) ABANDONED IN PLACE 00 22 III 1 III----J 13 N� I 4 I 12 I fD 4 113 N� 1 I III I 22 EXISTING If 8 W(PVC) DETAIL "E" EXISTING 8"W(PVC) IT, 22 III DETAIL "B" 1 NOT TO SCALE N I 4 � �ff 13 I�I 12 III 18 8 DETAIL "C" NOT TO SCALE EXISTING ORIGINAL 1950'S ABANDONED ACP WATER MAIN EXISTING 11 6"W(ACP) 13 �. i , z--\ r, II EXISTING 11 III 8"W(ACP) 13 13 12 II EXISTING n 8"W(ACP) 11 III EXISTING 8"W(ACP) ABANDONED IN PLACE U4 EXISTING 11 6"W(ACP) EXISTING 11 6"W(PVC) 15X 8 NOT TO SCALE 8 15 12 - - - - - - 4 I I 13 C"4,E/- II 1 III II II 22 III III- EXISTING 8"W(ACP) ABANDONED IN PLACE EXISTING I I III EXISTING 8"W(PVC) I I I I 11 LC II 8 W(ACP) II III III 14 ICI /� / 14 EXISTING 13 III EXISTING DETAIL "F" 8"W(PVC) NOT TO SCALE NEW PVC WATER MAIN EXISTING WATER MAIN TO BE TRENCH WIDTH PIPE REMOVAL ABANDONED IN PLACE I (SEE SPECIAL HANDLING REQUIREMENTS FOR ACP WATER MAIN) PLUG W/CONCRETE I PLUG W/CONCRETE 18" MINIMUM 18" MINIMUM ABANDONMENT TYPICAL DETAIL NOT TO SCALE DETAIL "G" NOT TO SCALE \ \\ EXISTING \ 8"W(ACP) CONSTRUCTION NOTES O CONSTRUCT 8-INCH DIAMETER C-900 PVC WATER MAIN (SDR-14) PER CITY STD-106-A AND B O2 REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER O3 REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND INSTALL A NEW 2" METER SERVICE PER CITY STD-503 WITH METER BOX AND COVER O4 INSTALL 8" CLASS 150 (FE X MJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 O5 INSTALL 8" CLASS 150 (FE X FE) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 O6 INSTALL 8" CLASS 150 (MJ X MJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 O7 INSTALL 6" CLASS 150 (FE X MJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 O8 CONSTRUCT THRUST BLOCK PER CITY STD-516-A Og REMOVE EXISTING FIRE HYDRANT AND RETURN TO THE UTILITIES YARD AT 949 W. 16TH STREET 10 INSTALL NEW FIRE HYDRANT ASSEMBLY PER CITY STD-501. FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 11 ABANDON EXISTING WATER MAIN IN PLACE 12 REMOVE INTERFERRING PORTIONS OF EXISTING WATER PIPE, VALVES AND APPURTENANCES 13 CUT AND PLUG WHERE INDICATED WITH CONCRETE (MIN. 18"), AND ABANDON IN PLACE 14 REMOVE AND DISPOSE EXISTING VALVE 15 INSTALL 8" (FE X FE) DUCTILE IRON TEE 16 INSTALL 8" X 6" (FE X MJ) DUCTILE IRON TEE 17 INSTALL 8" (FE X FE) 45° DUCTILE IRON BEND 18 INSTALL 8" (FE X MJ) 45° DUCTILE IRON BEND 19 INSTALL 8" (MJ X MJ) 22 1 /2° DUCTILE IRON BEND 20 INSTALL 8" (FE X MJ) 11 1 /4° DUCTILE IRON BEND 21 INSTALL 8" (MJ X MJ) 11 1 /4° DUCTILE IRON BEND 22 INSTALL 8" DUCTILE IRON LONG BODY FLEX COUPLING 23 INSTALL 8" (MJ X MJ) 45° DUCTILE IRON BEND 24 REMOVE EXISTING DUCTILE IRON BLIND FLANGE 25 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER PER CITY STD-185. LIMITS TO BE DETERMINED IN FIELD BY CITY 26 INSTALL 8" (FE X MJ) 22 1 /2° DUCTILE IRON BEND � U 1I i 13 �\ EXISTING �- 6"W(ACP) 11 C-9835-1 REVIEWED: 4gOFESSIpy SHORECLIFF COMMUNITY WATER SYSTEM DETAIL "D11 ������' J sl�IMPROVEMENTS - PHASE 2 O MICHAEL J. SINACORI NOT TO SCALE 70 RCE 46214 CONSTRUCTION NOTES & DETAILS 1T_ I- A AA A IT III T\/ rA III IA IrrI"1 EVENING CANYON ROAD MATCH LINE STA. 10+59.93 DETAILSEE A SHEETSEE SHEET. 3 BELOW co ID F- N coo \ SEE DETAIL B o / \ SHEET 2 I 1 R/W o - III o N EXISTING ORIGINAL 1950'S ABANDONED ACP WATER -202- I MAIN I � o REFER TO SHEET 4 FOR - SEAWARD ROAD I SCALE: 1"=20' DRIFTWOOD ROAD WATER MAIN REPLACEMENT Ld :n .All— — — — — — — — — ^ �E�` E E — — — — Z SL SL — — SL SL SL E S E TP' — may— — Tv — �v �V- TD- — 7V —Tyr � 7V — _T —TD- Ci / T T\ T T�/T T T�T T T T T T T E T E T T T E T E T E T T p TE T E S S S S S S S // / 11 +00 / I SS SS S 4°58'39.85" E �, 13 I S 4°58'39.85" E 14+00 114.77' ;n W I 0 1 318.42'Lo W W W 1 W—W---W---W---W---W---W---W---W --W W W W TV — T — TV — V — TV— T— \ TV T �fV — TV— — — TV TV � TV --TV — TV — TV V _ TV�TV— co -SL— — L — SL — — {� SL �`' I 1 oN I ° 14 EXISTING EXISTING ® EXIST \ I SHEETESEE �AIL C 11 8"W(ACP) m \ W(A ® 8 W Po o � I EXISTING EXISTING CURB EXISTI EXISTING PRESSURE 8"W(PVC) °N° & GUTTER \ & GUTTER REGULATING STATION V�� BEGIN CONSTRUCTION R/W END CONSTRUCTION EVENING CANYON ROAD R/W STA. 10+00.00 STA. 11 +25.83 SEAWARD ROAD SEAWARD ROAD S 36°54'49.99" E 341- 8 21 STA. 15+75.65 1 70.93' HOR. BEND 2 S 49°58'39.85" E /W _ _ — 182.86' 1 — A / ----- 16+00 + 8 21 STA. 1392.79 HOR. BEND?111110 ~ S 61°05'31.20" E 1 N 50.11' 10 9 15 +p0 T T T E �E CJ P / / T EW iV—ci w TV — TV�TV — STA. 13+42.68 / T E W TV — Tv — _ E W ��T 8 21 HOR. BEND — ��Tv _ Tv — _ _s _ _SL M — 4+ 0 / � Tv ,L. � M / 1E 14 G EXISTING CURB >>, i 16v , & GUTTER R/W 344- I I - G S 72°28'39.85" E -33 /� jJ� 3 8- \ 142.21' / `� �1���� S 14 2 O / / 44 2 CONSTRUCTION NOTES CONSTRUCT 8-INCH DIAMETER C-900 PVC WATER MAIN (SDR-14) PER CITY STD-106-A AND B STA. 12+00.47 / 8 21 HOR. BEND /// c� / O2 REMOVE EXISTING WATER SERVICE LINE FROM THE / / / EXISTING MAIN TO THE WATER METER AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER �� O3 REMOVE EXISTING WATER SERVICE LINE FROM THE 2 / /� �F, j EXISTING MAIN TO THE WATER METER AND INSTALL A NEW 2" METER SERVICE PER CITY STD-503 WITH EXISTING CURB METER BOX AND COVER / � � / \ & GUTTER G' \ O7 INSTALL 6" CLASS 150 (FE X MJ) RESILIENT WEDGE GAT// �/ j / � STDE 512E STD 1516VALVE CLSTD VALVE VAND AND 1RISER PER CITY R/W 3 O CONSTRUCT THRUST BLOCK PER CITY STD-516-A EXISTING 11 Og REMOVE EXISTING FIRE HYDRANT AND RETURN TO 2 /// j 8"W(ACP) THE UTILITIES YARD AT 949 W. 16TH STREET 8 21 STA. 11 +21.14 / HOR. BEND / x, A, �� \ S 83°43'39.85" E 1 79.33 G, / o 0 3 2 F N EXISTING ORIGINAL 1950'S ABANDONED ACP WATER 3 7QX MAIN 90 NO. DATE DESCRIPTION OF REVISIONS Di m a</ I J _Is —_ f T T T T Ir — S S S15+00 s m W W W W — — — — — — — — — — — — — SEE DETAIL D \ SHEET 2 L N � \ \ STA. 16+46.58 HOR. BEND EXISTING CURB & GUTTER --k s 2 li 0 'Tl �I \ END CONSTRUCTION �\ STA. 15+48.75= STA. 16+64.13 1\ DRIFTWOOD ROAD \� Q 345- S 25°39'49.99" E 128.74' 00 0) � � O J E T W T F, — � Co TV_W T TV -- TV TVA T W T T SL — SL — T V —T W M M � AAM sL — — _ry �WTv— UJ � SL Tv_ Tv 3 U) w (1) SL Z W I — EXISTING ORIGINAL 1950'S ABANDONED ACP WATER MAIN -350- 10 INSTALL NEW FIRE HYDRANT ASSEMBLY PER CITY STD-501. FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 11 ABANDON EXISTING WATER MAIN IN PLACE 13 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE (MIN. 18"), AND ABANDON IN PLACE 14 REMOVE AND DISPOSE EXISTING VALVE 16 INSTALL 8" X 6" (FE X MJ) DUCTILE IRON TEE 21 INSTALL 8" (MJ X MJ) 11 1 /4° DUCTILE IRON BEND W SL J W U) 2 V = 2 — C) Q _356- 8 I21 STA. 17+75.32 HOR. BEND 362- C-9835-1 I I` SEE DETAIL E �I SHEET 2 I 0 <m I � Ism BEGIN CONSTRUCTION STA. 10+00.00 1 DRIFTWOOD ROAD LL _LL . I I V- U v S Z �rr7 i L EXISTING ORIGINAL 1950'S ABANDONED ACP WATER MAIN -209- -203- I EXISTING EXISTING 8"W(PVC) / 6"W(ACP) I EXISTING ABANDONED / R/W 2 *1 8"W(ACP) WATER MAI DRIFTWOOD , ROAD Ta II W W IN 7Z WV—ts f-- -----� -- -- ------ W W W W W W W �— W -- W -- W— W —� W----�, \A/ E E E E-L N E E E E E E T E T T T T T T T T T T T T T T T �I S S s S 11 +00 s i S� S S 12+00 s s S Q li I I N 27*19'47.12" E � mI I I 1 1 377.07' I'TV TV — TV — — TV — TV T TV — V V — T TV TV — TV TV TV TVA TV— TV — TV — TV— TV — T � TVA V — TV TV— TV —TV — - G G G G �G G EXISTI /v 2 2 * 8"W(PVC) EXISTING 1 & ER CURB 2 EXISTING ABANDONED I 8"W(ACP) WATER MAIN 1 II R/GW I -202- 1 -206- -212- i -218- I -227 -231- I STA. 13+77.07 I 8 21 HOR. BEND I UIB ')9c T ER � U I EXISTING ORIGINAL 1950'S ABANDONED ACP WATER _235_ MAIN I I �J Y s� E — 3— T T T ry T T T T T=3 M s 13+00 T 3 M T Z 3� S 14+ TV TV — TV — TV —TV — TV — TV— T— — TV— S T� S S - — — — — — — — — ry _ rv— c� 1 14 \239— 10 13 � STA. 14+67.16 2 8 32roR. BEND r— R /W G G G G/ Ili C) TV 1 / S 40°49'6.83" W -224- -230- 1 90.09' 16 7 -236- 8 SE�E SHEE � STA. 15+43.48 HOR. BEND \2�3� EXISTING 11 6"W(ACP) T � � T M �h O S 52*04 6.83 W 3 1 76.33' v \2�2� SG CONSTRUCTION NOTES O1 CONSTRUCT 8-INCH DIAMETER C-900 PVC WATER MAIN (SDR-14) PER CITY STD-106-A AND B O2 REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER O3 REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND INSTALL A NEW 2" METER SERVICE PER CITY STD-503 WITH METER BOX AND COVER O7 INSTALL 6" CLASS 150 (FE X MJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 O8 CONSTRUCT THRUST BLOCK PER CITY STD-516-A Og REMOVE EXISTING FIRE HYDRANT AND RETURN TO THE UTILITIES YARD AT 949 W. 16TH STREET 10 INSTALL NEW FIRE HYDRANT ASSEMBLY PER CITY STD-501. FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 11 ABANDON EXISTING WATER MAIN IN PLACE 13 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE (MIN. 18"), AND ABANDON IN PLACE 14 REMOVE AND DISPOSE EXISTING VALVE 16 INSTALL 8" X 6" (FE X MJ) DUCTILE IRON TEE 19 INSTALL 8" (MJ X MJ) 22 1 /2° DUCTILE IRON BEND 21 INSTALL 8" (MJ X MJ) 11 1 /4° DUCTILE IRON BEND C-9835-1 L c r c c c 54 c c C L C`CC nCTAII C A NEW 2" METER SERVICE PER CITY STD-503 WITH v ✓� ✓ METER BOX AND COVER O7 INSTALL 6" CLASS 150 (FE X MJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 Og CONSTRUCT THRUST BLOCK PER CITY STD-516-A Og REMOVE EXISTING FIRE HYDRANT AND RETURN TO THE UTILITIES YARD AT 949 W. 16TH STREET 10 INSTALL NEW FIRE HYDRANT ASSEMBLY PER CITY STD-501. FIRE HYDRANT SHALL BE JONES MODEL NO. J4040 11 ABANDON EXISTING WATER MAIN IN PLACE 13 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE (MIN. 18"), AND ABANDON IN PLACE 14 REMOVE AND DISPOSE EXISTING VALVE 16 INSTALL 8" X 6" (FE X MJ) DUCTILE IRON TEE 19 INSTALL 8" (MJ X MJ) 22 1 /2° DUCTILE IRON BEND 21 INSTALL 8" (MJ X MJ) 11 1 /4° DUCTILE IRON BEND IGINAL 1950'S ACP WATER C-9835-1 f'rA 4 C i A A Cn - - I I IVI\. uLI VU XISTING CURB Sc GUTTERi STA. 17+61.64 HOR. BEND EXISTING ORIGINAL 1950'S ABANDONED ACP WATER MAIN STA. 18+21.70 HOR. BEND STA. 19+17.30= STA. 20+93.23 DRIFTWOOD ROAD T 4p cy 4�j �i NO t9 tiF 00 4% IPo O �;� � XS.' h3 .616 CONSTRUCTION NOTES -1 CONSTRUCT 8-INCH DIAMETER C-900 PVC WATER MAIN (SDR-14) PER CITY STD-106-A AND B O2 REMOVE EXISTING WATER SERVICE LINE FROM THE EXISTING MAIN TO THE WATER METER AND INSTALL A NEW 1" METER SERVICE PER CITY STD-502 WITH METER BOX AND COVER O4 INSTALL 8" CLASS 150 (FE X MJ) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 O5 INSTALL 8" CLASS 150 (FE X FE) RESILIENT WEDGE GATE VALVE WITH VALVE BOX AND RISER PER CITY STD-512, STD-516-C, AND STD-513 O8 CONSTRUCT THRUST BLOCK PER CITY STD-516-A 11 ABANDON EXISTING WATER MAIN IN PLACE 13 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE (MIN. 18"), AND ABANDON IN PLACE 14 REMOVE AND DISPOSE EXISTING VALVE 15 INSTALL 8" (FE X FE) DUCTILE IRON TEE 19 INSTALL 8" (MJ X MJ) 22 1 /2° DUCTILE IRON BEND 21 INSTALL 8" (MJ X MJ) 11 1 /4° DUCTILE IRON BEND 25 REMOVE AND RECONSTRUCT 8-INCH THICK CONCRETE CROSS GUTTER PER CITY STD-185. LIMITS TO BE DETERMINED IN FIELD BY CITY vv Lo m Is, _ _ _n �n 6 O CV J T W S S G CVLLJ m '-3 W 06, � � T ;F- SS �� S <W y 8 19 STA. 20+25.29 11 EXISTING W �=E T T T T �8 7 16 Lli � ~ HOR. BEND / —— T S�- ----�� w 8 W(ACP) W W W _ _ _ T 3 z EVENING CANYON ROAD 2 W W —SL - J MATCH LINE STA. 17+80.98 R/W - - _ _ W13 y w - U SEE SHEET 3 EXISTING CURB 2 Lij & GUTTER - 8 21 STA. 21+56.44 2 14 ~ U) � � HOR. BEND � Q y M R/W EXISTING ORIGINAL 1950'S 2 o I 7. _318_ I ABANDONED ACP WATER zl- °' MAIN I / a; \ CN STA. 24+88.72 -324- -330- /I �� G G G �, un HOR. BEND y _ _O - ------ - - -- -- - - -- -- -- cf) y 3 3- 3 3 3 3 3 3 O E E / �v' i1 N 56°42'4.37" W 16.79' 1 \ k W NI o END CONSTRUCTION STA. 25+05.51 W j \ SEE DETAIL G \ SHEET 2 \ i — EXISTING \ 8"W(ACP) \ STA. 22+91.72= -342- L— EXISTING ORIGINAL 1950'S (3) 41 STA. 18+24.37 ABANDONED ACP WATER MAIN EVENING CANYON RD. C-9835-1 c c L f c