Loading...
HomeMy WebLinkAboutC-7337-1 - Underground Utility Assessment District No. 117 Project ContractMay 12, 2021 Asplundh Construction, LLC Attn: Brent D. Asplundh 1428 N. Lemon Street Anaheim, CA 92801 CATY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fart newportbeachca gov Subject: Underground Utility Assessment District No. 117 — C-7337-1 Dear Mr. Asplundh: On May 12, 2020, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded May 14, 2020 Reference No. 2020000218722. Casualty and Surety Company of America Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MC City Clerk Enclosure by the Orange County Recorder on The Surety for the contract is Travelers and the bond number is 106944135. 1*3:11-111- CITY OF NEWPORT BEACH BOND NO. 106944135 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,119.00 , being at the rate of $ 1.90 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the 'Principal," a contract for the work necessary for the completion of this contract including, but not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes, including: service lateral runs, utility pullboxes, handholes, vaults and all associated items, necessary for the conversion of existing overhead and electrical power, street lighting, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Time Warner/Charter Communications/Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117. Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Time Warner/Charter Communications/Spectrum engineers, inspectors or other personnel, will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private, including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items), associated with or resulting from the work identified herein in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million One Hundred Sixty Seven Thousand Eight Hundred Seventy Five Dollars and 00/100 ($2,167,875.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. Asplundh Construction, LLC Page B-1 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of July 20 18 . Asdundh Construction LLC Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square Hartford CT 06183 Address of Surety 888-656-0817 Telephone Authorized Agent Patricia A. Rambo Print Name and Title Treasurer Asplundh Construction, LLC Page B-2 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7a7lig By: Aaron C. Harp 0-1A O%WU Y City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page B-3 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 Montgomery }ss. On July 6th 20 18 before me, Laura Lockyer Notary Public, personally appeared Brian R. Bauer, Secretary -Treasurer 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. �'O O_._ a'w_ EA�rH OF PENNSYLVANIA hand nd official eal. NornRlaL SEAL TV ,�IAURA ANN IpCKYER, Nota Publk I+ PPer Moreland Townshl , ry MY Commltslon Explres�Y �tY IDN 1289615 � 1S, 2019 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 Pennsylvania County of Philadelphia )Ss. On July 5 2018 before me, Maureen McNeill Notary Public, personally appeared Patricia A. Rambo 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. gQWgONWfAt.TN OF PENNSYLVANIA WITNESS my hand and official seal NOTARIAL SEAL NAIIRM MCNEILL, Notary Public ft W Philadelphla, Phila. County ly CISS 1Wo Expires September n, 3041 Signature s a Asplundh Construction, LLC Page B-4 Travelers Casualty and Surety Company of America �� 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 Casually and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Slate of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Patricia A. Rambo of Philadelphia, Pennsylvania their true and lawful Attorney -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 Iheircorporate seals to be hereto affixed, this 3rd day of February, 2017. �Vowa4/e� nN J rr axe surrwro, �' carrau. State of Connecticut City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casually and Surety Company of America, Travelers Casually and Surely Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021ig Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 fled 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 sm day of wry . 2018 �r�yNrY NJJ�• N9 Kevin E. Hughes, Assi lant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. No. 6516 STA 1'L OF CALIFORNIA DE.PAR'TMENT OF INSURANCE SAN FRANCTSCO Amended Certificate of Authority THIS IS TO CERTIFY, Thot, pursuant to the Irrsuramce Corte of tln.St,a. nIY'alifaroi(a Troveters Casuntty 411111 Surep+Conpaugl of.dueericn q1 Hill rrr,rJ. Caurecticut. o gani_ed under the haws of C'anucrrrul subiect to its it actes o%lnrorporatian rn o�derJnndanieukrl organi_numu( dar+nnenls, it herehv curthorized to transact within this .$Yore. suhicel iu (111 p,wisiars of this Certificate, die follouing classes aJ'irauranre: Fire, Marine, Suretc, Disability, Plate Glass, Liability. Workers' Compensation, Common Carrier Liability, Boiler and Machinep', Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous its ur.•h classes are naw or mill, lie, egtier be defined in the hnsuram a Los's ofthe .S"go of Culifa'rnia. TFIIS CER'. N CA'Iis evpieaslr conditioned upon tine holder hereof now :aril hereafter being it, hill comphance with till..u:a nut 111 110106011 of urn•, of doe upplirahle hm s grid hoyid requiremewr tirade under authorirr oJ'rhe lmra' o%the.)}are of Cu(i%1/141/11 u.x long os such lows or rr.iairement r are in eJTer, mrd upnlu ahte, .4 as ori fl, !.n s told requirements now are, or 14101 heretfler• he chin rd or amended. IN WITNESS WHEREOF, effective as of the 1st dqr o% .hill, /997, 1 have hereunto set 110• hand all rmtsed my olfrial seal to be alfised this 16th dqv of June, 1997. Fee $91.00 Chuck Quackenbush 1rt+m noc (.,mnrisinn.•r RCC. No. Filed 5:28'97 lir rirroria.)'. Sidhurr CrrtiJicutio11 u,rye:r 1 the under signet/ hisuante C'omnussioner of the Sute• of CriliJornht, ,to herein rerun 0110 l Iwrr , 11;Ipnedth ;;ba,eci+pi af('•_ihr ire a%Autho,nh, wish thedupim.reforrgurt I nosy onfile in ,I% olfiee u d that the same is a furl, trot, and tarr'err tr«urscrrpt thereof, mod ;l doe whole gf sold dap-licate and said Cron Ci -•rue o/:I uthorin IS now in,(difo,, .uul..f)ec•t. IN WI FNESS 1VHERF.QF, /hone hereuan "11111 hon/(md raced trrr+vt ri,d seal to be affiird rhr< i l v (hn' of December, 1007. .Steve Poimer Qlnnvanrc f'cn:rnsvionn pmdme 0. 111 hea July 20, 2020 Asplundh Construction, LLC Attn: Brent D. Asplundh 1428 N. Lemon Street Anaheim, CA 92801 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 Fnx newportbeachca.gov Subject: Underground Utility Assessment District No. 117 - C-7337-1 Dear Mr. Asplundh: On May 12, 2020 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 14, 2020, Reference No. 2020000218722. The Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 106944135. Enclosed is the Labor & Materials Payment Bond. Sincerely, C' I - Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 106944135 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract including, but not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes, including: service lateral runs, utility pullboxes, handholes, vaults and all associated items, necessary for the conversion of existing overhead and electrical power, street lighting, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Time Warner/Charter Communications/Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO, 117. Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Time Wamer/Charter Communications/Spectrum engineers, inspectors or other personnel, will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private, including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items), associated with or resulting from the work identified herein, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, 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 Two Million One Hundred Sixty Seven Thousand Eight Hundred Seventy Five Dollars and 00/100 ($2,167,875.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. Asplundh Construction, LLC Page A-1 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. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 5th day of July duly Asplundh Construction, LLC -, "'� Z Name of Contractor (Principal) A o Ized Sippna r itle I B is R_ Sau rV Sec fi r.;• Trersurer. Travelers Casualty and Surety Company of America V M i4 Name of Surety Authorized Agent ig ature One Tower Square, Hartford, CT 06183 Address of Surety 888-656-0817 Telephone Patricia A. Rambo Print Name and Title Asplundh Construction, LLC J V Page A-2 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7/L7liy By: Aaron C. HarfpaU+oruui�a City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page A-3 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 Montgomery }ss. On .fuly...6th 20_18 before me, Notary Public, personally appeared Brian R. Bauer. Secretary-Treasijrer 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. COMMONWEALTH OF PENNSYLVANIA NOTARIAL SOL WITNE my"andeal. EN LOWER; ISIM, . ubtk d Towlahip;W 0 N I.Ires S S, Ott 9 ty Sig ature (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 Pennsylvania County of _Philadelphia }ss. On July 5 20 18 before me, Maureen McNeill Notary Public, personally appeared Patricia A. Rambo 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. COMMNWEALTH uF PENNSYLVANIA WITNESS my hand and official seal NOTARIAL SEAL Itil MCIrEILL, NotMylhlMk / � � c �"` ` , gIMNM►N�dltiRf�, PhM. County _e� ._L�—�� � twS11111I1�1011 ppires September 22, 202t Signature Asplundh Construction, LLC Page A-4 f Travelers Casualty and Surety Company of America e rn 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 Casually and Surely 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 Patricia A. Rambo of Philadelphia, Pennsylvania their true and lawful Attorney -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 3rd day of February, 2017. 00malo-1)* ° sw State of Connecticut By: City of Hartford as. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. 1. My Commission expires the 30th day of June, 2021O/xt� is Mane C. Tetreault, Notary Public This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 su, day of my , 2018 IM1W(/Y Jh�NIY 9ryU �W '�, �a\nrr�� ; ILWirplir• ^ �! jMGt Q, GM E CONN. ,fit{♦\ Kea Hughes, Assist-antrelary ro verify the authenticity of this Power ofAttorney, please call es at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached No. 6516 SfA'IT': OF CALIFORNIA DEPARTMENT Or INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the hrsarrmarc Code of the State. gl'C'alifornia, Travelers Casualty and Surety Compaup of America of flm'lforl, Counecticat. organized under the laws ofC'mrnecticrrt• subject to its 9ritcles of Inewportiaon ar other ftnalmnental organizational docmnents, is herebv authorized to o-onsoct within this State, subject to all provisions of this CertVicate, the following classes of hisarnrce' Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Comment Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as .such classes are now or nov hereafter be defined in the Insurance Lars ofthe Stene of Califorahr. THIS CER NFIC'ATE is eipresslr conditioned upon the holder hereofnow and hereafter being infill emnphunce with all. rend sol in violation of arir% gfthe applicable laws and lawful require neucs made under nnthm'i0vitbe mars ofthe.S'tcrte vjCnliJoruia as long ars such Inays or r&gnir•emcrus are in effect and applieahle, ruin as such Gros mrd requirements now are, or tray hereelier be changedor auentlerl. Fee S9d.00 Rec. No. IN WITNESS WHEREOF, effective as of the 1st dac oj,hdy, 1997, 1 have hereunto set n0• hand and caused nm a(jlcial.seat to be affixed this l6rh d a_v ofAtie, 1997. Chuck Quackenbush Insunn.c. r nmmisinnrr Filed 5i2C.'97 BY Victoria .S'..S'idhun nepon Certtjlrntion 1. the undersigned hrsuratnce C'on nissioner of the ,Sidle of California, to herebi- certifi• 01(11 1 hent �upared aha ;:'rare cola nfCrrtificate of Aulhoritr with rhr Juplicmc nfarigourf nou ort file in nm of)ice, nn,l stmt rhe sorra is a frdl, ll'w' asd Correct franscripu rlrercofand o% the whole of saul duplicate, and said Cer Mi •,ac of.duthoriq• is nor try it'll forte ,oul elroct. IN N'TTNESS WH17REOF, I have heremao set nm harm and caused atPadi„ial seal to he ejliaed thio.11st dqr o(Decemher, 2007. S'rrrne /'aiarer Guevara fnexnc+iw¢r Paulirtd l)'. lndren Batch 6442572 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 2 of 5 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIiIIIIIIIIIIIIIIIIIIIIII NO FEE • 8 R 0 0 1 1 6 8 3 7 0 3$+ 202000021872210:30 am 05114120 214 502A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Asplundh Construction, LLC., Anaheim, California, as Contractor, entered into a Contract on June 26, 2018. Said Contract set forth certain improvements, as follows: Underground Utility Assessment District No. 117 - C-7337-1 Work on said Contract was completed, and was found to be acceptable on May 12. 2020, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. An Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Md)qI �� �ei l% at Newport Beach, California. https://gs.secure-recording.com/Batch/Coiifirniation/6442572 05/14/2020 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Asplundh Construction, LLC., Anaheim, California, as Contractor, entered into a Contract on June 26, 2018. Said Contract set forth certain improvements, as follows: Underground Utility Assessment District No. 117 - C-7337-1 Work on said Contract was completed, and was found to be acceptable on May 12, 2020, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. AM Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 1 dw� v , at Newport Beach, California. BYdo, F NEWP AS, 7 j4O Q CITY CI.:rj.K CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted to the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 11th day of April, 2018, at which time such bids shall be opened and read for UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 (Area Bounded by Bayside Drive, Avocado Avenue, Pacific Coast Highway, and Carnation Avenue) Contract No. 73371 $3,000,000 Engineer's Estimate A 77:c; N ark Vukoje is City Engineer MANDATORY PRE-BID A mandatory pre-bid MEETING will be conducted for this project on MARCH 20, 2018 at 10:30 am. at the located at CIVIC CENTER Communitv Room Hard copy plans are available via City of Newport Beach at (949) 644-3330 100 Civic Center Dr., Public Works Bay D, 2"d Floor Newport Beach, CA 92660 Contractor License Classification(s) required for this project: "A" For further information, call Michael J. Sinacori, Project Manager at (949) 644-3342 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.aov/government/open-transparent/online-services/bids-rFps- ,yendQ(7yg istration City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................6 COMPLIANCE WITH CIVIL RIGHTS ACT & AFFIRMATIVE ACTION REQ ................... 9 DESIGNATION OF SUBCONTRACTOR(S).................................................................10 TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................11 NON -COLLUSION AFFIDAVIT 15 ..................................................................... DESIGNATION OF SURETIES.. 16 ..................................................................... CONTRACTOR'S INDUSTRIAL SAFETY RECORD ....................................................17 ACKNOWLEDGEMENT OF ADDENDA 19 ....................................................................... INFORMATION REQUIRED OF BIDDER 20 ..................................................................... NOTICE TO SUCCESSFUL BIDDER 23 ........................................................................... CONTRACT.................................................................................................................. 24 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.....................................................................................................I........ PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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. 4 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 bee r vie e (- Contractor's License No. & Classification Authorized Signa& re i e Il David McGinley, Vice President 1 boo 0 � April 25, 2018 DI Reference Number & Expii ationi Date Date Asplundh Construction, LLC Bidder 5 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 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 (10%) 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 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117, Contract No. 7337-1 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, ii is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 27th day of March , 2018. Asolundh Construction LLC Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square, Hartford CT 06183 Address of Surety 1-888-656-0817 Telephone Authorized Signature/Tit Dennis A. J� Asst. Secretary J00 Authorized Age6t Signature Naomi Harris -Thompson, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) Stapol-a (ins./Bonds) 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 County of Montgomery On March 28th, 2018 before me Laura Lockyer (insert name and title of the officer) personally appeared Dennis A. Stapola, Asst. Secretary (Ins./Bonds) 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 that the foregoing paragraph is true and correct. WITNESS 7hZanand;officialseal]. JMM°NWEALTfioF?EIVNSYLyAN1I� LAURA ANrNOTARIAL SEAL upper Moreland T wnshipOCKYER, Note ? Township , � Public MY Commission ExpireS Aprl I Montgomery my Signature ` (Seal) 10 # 1289615 2019 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 Texas County of Harris On March 27, 2018 before me, Jason Mosk (insert name and title of the officer) personally appeared Naomi Harris -Thompson, Attorney -in -Fact 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 Texas that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) JASON MOSK ;� Notary Public State of Texas �o,i My Commission # 130566626'•','r oF�'•� My Comm. Exp. March 2, 2020 JASON MOSK ;� Notary Public State of Texas �o,i My Commission # 130566626'•','r oF�'•� My Comm. Exp. March 2, 2020 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AA POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 232300 Certificate No. 007327617 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Michael J. Herrod, Wendy W. Stuckey, Lisa A. Ward, Lupe Tyler, Vanessa Dominguez, Melissa L. Fortier, Naomi Harris -Thompson, Misty Wright, and Donna L. Williams of the City of Houston , State of Texas , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, 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 day of August 2017 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. 9th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GFSU^�T �11Y17 .y E,RE4�yy l�TW INfG .+p'j 1NSVgq�4 JP,,tY A/yps ��9rjY �ly� 1 9 8 2 O i E�: �' HARTFORC), HARTf6RD, r5 a g a� 1951 m= �'• SEAL •o; iS; '�; w cONN. n ��cavRR N 1896 ��S ��Yl �•., a SHALD �Oc N A+y% s� .. r� . �a �``t " +�� By: Robert L. Raney, Senior Vice President On this the 9th day of August 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 001.o*x rr*l In Witness Whereof, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. IS INVALID WITHOUT THE Marie C. Tetreault, Notary Public No. 6516 STA VV OF CAI_IFORNLN DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS "i'O CERTIFI•, Thar, purmaau to the hisuran(v Code 0f t,'re & r," of C;dif0r niu, Travelers Cusually turd Surety Campaity of, lrrlericn u/ fklr:,rr,r;l, (olrmtctictrt. orguru,ed under the /arvs of C'arrrlectic,w, suhiect to its .Irticles gf•hrcorporuticul or otlrer)iunl<(nlenr(rl or�ani-unonal dnr wnews, Is irercbl' uut(lori ed t0 annsact irithit) this Slate, subject to al! provisions o/ this C et'tyuute, the %bllou ilia classes of insurance: Fire, Marine, Surety, Disability, Plate Class, Liability, Workers' Compensation. Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, aircraft, and Miseellaneous (1.5 4 W1, C LSSSS (Ire trout 01' MOV hel'(brf e•1, he defiae'.d ill the hrsuru»ee Laws o/ the S: <rtc of C`trli(brn.ier. ITIIS CER 1FICATf7 is e �pre;.!v conditionod upon the bolder lrerenj now crn(l herealier heal, u1, lull r•omplunace wird kill. !md nut u' violati011 of arty, of the applit•uhle laws orad lim id requu•em,,rtti inucle undrr c;uth.orit_voftlre imis of the.Stctre of C.'alilbrilia cis long elssileh hmvv or r ,1:;Aente,us are in eflecr caul rptahcahlr, and as slid? ' s card requirements nos,• are. or nrrtl• hereajier he ch,,w, d or amencled. Fee S92.00 IRec. No. IN WITNESS WHEREOF, effective cis of tire. /St dct:- of .Iirly. 199?, 1 have hereunro set m)' hand clad caused nn• nfficialseal u, he crfJisrd rias 1(rh daY Cf .%lrlle, 1997. Cllucl: Quackenbush ir5:,n;nu c:,mra:;yon: r Filed 15;28 q? 13y t�'ictorirr .5�..S'ir?hru-r i)r.Jn.!r Certijicrltioll /. the Inulei•signed hisurrulce C'ommiss•ioner of the .State of C'a(ifornia, t10 hereby' cernii' filar ( h,we ­vared rhe ursr:IV c•opv of Cort;ticate O(Ar lhor'ity with the rhrpltrcre of orignral la0ty at ji(e in ntso/fits, rrrd /401 the Some is r nl 1. It -ll . caul VorleCt transcript thereof. curt( -"!he 11,1101. of surd ,(a::;hc'<a<, and said C c 1, zuc �f'Autho r is r o,v b1, firll fort y rrnd ffc'ct. 1\ FNESS WI-TRFOF, 1 have hereunra s•e,% 1,1,1,1 hand unrl c urrsecl n1, r:il-,da,` will to be affixed 1,:;;z .i /st ckr.r ofDeeemher, 200:. s'tel'e POi7lle! bs,utrrtce Cbruus>to„cr 8: Pcudnte 1�',i,; lreu ACKNOWLEDGMENT rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr State of @alitmW Pennsylvania County of Montgomery }ss, On April 25, 201E before me, Kimberly Wiley , Notary Public, personally appeared David McGinley, vice President of Asplundh Construction, LLC 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. COMMONWEALTH OF PENNSYLVANIA WITNESS my hand and offici seal. NOTARIAL SEAL KIMBERLY S. WILEY, Notary Pubtic I Horsham Township, Montgomery County My Commission Expires May 4, 2018 Sig 4a (seal) ■■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr 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 of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer [] Check here if no thumbprint or fingerprint Is available. City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 COMPLIANCE WITH CIVIL RIGHTS ACT AND AFFIRMATIVE ACTION REQUIREMENTS 1) During the performance of the construction contract, contractor shall agree to and be bound by the following: a) Equal Employment Opportunity In connection with the execution of the contract, contractor shall not discriminate against any employee, or applicant for employment because of race, religion, color, gender, age, marital status, sexual orientation, AIDS or AIDS-related symptoms (including HIV positive findings), or national original. Actions encompassed by this prohibition shall include, but not be limited to, the following employment, upgrading, demotion or transfer, recruitment, or recruitment advertising; layoff or termination; rate of pay, or other forms of compensation; and selection for training, including apprenticeship. b) Sanctions for Noncompliance In the event of the contractor's noncompliance with the non-discrimination provisions of the contract, City shall impose such contract sanctions as City may determine to be appropriate, including, but not limited to: (1) withholding of payments to contractor under the contract until contractor complies, and/or (2) cancellation, termination, or suspension of the contract, in whole or in part. Asplundh Construction, LLC Bidder t✓ V1 Authorized Signature/Title David McGinley, Vice President City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 DESIGNATION OF SUBCONTRACTORS) State law requires the listing of all subcontractors who will perform work In an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name:-ineo n ans rue- ,bn Carp Address:. 3o S. ?6.r -e. A„ahcr�-, 6LA ��ane�nirr� �NS� �w� Phone: �7t3/03 - 31,51 y) l � State License Number: cjg5&g I DIR Reference: 10000 N"970 Email Address: 4%1%Yn 60.re4 a4eclnaph NC h o lee f Name: \14 C -f Cuc kin Address: PO Box -11015" veraiJc CA 9aS13 �r,�, ;h Phone:(ir,t� 6a -q a 64,n /V'/` State License Number: Jg71/,6LO DIR Reference: 10000 Va��aak;►�y aocpa%w�,.�l.co Email Address: Name:crkaoa6 R&.4j -r";,Y Address Jo I E. Cornmetre:A 15+ A+ro%titrnl OA 9B$OI Phone: (qgQ qq& - (.S-00 (n � "O✓r L' (2 e State License Number: DIR Reference f 00o0w5-6'3 Email Address 60 f . Corte Asplundh Construction LLC Bidder kLkAl P�6\ - Authorized Signature itle 10 David McGinley, Vice President City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $120,000, provide the following information: No. 1 Project Name/Number Project Description A'T--ku ` - Approximate Construction Dates: From cJe To: Agency Name Contact Person Telephone ( Original Contract Amount $ 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. N/A 11 Na. 2 �1 L Project Name/Number c )¢P_ T� Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) U i 0 ✓ o0 n e'e-A +D 10W -U l (2.0'94,-C e4 G..y»Oun4 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. NIA No. 3 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ 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. 12 No. 4 Project Name/Number _ Sp e A +- Q Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) �XTtcti. W or k Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Project Description bee- g -e Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ 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. 13 No. 6 Project Name/Number Project Description Approximate Construction Dates; From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) See_ A++&_A � � Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this 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. Asplundh Construction, LLC Bidder 14 uDgL Authorized SignatuYetTitliki David McGinley, Vice President Job Reference Completed Type of Project Contract Amount Final Amount Completed Client Name Contact Person City of Anaheim UD# 57 Phase 2 $ 7,659,777.77 $ 8,185,384.12 11/6/2015 201 South Jeremy Greaney Anaheim Blvd 714-765-4133 Anaheim Ca 92805 City of Anaheim UD#60 $ 6,577,722.05 $ 5,939,724.91 2/15/2015 201 South Mary Li Anaheim Blvd 714-765-4133 Anaheim Ca 92805 Overhead Installation for City of Riverside Plaza Substation $ 1,011,160.00 $ 1,062,210.00 8/30/2017 2911 Adam Street Julian Gardena Circuit 454 Riverside Ca 92504 951-826-5937 Conversion City of Anaheim UD#57 Phase 1 $ 9,499,130.50 $ 9,901,873.36 6/22/2014 201 South Tim Bass Anaheim Blvd 714-765-4287 Anaheim Ca 92805 In Progress Type of Project Contract Amount Client Name Contact Person City of Anaheim UD#62 Phase 2 $ 16,977,777.00 On Going 201 South Vinh Tran Anaheim Blvd 714-765-4273 Anaheim Ca 92805 City of Anaheim Platnimu Triangle $ 17,197,177.00 On Going 201 South Jason Rillorzaz Anaheim Blvd 714-765-4659 Anaheim Ca 92805 City of Anaheim DB#12 $ 2,967,000.00 On Going 201 South Ted Mai Anaheim Blvd 714-765-4123 Anaheim Ca 92805 Magnolia Aveneu and Maret Fiver- City of Riverside Optic Signal $ 2,454,534.00 On Going 2911 Adam Street Julian Cardena Intercoonect Riverside Ca 92504 951-826-5937 Project City of Riverside Magnolia Ave $ 1,708,489.00 On Going 2911 Julian Cardena Adam Street Phase 2 951-826-5937 Riverside Ca 92504 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 NON -COLLUSION AFFIDAVIT State of calffwnia Penns)ylvania County of Montgomery ss. David McGinley , being first duly sworn, deposes and says that he or she is Vice President Of Asplundh Construction LLC , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. declare under penalty of perjury of the laws of the Stateal'' 'a the ore oing is true and correct. ki Asplundh Construction, LLC Bidder Authorized Signatu efTitle vid McGinley, Vice President Subscribed and sworn to (or affirmed) before me on this 25thday of April , 2018 by _ OCMA' d MC, °1 lUi�4 proved to me on the basis of satisfactory evidence to be the p rson(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary ublic [SEAL] My Commission Expires: COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL KIMBERLY S. WILEY, Nov: uv Pur)1G Horsham Township, Montgums&y county MY Commission Expires May 4, 2018 15 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Bidder's name Contract No. 7337-1 DESIGNATION OF SURETIES 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): f)e X, m' �0 - �,�Va k / K� �A hm* I V� ff 0 -��VP&Dn F d�k— LSH— 6�I-1 16 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name IW E a, L4ft�n I Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 17 Current Record RecordRecord Record Record Year of for for for for for Record 2017 2016 2015 2014 2013 Total 2018 No. of contracts a a �,� y� '30 S b 1-7cl Total dollar Amount of Contracts (in Thousands of $) Orn 3Am -40m /Sr4 195 No. of fatalities No. of lost Workday Cases a No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 17 NLegal Business Name of Bidder I� Business Address: ( AM qT�D Business Tel. No.: 22—qqUHT State Contractor's License No. and �^ Classification: Gl0 W Title 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 P bidder I David McGinley Date April 25, 2018 Title vice President Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. bate Reic Ive - 19 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 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:on____ _ Business Address: II/Ai3 m le=., Sf CA !c` MOI Telephone and Fax Number:�71y) 6�-ol--9 l LA/ California State Contractor's License No. and Class: C/o /A I /oS, 68 09 (REQUIRED AT TIME OF AWARD) Original Date Issued: /8 Expiration Date: 7/61/ / 9 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: f me,e -4c-1,2ondo 1`eraion Manmar,,Lis �a'6Z c�a,6leij�iznd.e�T 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 Pw-e Aho -k4 A Corporation organized under the laws of the State of rAl 20 President Senior Vice President Vice President Vice President Vice President Vice President Vice President Secretary -Treasurer Assistant Secretary Assistant Secretary Assistant Secretary Asst. Secretary (Title Clerk) Asst. Secretary (Title Clerk) Asst. Secretary (Ins./Bonds) Asst. Treasurer (Taxes) Asplundh Construction, LLC (New York Limited Liability Company) OFFICERS Brent D. Asplundh 1356 Meadowbrook Road, Rydal, PA 19046 Frank V. Giordano 8 Valley Court, Holtsville, NY 11742 Steven G. Asplundh 2100 Buttonwood Lane, Huntingdon Valley, PA. 19006 Gregory W. Holman 2030 Huntingdon Rd., Huntingdon Valley, PA 19006 James R. Hardiman 43612 RatliffRoad, Callahan, FL 32011 Philip E. Voltz 19 Loretta Circle, Richboro, PA 18954 David G. McGinley 17 Sentinel Rd, Washington Crossing, PA 18977 Brian R. Bauer 23 Cameo Drive, Richboro, PA 18954 Christopher J. Macsisak 1023 Hutton Way, Yaphank, NY 11980 Nickkia S. Sellers 408 Tudor Lane, Middle Island, NY 11953 Gregory E. Staton 125 Chew Lane Wayne, PA 19087 John L. Talbot 201 Casey Way, Hatfield, PA 19440 James E. Fiant 311 Amberly Drive, Blue Bell, PA 19422 Dennis A. Stapola 36 Buckwalter Road, Audubon, PA 19407 Ronald S. Simpson 1760 Ludwell Drive, Maple Glen, PA 19002 DIRECTORS Brent D. Asplundh 1356 Meadowbrook Road, Rydal, PA 19046 Scott M. Asplundh 1591 Hampton Road, Meadowbrook, PA 19046 Steven G. Asplundh 2100 Buttonwood Lane, Huntingdon Valley, PA 19006 Updated: 14 -February -2018 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: SIA 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 NIA Have you ever failed to complete a project? If so, explain. NO For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /(No 21 Are any claims or actions unresolved or outstanding? Yes IlJ If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Asplundh Construction, LLC Bidder Brent D. Asplundh, President (Print name of Owner or President of C ora 'on/ om a y) Authorized Signa u /TI , D vid McGinley Vice President Title April 25, 2018 Date On 4/25/18 before me, Kimberly Wiley , Notary Public, personally appeared David McGinley, Vice President , 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 o ial s al. - (SEAL) No ary Public in and for said State c OMMONWEAl TH OF PENNSYLVANIA My Commission Expires: i NOTARIAL SEAL KIMBERLY S. WILEY, Notary Public Horsham Township, Montgomery County My Commission Expires May 4, 2018 22 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratinq Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 23 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 CONTRACT NO. 7337-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 26th day of June, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Asplundh Construction, LLC, a New York limited liability company ("Contractor"), whose address is 1428 N. Lemon Street, Anaheim, California 92801, 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: mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes, including: service lateral runs, utility pullboxes, handholes, vaults and all associated items, necessary for the conversion of existing overhead and electrical power, street lighting, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Time Warner/Charter Communications/Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117. Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Time Warner/Charter Communications/Spectrum engineers, inspectors or other personnel, will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private, including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items), associated with or resulting from the work identified herein (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. 7337-1, 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 Two Million One Hundred Sixty Seven Thousand Eight Hundred Seventy Five Dollars and 00/100 ($2,167,875.00). 3.2 This compensation includes.- 3.2.1 ncludes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Luis Ramirez 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. Asplundh Construction, LLC Page 2 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. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director Asplundh Construction, LLC Page 3 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: Brent D. Asplundh, President Asplundh Construction, LLC 1428 N. Lemon Street Anaheim, CA 92801 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 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 Asplundh Construction, LLC Page 4 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 In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. Asplundh Construction, LLC Page 5 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 and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services 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 and/or Services 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 and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees, volunteers 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 (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). Asplundh Construction, LLC Page 6 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. 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. Asplundh Construction, LLC Page 7 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. 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. Asplundh Construction, LLC Page 8 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 Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. Asplundh Construction, LLC Page 9 [SIGNATURES ON NEXT PAGE] Asplundh Construction, LLC 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: �-/ 2 S_// $ CITY OF NEWPORT BEACH, a California municipal corporation Date: j � By: C �rBy: 0 Aaron C. Harp �`""�' co��d,�8 Marshall " u-ffy' 6uffield City Attorney Mayor ATTEST: G � / 6 Date: 8 ` �j By: dX4 00,,b Leilani I. Brown City Clerk PO R CONTRACTOR: Asplundh Construction, LLC, a New York limited liability company Date: By: Signed in Counterpart David G. McGinley Vice President Date: Signed in Cou ':'_,rpart BV-. Brian R. Bauer Secretary -Treasurer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Asplundh Construction, LLC 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 OF NEWPORT BEACH, CITY ATTORN�Y'S OFFICE a California municipal corporation Date: (,zj )i B Date: By: (` By: Aaron C. RarP WW �•)s•LS Marshall "Duffy" Duffield City Attorney Mayor ATTEST: CONTRACTOR: Asplundh Construction, Date: LLC, a New York limited liability company Date: to t 8 By: By U9_— Leilani I. Brown David G. McGinley City Clerk Vice President ATTEST: By: A -- Brian R. Bauer Secretary -Treasurer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C – Insurance Requirements Asplundh Construction, LLC Page 11 1*3:I1 -9 1191-1 CITY OF NEWPORT BEACH BOND NO. 106944135 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract including, but not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes, including: service lateral runs, utility pullboxes, handholes, vaults and all associated items, necessary for the conversion of existing overhead and electrical power, street lighting, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Time Warner/Charter Communications/Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117. Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Time Wamer/Charter Communications/Spectrum engineers, inspectors or other personnel, will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private, including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items), associated with or resulting from the work identified herein, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, 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 Two Million One Hundred Sixty Seven Thousand Eight Hundred Seventy Five Dollars and 00/100 ($2,167,875.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. Asplundh Construction, LLC Page A-1 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. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 51h day of July Asplundh Construction, LLC _ �--- Name of Contractor (Principal) AA� o�rized Sigqna fitle t1J3aaSec /ear. _,,=-!'rc+r surer Travelers Casualty and Surety Company of America Name of Surety Authorized Agent Ngi ature One Tower Square, Hartford, CT 06183 Patricia A. Rambo Address of Surety Print Name and Title 888-656-0817 Telephone Asplundh Construction, LLC Page A-2 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7117119 By. aron C. lda City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page A-3 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 NiontZomery }ss. On July; kith —'20 18 before me, Laura .,ockyer Notary Public, personally appeared Brian R. Bauer, Secretar;-lreasi;-rer 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. COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL WITNE my ha and offi I seal. LAURA ANN LOWER, Notary Public Upper Moreimxl Township, Montgomery county f My Commies D ExpilApril 15, 2019 N 12896 Sig ature (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 Pennsylvania County of Philadelphia }ss. On July 5 20 18 before me, Maureen McNeill Notary Public, personally appeared Patricia A. Rambo 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. COMMONWEALTH uF PENNSYLVANIA WI SS my hand and official seal. NOTARIAL SEAL MMON *NEILL, Notary Publie C Cop d IIIM~la► Phila. County CM*Mw Expires September 22, 2021 Signature Asplundh Construction, LLC Page A-4 Travelers Casualty and Surety Company of America AW 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 Patricia A. Rambo of Philadelphia, Pennsylvania their true and lawful Attorney -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 3rd day of February, 2017. 1� CYC "N,,1Y AN, s � u G'9 [ ARM CQVN ?. w HARTFORD, yp L CONN. o ffJ�L State of Connecticut By: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G T� My Commission expires the 30th day of June, 2021 7Aq )nw LL �o �'aeuos* Mane C. Tetreault, Notary Public My c1'G This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 5th day of juiy , 2018 ���youyA� eplYallo. �yy� 4r `9� if fNSiTFORq a CONK g CDNH �� a ON„` l8 iw, K f� Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please caii us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. No. 6516 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS ISTO CERTIFY, That, pursuant to the Insurance Coale of the State gfCalifru•nia. Travelers Casualty and Surety Conpanj, of America of flarfard, Corrrrecricut, organised antler the haws of Connecticut, sub iect to its :Articles ofinewpor•atinn or other• f lmlanremal organisational dncranerts, is herelry authoriserl to transact within this State, subject to all provisions of this Certificate, the following classes oJ'nrsurarnce: Fire, Marine, Surety, Disability, ]'late Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and 'Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are crow or nrcw hereafter be defined in the Insurance Lairs of the Srnre of California. THIS CERTIFICATE is elpressl1v cotrditioneel upon the holder hereof now and hereafter being in full corupliance with till, and not in violation of ars_y, of the applicable lows curd lawful requirements made under allthorit-v of the lcnvs• ofthe State of Californhr cis long as such lases or requirements are in eyfect and aj�nticahle, and as such Lr,s and requirements now are, or matt' hereafter be changed or canerxled. IN WITNESS WHEREOF, effective cis of'the Ist (laY of Jaly. 1997, 1 have hereunto set my Maul and retrrsed m), official seal to be affixed this 16th datvcfJrme, 1997. Fee 593.00 Rec. No. Chuck Quackenbush Insurance ('nmmisimmi' Filed 5:"2,977 BY Y7crorin .S. Sidhurt r)cyai�; Certification 1. the unclens•igned Insurance Commissioner of the State of California, do hereby certify that I have compared the above cogv of Certificate of,9uhorin, with the duplrceate of original now on file in nn' off ce, and Mai the same is a fill, Into, and correct transcript thereof, and of the whole of said elaaplicate, and said Cur•titrc w of Authority is now ill faall fiu•ce and effect. IN WITNESS WHEREOF, 1 heave hereunto set niv hand and caused my c�ficial seal to be affixed this 31st day of December, 2007. Sieve. Poiiner pbrsuranae ( bUmI itsione+ Nr a," b'ovj, Pauline D':Inb•ea EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 106944135 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,119.00 , being at the rate of $ 1.90 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract including, but not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes, including: service lateral runs, utility pullboxes, handholes, vaults and all associated items, necessary for the conversion of existing overhead and electrical power, street lighting, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Time Warner/Charter Communications/Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117. Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Time Warner/Charter Communications/Spectrum engineers, inspectors or other personnel, will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private, including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items), associated with or resulting from the work identified herein in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million One Hundred Sixty Seven Thousand Eight Hundred Seventy Five Dollars and 00/100 ($2,167,875.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. Asplundh Construction, LLC Page B-1 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of July 120 18 . Asplundh Construction, LLC Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square, Hartford, CT 06183 Address of Surety Telephone Authorized Agent Patricia A. Rambo gdature Print Name and Title r y -Treasurer Asplundh Construction, LLC Page B-2 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7Z 2jr By: Aaron C. Harp u.M e�1lUI�Y City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page B-3 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 MontKomer-,E }ss. On ,iuly 6th 20 18 before me, Laura Lockyer Notary Public, personally appeared Brian R. Bauer, Secretary -Treasurer 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/rOv hand and officialAeal. Signa fere 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 Pennsylvania CoMt"O W� A�THOFPENNSYLVANIA N01 AWAL EAL LAURA ANN LOCK ERSry Public �Pper Moreland Township, (�pn ublit J MY CommissiCowty on Expires April 2019 ID # 1289615 County of Philadelphia }ss. On July 5 2018 before me, Maureen McNeill Notary Public, personally appeared Patricia A. Rambo 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. C'QMMON %4A TH OF PENNSYLVANIA WITNESS my hand and official seal. NOTARIAL SEAL MMAVEN MCNEILL, Notary Public Cky et Philadelphia, Phila. County My Col ftbi ion Expires September 22, 2021 Signature sea Asplundh Construction, LLC Page B-4 Travelers Casualty and Surety Company of America iA1ii, 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 Patricia A. Rambo of Philadelphia, Pennsylvania their true and lawful Attorney -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 3rd day of February, 2017. .g1v�4+1y. T �9 HARTro e' $ HARTFORD, � CONN. o lLl1 WVA State of Connecticut By:. City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. e,T�T My Commission expires the 30th day of June, 2021 TAq mOJV.�• �. ��J1Rr0ut1.� �o Ausuo�* Mane C. Tetreault, Notary Public Nly ot'G This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 stn day of juiy , 2018 TiARTFORD, 'A i HARTFORD, t CONN. 2 r CONN. V Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please calf us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. No. 6516 S'I' FE' OF CAI.IhORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY, That, pierstctcnt to the Insurance Code of the State of California, Travelers Casualty and Surety Cottpmgy ofanterica of llartford, Colllteclicut, organized ander the laws of Connecticut, suhiect to its articles cf Inc orporatinn at- 01her ftuulanlental otganizaaotal clortunents, is hereb.v authorized to transact within this State, subject to all provisions of this Certificate, rhe following chrsses of insta•allce: Fire, N1ariue, SuretN•, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machiuer,•, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or atm+ hereafter he defined ill the. Insurance Laws of the Srate of California. THIS CI RTI(:ICATE is expressly conditioned upon the holder hereof nowand hereafter being in full cotupliance with all, and 1101 ill violation of al -v, of the applicable laws and lanjd reriuiremews made Mader a((thority of the laucc gfthe Stare of Califori da as long as such laws or requirements are in c)Tect and apl)[kahle, and as such Lr:: s and requirements now are, or nxt)' hereafter be cluurged or amended. IN WITNESS WHEREOF, effective as oj'the 1st dui- of.h(d),. 1997, 1 hate hereunto set my hiatal and caused my official seal to be of fixed this 16th tkiv of June, 1997. Ree 593.00 Rec. No. Chuck Quackenbush In-Aurance Cominisiamwi Filed 5.35!97 By Victoria S. Sidhurr L)aput Certification 1. the undersigned Insurance Commissioner of the State of California, do herehv certily that 1 have compared the above copy of Cerlij;cate of Atdhority iritlt the duplicate oforiginal now on file ill n1Y ofjice, and that ilia sante is a jidl, brae, and correct transcript thereof and ofthe whole of said duplicafe, and sedel C'ertitie-ate of anhori{y is llow and effect. Iti ��`1'TNk:SS Gt'HERF,OF, !have hereunfn set my hint! turd caused nrY efjicictl seal to be affixed this 31st tlm• of December, 2007. Steve Poizner Insurance C onur;isstaerr Pendine D'. -Inch -ea EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, 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 elected or appointed officers, agents, officials, employees, volunteers, 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 umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two Asplundh Construction, LLC Page C-1 million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, 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, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, volunteers, 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 be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, 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. Asplundh Construction, LLC Page C-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally Asplundh Construction, LLC Page C-3 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 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 Asplundh Construction, LLC Page C-4 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. Asplundh Construction, LLC Page C-5 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 8/9/18 Dept./Contact Received From: Raymund Date Completed: 8/11/18 Sent to: Raymund By: Jan Company/Person required to have certificate: Asplundh Construction, LLC Type of contract: Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/18 — 8/1/19 A. INSURANCE COMPANY: Greenwich Insurance Company B. AM BEST RATING (A- : VII or greater): A / XV INSURANCE COMPANY: Greenwich Insurance Company C. ADMITTED Company (Must be California Admitted): B. Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ® No F. PRODUCTS AND COMPLETED OPERATIONS (Must Is Company admitted in California? include): Is it included? (completed Operations status does ❑ No D. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND UM, $2M min for Waste Haulers): What is limits provided? COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it N/A included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be ® Yes ❑ No included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured ❑ No H. is not limited solely by their negligence) Does endorsement ® N/A ❑ Yes include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/18 — 8/1/19 A. INSURANCE COMPANY: Greenwich Insurance Company B. AM BEST RATING (A-: VII or greater) A / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A ® Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 8/1/18 — 8/1/19 A. INSURANCE COMPANY: XL Insurance America, Inc. B. AM BEST RATING (A--. VII or greater): A / XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY VI BUILDERS RISK ® Yes []No ® Yes ❑ No $1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Agent of Alliant Insurance Services Broker of record for the City of Newport Beach Date RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 Contract No. 7337-1 PROPOSAL To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7337-1 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Utility Undergrounding for AD 117 @A., 100 8 76— Dollars and Cents $ <5t,1(67,075" o p Per Lump Sum TOTAL PRICE IN WRITTEN WORDS m,/h'o.) OneLdred eo,4-sevea e;a saswtiy-liv Dollars and hero Cents Date $ Total Price (Figures) Asplundh Construction, LLC Bidder 215-784-1438 (0), 215-784-4225 (F) Bidder's Telephone and Fax Numbers lC��dobt Bidder's License No(s). and Classifications) W)4L Bidder's Authorized Signa re and Title David McGinley, vice President 708 Blair Mill Road, Willow Grove, PA 19090 Bidder's Address Bidder's email address: DMcGinley@Asplundh.com Contractor shall submit a detailed Schedule of Values for this lump sum bid to the Engineer within 3 days after award of contract for review and approval. The agreed upon Schedule of Values will be used as a basis for monthly progress payments and will be agreed upon by the City and Contractor,prior to the Award of contract. Lump Sum Bid will be guaranteed for a period of one hundred eighty (180) days. H IY � L = u V)000 LJ O W _ z 3 0 N u O Z c 0 0 Z O to 0 0 0 0 m Tco• 0 0 0 0 - .•i 0 0 C V N m 0 Y t v C 0 0 F- _u N 0 0 W 0 0 0 < N -0 C � Y l 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u u c o O o 0 0 to o 0 0 o to o 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 m m C O O R O G O O O t!1 N '•i O t` O G O O o C 01 tG O C O C O O W O O O O O O O O C O O O O O O O O O O O O O o O M O O 00 n a T O O O M O O N N O O tc O W o M O W O m O to O o N P O c t` W O O 00 Vf m Vf 4 w N a tD N ti w M C N f/1 c Ln w w N m w w r o N •C G ^ N N rl 1� M e•1 00 I� O M M I� Qf rl I� V e -I e•I N (T tD _ Q a N N Vf Vf in in L1 VY in f} N i/} r} N in in V! VF V} in in VT L? 1n iA in Sn VT N in cr N N Ol Ln O N N N O O O N a O O N C O a M M co M N N �y ei tD W M N N pi N m a -I m �..t -T (b „y n IID N O O O O O O O O O O O O O O O O O O O O O O O O O O O N Y ff7 0 7 y O m a an V! of i/F in t/!an an N vA i/!V}in VfVT t4^ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �e ago O O O O O O O O O O O O O O O O O O O O o O O o o O O m ` L C LG= OC0C N N G ~ Q m rR N in LY LY 11,Sn in in in h iA N 4A LF ih to in Vf to v). in in i/? in of in O �• W u V 7 h L H O O O oo to o O O o m O O O O O O O O o o O O o O O O O O O O O N O O O O 01 O O O 00 O O O O O O O O O O O O O RO O m N N O O O 6 O O O O O O O O O O o O O O o Ln 24 f� M O N oo N t\ N a O o1 M O O o O O O N O O O a N N N f� O N O tD O l70 O M O 00 O N O N O !70 N f� O O t` al oo t!1 m V1 C to N C tD N .ti tD tri ct N M m tn" W tD N m oo W a O N F J W N N N N m N W N o ami M N m N t\ V' N H N of X09 N N in 4^ In V} V! V V} n ,} Vf V1 in 'A V! vF in in N vA in in t/! O O o O O m o O o O m O O O Co O O O o O O o o o O O •- O O O O M N M O O O of O O O o1 01 O O N tto O O O O O O jp N N an (G t` Y1 c� O O O tD O O O to d' O o m H o D O O O N too It N O N O O O O O e•i Ln m O ~ N to M N to 01 ti of n o1 O V m mN Ln tD N N N in v1 in iA in 16 iA iA VY in V} iA in vT In In fA In Vn VT V! vT N H In iR M N O O o N to N N N N N to N O O N O O �••� N m O O �••� N N N N m m w m to m N m M to a O 0 O m O to N O v W of of to' ei � N v ni a Q J J J J J J J W W W W W W W W W J J W W W (7 In (7 N J X o O m m x w > > m x O - o > L c U U 3 a XX o o — C m of O tr L u m m m x v ry N s s a a m m O c 0 >>> N v a V F x to to d' in x 3 O s m L o v a oo 0o 0o "" L L ;r X 0 L L X X X N O o0 u u X m .ti N N rl O n n ti N o x x .� n n X E E E E E a U m _C •V o X X X V N m �•i ` N r O H N a M N n to N ^ .� 0 m> y H H I- I- V u -u" u u o _ J = W N W W W W W W W W W W to ca ca ca w w W QI W U C s s o G ^ o aa u u u v u u u u u u a a a a L cL c 7 J El vo u' • y N N m CR l0 1� tp O1 O N N M -,T m l0 1� 00 (T O H N M V N to Y N H �••� H N H N N N H N N N N N N N CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 CONTRACT NO. 7337-1 DATE: March 27, 2018 BY: ° CITY NGINEER TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. NOTICE INVITING BIDS Change bid opening to 10:00 AM on April 25, 2018. 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. Asplundh Construction, LLC Bidder's Name (Please Print) April 25, 2018 Date (\ C �l Authorized Signature &title--' D id McGinley, Vice President (:luserslpbwlsharedlcontraclsUy17-18 current projects1800 - miscellaneouslassessment district no. 117_c-7337-11addendum no. t.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 CONTRACT NO. 7337-1 k ' DATE: April 12, 2018 BY: 044 __ CIT ENGINEEff TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. SPECIAL PROVISIONS 2-6 WORK TO BE DONE Replace the section with the following: The work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution prevention, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the construction of underground facilities that will allow for the future conversion of existing overhead electrical, telephone and cable television services as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Time Warner/Charter Communications/Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117. Any costs resulting from work performed that is directed by Southern California Edison, AT&T and Time Warner/Charter Communications/Spectrum engineers, inspectors or other personnel will not be compensated unless said work was approved by the Engineer prior to work commencing, Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items) associated with or resulting from the work identified herein. The SCE plans show several locations where existing handholes are being upsized to accommodate additional conduits or where new conduits are being installed to accommodate the undergrounding efforts. Approximately 20 locations are within private property. Surface restoration should be like for like as much as possible. Appendix D provides photograph documentation of most locations and minimum restoration limits required are marked in white paint for the Contractor's review prior to bid date. The SCE handhole and intercept work shall be included in the Contractor's bid, however the SCE source contractor for this area (Arizona Pipeline) will be required to install all handholes and intercept vaults where live or dead electrical wires are to be encountered at service handhole and intercept locations. SCE requests that at least three locations available when Arizona Pipeline's efforts are required. Contractor is required to give (7) seven calendar days' notice of planned service hand hole or intercept efforts required by Arizona Pipeline. 5-2 PROTECTION — Replace the last paragraph with the following: In the event that an existing pull box, water 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 or any other utility box of identical type and size at no additional cost to the City. The City will provide replacement water meter boxes at no cost to the Contractor. Contractor will be required to pick-up the water meter boxes at the City's Utilities Yard located at 949 West 16th Street, Newport Beach CA 92663. Contact Chris Auger at (949) 644-3019 to schedule an appointment for pick-up of water meter boxes. 5-4 RELOCATION — Delete this section in its entirety. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Replace the first and second paragraphs with the following: PAVING RESTORATION: Final alley concrete pavement restoration will be "trench width" only with 3 -inch thick of fine mix hot asphalt concrete flush with undisturbed alley surface. The City will return later to restore concrete alleys. Final street paving will be "trench width" only with 6 -inches of hot mix base course asphalt concrete flush with existing asphalt pavement. The City will return and provide a grind and final overlay for impacted streets. In addition, the Contractor is required to restore affected concrete curb and gutter, sidewalk, cross -gutters and alley approaches impacted by the work as follows: 1. Curb and gutter — Any trench line that crosses under existing curb and gutter shall be replaced with a minimum 10' linear foot length (generally 5' on each side of the disturbed area) per city Std -182-L. 2. Sidewalk — Any trench line that affects sidewalk, Contractor shall replace full - panels per city Std -180-L. 3. Cross gutters — Any trench that crosses under an existing concrete cross -gutters, Contractor shall replace the cross gutter from joint to joint (on each side of the disturbed area) per city Std -185-L. Cross -gutters shall be assumed 8 -inches thick. 4. Alley approach — Contractor shall replace 6 -foot minimum "T -trench width of all impacted alley approach per city Std -142-L and Std -143-L. T -trench restoration shall be assumed 18 -inches on either side of trench line and concrete alley approach shall be assumed 8 -inches thick. On Cross -gutter and alley approach concrete restoration Contractor shall join existing concrete improvements by core drilling '/2 inch diameter epoxy coated rebar dowels placed at 24 -inches on center. PART 3 — CONSTRUCTION METHONDS 300-1 CLEARING AND GRUBBING 300-1.3.1 General Delete second sentence in the first paragraph that begins with "All areas of roadway removal....": Add the following at the end of the first paragraph: Areas of roadway undermining do to the Contractor's trench operations shall be removed prior to alley or pavement restoration. 303-5 CONCRETE, CURBS, WALKS, GUTTER, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.4 Joints 303-5.4.1 General - Delete this section in its entirety. SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-1 GENERAL 306-1.1 Pipe Laying Replace the second sentence in the paragraph with the following: Contractor shall furnish and install conduits per SCE, AT&T and Charter/Spectrum requirements and standards. PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL Delete both paragraphs in this section and replace with the following: The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons 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 areas. Additionally, steel plates utilized for trenching shall be the slip resistant type per Caltrans standards and capable of carrying H-20 wheel loading. Plates shall have a minimum width equal to the excavation width plus 24 inches. APPENDIX Add attached Appendix D to the Special Provisions addressing private property restoration locations for most handhole locations. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have Included full payment in my Proposal. Asplundh Construction, LLC Bidder's Name (Please Print) April 25, 2018 Date Authorized Signature & Ti avid McGinley, Vice President f:\users\pbw\shared\contracts\fyl7-18 current projects\800 - miscellaneous\assessment district no. 117_c-7337-1\addendurn no. 2.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 CONTRACT NO. 7337-1 DATE: April 17, 2018 BY: CIT NGINEER TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. NOTICE INVITING BIDS Change bid opening to 10,00 A.M. on May 2, 2018. APPENDIX Add attached Appendix E to the Special Provisions addressing Time Warner Cable vault information. Bidders must sign this Addendum No. 3 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 3 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Asplundh Construction, LLC Bidder's Name- (Please Print) April 25, 2018 Date C Authorized Signature & Title a d McGinley, vice President f:luserstpbwlsharedlcontracts1tyl7-t0 current projects1800 - miscellaneouslassessment district no. 117_c.7337-1\addendum no. 3laddendum no. 3.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117 CONTRACT NO. 7337-1 APPENDIX A. AT&T REQUIREMENTS iv iv B. OLD SCHOOL PARK AND STREET CLOSURE STORAGE AREAS iv 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 2-5.1 General 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 1 1 2 2 2 2 3 3 3 4 4 4 4 4 5 5 5 5 SECTION 5 - UTILITIES 5 5-1 LOCATION 5 5-1.1 General 5 5-2 PROTECTION 6 5-4 RELOCATION 6 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 7 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 7 6-1.1 Construction Schedule 7 6-7 TIME OF COMPLETION 8 6-7.1 General 8 6-7.2 Working Days 8 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 9 6-9 LIQUIDATED DAMAGES 9 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 9 7-1.2 Temporary Utility Services 9 7-2 LABOR 10 7-2.2 Prevailing Wages 10 7-5 PERMITS 10 7-7 COOPERATION AND COLLATERAL WORK 10 7-8 WORK SITE MAINTENANCE 11 7-8.1 General 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 9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 12 SECTION 9 - MEASUREMENT AND PAYMENT 13 9-3 PAYMENT 13 9-3.1 General 13 9-3.4 Mobilization. 13 PART 2 - CONSTRUCTION MATERIALS 14 SECTION 200 — ROCK MATERIALS 14 200-2 UNTREATED BASE MATERIALS 14 200-2.1 General 14 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 14 201-1 PORTLAND CEMENT CONCRETE 14 201-1.1 Requirements 14 201-1.1.2 Concrete Specified by Class and Alternate Class 14 201-2 REINFORCEMENT FOR CONCRETE 14 201-2.2 Steel Reinforcement 14 201-2.2.1 Reinforcing Steel 14 SECTION 203 — BITUMINOUS MATERIALS 14 203-6 ASPHALT CONCRETE 14 203-6.5 Type III Asphalt Concrete Mixtures 14 SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 14 214-4 PAINT FOR STRIPING AND MARKINGS 14 214-4.1 General 14 214-6 PAVEMENT MARKERS 15 214-6.3 Non -Reflective Pavement Markers 15 214-6.3.1 General 15 214-6.4 Retroreflective Pavement Markers 15 214-6.4.1 General 15 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 16 16 16 300-1.3 Removal and Disposal of Materials 16 300-1.3.1 General 16 300-1.3.2 Requirements 16 SECTION 302 - ROADWAY SURFACING 17 302-5 ASPHALT CONCRETE PAVEMENT 17 302-5.1 General 17 302-5.4 Tack Coat 18 302-5.8 Manholes (and Other Structures) 18 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 18 302-6.7 Traffic and Use Provisions 18 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 18 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 23 DRIVEWAYS 18 303-5.1 Requirements 18 303-5.1.1 General 18 303-5.4 Joints 19 303-5.4.1 General 19 303-5.5 Finishing 19 303-5.5.2 Curb 19 303-5.5.4 Gutter 19 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 19 306-1 GENERAL 19 306-1.1 Pipe Laying 19 306-3 TRENCH EXCAVATIONS 20 306-3.1 General 20 306-3.1.1 Trench Excavation and Subgrade 20 306-3.1.2 Backfill of Trenches 22 SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 23 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 23 314-4.1 General 23 314-4.2 Control of Alignment and Layout 23 314-4.2.1 General 23 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 23 314-4.4.1 General 23 314-4.4.2 Surface Preparation 24 314-5 PAVEMENT MARKERS 24 314-5.1 General 24 SECTION 315 — PULL BOXES, HANDHOLES, UTILITY BOXES, VAULTS AND COMPONENTS 24 315-1 GENERAL 24 PART 6 - TEMPORARY TRAFFIC CONTROL 25 SECTION 600 - ACCESS 25 600-1 GENERAL 25 600-2 VEHICULAR ACCESS 25 SECTION 601— WORK AREA TRAFFIC CONTROL 26 601-1 GENERAL 26 601-2 TRAFFIC CONTROL PLAN (TCP) 26 APPENDIX A. AT&T REQUIREMENTS B. OLD SCHOOL PARK AND STREET CLOSURE STORAGE AREAS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS UNDERGROUND UTILITY ASSESSMENT DISTRICT 117 CONTRACT NO. 7337-1 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. SD -5086-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings 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 from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS _SECTION 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, General Engineering, Contractor's 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. Page 1 of 27 2-5 PLANS AND SPECIFICATIONS 2-5.1 General Add the following The included plans have been prepared by the three utility companies (Southern California Edison Company, AT&T Telephone, and Charter Cable). The intent of the project is to use a joint trench to place electrical, telephone and cable television in the ground within the public right-of-way and easements as shown on the plans. However, the design for the use of joint trench was not optimized or even addressed in some areas. Contractor shall resolve such inconsistencies by identifying a joint trench alignment from the alternatives presented by the owning utilities and then placing all utilities into this joint trench. The resolution of these inconsistencies shall be considered included in the lump sum cost for the work and shall include but not be limited to realignment of main conduit runs, vaults, handholes, pullboxes, risers, service laterals and related facilities. The only exception to this requirement shall be in such places that a joint trench cannot be used because of physical constraints, utility companies design or operational characteristics, safety or where otherwise prohibited by law or other regulation(s). Such coordination work shall be performed in advance of actual construction to allow the utility companies time to provide input. Such work shall also include coordination necessary to align or realign that proposed facilities with existing utilities (such as water, sewer, storm drain, among others) that may be in conflict with the proposed facilities. Note that the advance notice requirements for utility mark -out has been extended to allow Contractor time to plan out the route of the joint trench along the various streets and utility corridors. Do not commence trench excavation until the City's representative has had an opportunity to review and provide input on the final joint trench location and alignment. For undergrounding of AT&T facilities, the Contractor shall comply with the AT&T specifications included in the Appendices of these 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 includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, street lighting, telephone, and cable television services to underground locations as required and Page 2 of 27 intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Time Warner/Charter Communications/Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 117. Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Time Warner/Charter Communications/Spectrum engineers, inspectors or other personnel will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items) associated with or resulting from the work identified herein. 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 will: 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 contact the City's representative in the field to confirm that the existing monument has been located, can be removed and the Contractor shall restore the affected survey monuments at his sole expense. If the monument has not yet been located and prior to excavating trenches, Contractor shall allow not more than 2 days for City to locate the monument and tie it out. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. The cost of any replacement work resulting in a failure by Contractor to notice the City or City's surveyor of the existing monument(s) or allow reasonable time to tie the monument out, shall be deduced from payment(s) due to Contractor. 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: Page 3 of 27 The underground cable and conduit system will not be staked for line or grade. It shall be the Contractor's responsibility to determine the depth of trenching required to maintain the minimum cover required by the utility owner in paved and unpaved areas and also to avoid interference with existing utility lines, mains and services. The drawings may or may not indicate construction of a joint trench in which to place the utilities. Except for service laterals, connections and adjustments to construct vaults, risers, or other such boxes, the intent of this contract is to place the existing overhead utilities underground in a single joint trench. The Contractor will ensure that the location of new work is within the right of way and/or easements of abutting and affected properties. 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 (prior to any markups) 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 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 (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. Page 4 of 27 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 5-1 LOCATION 5-1.1 General The location of existing underground utilities or substructures was determined from a search of each of the utility company's records. No guarantee is made or implied that the information is complete or accurate. The Contractor shall excavate, expose and protect all high-risk underground facilities. 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. It shall further be the Contractor's responsibility to modify any trench alignment - including conduit debt and structure alignment — necessary to protect and provide required minimum cover and clearance from existing underground utilities or structures. The cost of any re -alignment necessary to complete the work will be considered as part of the conduit and structure installation. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings by a method that does not damage existing surfaces. Removal by sand blasting 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. Page 5 of 27 The Contractor shall notify the owners of all utilities and substructures as set forth in Section 7-10 Public Convenience and Safety of the Standard Specifications and these Special Provisions. The plans are schematic in nature. Contractor shall furnish and install all conduit required per the plans or the standards of the utility companies including bends, couplings, and pole risers and encase with concrete where shown on the plans. All conduits shall have '/4 inch polypropylene pull rope installed including all service lateral runs to property line or other such designated point(s). Stake or otherwise mark the terminus point of all conduit runs not terminating in a junction box, handhole or other such structure. Use a nail, metal stake, rebar or spike flush with the ground with orange or red colored flagging or paint (in paved areas) to depict the terminus of the conduit. Secure the conduit ends with tape or other such plug to avoid contamination. 5-2 PROTECTION Insofar as practicable during the progress of the work, no pipeline, conduit, sewer, culvert, storm drain, drainage ditch, flood control channel, pole line, street lighting system, overhead wires or cables, or underground wires or cables, either main line structures or laterals and services, or any other structure or facility, shall be disturbed, but all should be supported and protected against injury and maintained in good operating condition at the expense of the contractor. In no case shall any such property be disturbed or removed without the consent of the Owner. The Contractor shall be responsible for and make good all damage due to his operations. All operations of the contractor affecting flood control channels and drainage ditches, and the restoration thereof, shall conform to the requirements of the agency having jurisdiction. All services shall be maintained throughout the course of the construction. In the case of a disruption of service, Contractor shall work diligently to restore the service with the minimum of outage and disruption. 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 Utility relocations will be required within Assessment District No. 117 as a result of the undergrounding improvements. Contractor shall coordinate with Southern California Edison, AT&T and Time Warner/Charter Communications/Spectrum to schedule the noted relocations of utility pedestals, and adjustments/replacement of vault lids. 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 Page 6 of 27 the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. 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 Prior to issuing the Notice to Proceed for the Work, the Engineer will schedule a pre - construction meeting with the Contractor to review the proposed construction schedule and delivery dates, arrange utility coordination, discuss construction methods, discuss employee parking of personal vehicles, ,discuss construction staging areas and clarify inspection procedures. 6-1.1 Construction Schedule 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 and cost breakdown, in bar chart form showing the proposed dates of commencement and completion cost of each of the various parts of the work and the anticipated amount of each monthly payment that will become due the Contractor in accordance therewith, to the Engineer for approval a minimum of five (5) working days prior to the pre -construction meeting. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all order have been placed and acknowledged, and setting forth the dates that each item will be delivered. 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 additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. Page 7 of 27 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within Two Hundred and Twenty (220) 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. Normal working hours are limited to 7:00 A.M. to 4:30 P.M., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 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. 6-7.2 Working Days The following days are designated City holidays and are non -working days: 1. January 1St (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 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (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. Page 8 of 27 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of as -built plans to the Engineer and the utility inspector(s) for approval prior to final payment or release of any bonds. 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 on 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 (3) 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 $1,000.00. 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. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-17HE 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 and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Page 9 of 27 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. 7-2 LABOR 7-2.2 Prevailing Wages Add the following.- In ollowing: In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-5 PERMITS The text of Subsection 7-5 of the Standard Specifications is hereby deleted and replaced with the following: The Contractor and all subcontractors shall each be licensed in accordance with State Business and Professions Code. The Contractor, at its own cost, shall also obtain any and all other permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. The Contractor shall pay all costs incurred by the permit and license requirements, unless specified in this section. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs 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 shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. 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. The Contractor is required to cooperate with utility companies and must coordinate work with utility company operations at no additional cost to the City. Page 10 of 27 7-8 WORK SITE MAINTENANCE 7-8.1 General The construction sites must be swept clean at the end of each workday. No unauthorized debris from the construction project site will enter the City's storm drain system, either through Contractor's forces or by any subcontractors of the Contractor, without prior written approval by the Engineer. 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. The Contractor may use the Old School Parking Lot for staging and equipment storage (laydown area). 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. The Contractor may also close cross streets as typically shown on Appendix B as the adjacent alleys are under 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. 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 Page 11 of 27 plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. Full compensation for water pollution control shall be considered included in the various items of work and no additional compensation will be allowed therefore. 7 9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add the following: PAVING RESTORATION: Final Alley and concrete pavement restoration will be "trench width" only with 3 -inch thick of fine mix hot asphalt concrete. The City will return later to repave (P.C.C.) concrete areas, including P.C.C. alley approaches. Final street paving will be "trench width" only with 6 -inches of hot mix base course asphalt concrete. The City will return and provide a grind and final overlay for impacted streets. Private Improvements: Where private improvements appear to fall within the public right- of-way, Contractor shall request City to confirm the location of the right of way or easement line prior to removal of said improvements. In the event that subsurface, surface, or overhead utilities, fences, structures, or other facilities are required to be disturbed or removed to permit the construction of the improvements as provided hereunder, such disturbance or removal shall be done only with the approval of the City upon notification of the owner or owners involved by the City. The Contractor shall coordinate his operations with those of the owner or owners concerned with the disturbances or removal of facilities so as to minimize the inconvenience imposed on all affected parties. Contractor shall not remove any improvements until such removal is authorized by City. When authorized, improvements shall be removed in such a manner as to leave a clean neat appearance. Existing landscaping, trees, hedges, or other such items shall be pruned as necessary to allow for the work within the right of way without impacting the health of the landscaping. If pruning is not a feasible, viable alternative, the landscaping shall be removed in its entirety within the limits of the impact along that particular fronting property. The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following.- All ollowing: All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements as required above shall be considered included in the lump sum and no additional compensation will be allowed therefore. Page 12 of 27 SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph one and two to read: Contractor shall submit a detailed Schedule of Values for this lump sum bid to the Engineer within 3 days after award of contract for review and approval. The agreed upon Schedule of Values will be used as a basis for monthly progress payments and will be agreed upon by the City and Contractor prior to the Award of contract. 9-3.4 Mobilization. Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, materials and incidentals to the project site necessary for work on the project and for all other work and operations which must be performed or costs incurred including bonds, insurance, and financing prior to beginning work on the various contract items on the project site. Mobilization shall also include the cost, time and labor to move the necessary construction equipment to and from the job site, supervisory time on the job by the Contractor's personnel to keep the construction site in a safe condition and all other related work as required for all non -working days during the course of construction. Contractor is responsible for securing an adequate storage site for equipment and materials. The Contractor shall have on the work site at all times, as its agent, a competent English-speaking superintendent capable of reading and thoroughly understanding the plans, specifications, other related documents, and directions from the Engineer. Page 13 of 27 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 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course shall be III -C3 -PG 64-10 RAP. Asphalt concrete base course shall be III -B2 -PG 64-10 RAP. 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. Page 14 of 27 214-6 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. Page 15 of 27 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:Hnewportbeachca.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 to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. Page 16 of 27 SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General The Contractor shall furnish all equipment, labor, and materials required to remove and replace existing surface improvements in accordance with owning utilities Standard Specifications and these Special Provisions. Asphalt concrete for trench resurfacing shall be placed and rolled in accordance with the Plans, City of Newport Beach Standard Drawing No. STD -105-L (A -F), the Standard Specifications and these Special Provisions. Cuttinq and Removal: Asphaltic concrete pavement shall be cut in a neat and workmanlike manner. Care shall be exercised so as to not damage adjacent pavement or other improvements. Existing Portland cement concrete surfaces to be removed shall be neatly sawcut. Cut existing pavement to the dimensions shown on the City of Newport Beach Standard Drawing No. STD -1 05-L (A -F), the Standard Specifications and these Special Provisions. All asphalt concrete and Portland cement concrete removed from trench and structure excavations shall be removed from the site and disposed of by, and at the expense of, the Contractor. Subgrade Preparation: The subgrade shall be prepared by alternatively watering and cultivating the material until it is uniformly moistened to optimum moisture content for a depth of at least six (6) inches. The subgrade shall then be rolled with a steel roller or rubber tired roller until it is compacted to not less than 95 percent of maximum density as determined in accordance with ASTM D1556 or by nuclear methods, D 2922 or D 3017. The resulting surface shall be firm, hard, and unyielding, with a true, even, and uniform surface. Edges of existing pavement shall be sawcut to form a straight line. Crushed Aggregate Base: Crushed aggregate base shall meet the requirements of Section 200-2 and shall be constructed in accordance with Section 301-2.2 and 301-2.3 of the Standard Specifications. Place crushed aggregate base in accordance with the City of Newport Beach Standard Drawing No. STD -105-L (A -F), the Standard Specifications and these Special Provisions. Temporary Resurfacing: Temporary bituminous resurfacing shall be replaced and maintained wherever excavations is made through pavement, sidewalk, or driveways. Temporary resurfacing shall be minimum of two inches in thickness. Aggregate for temporary resurfacing shall meet the requirements of Type II asphalt concrete, Class D, Section 203-6.3 of the Standard Specifications. Bitumen shall be Grade SC -800 liquid asphalt conforming to Section 203-2.4 of the Standard Specifications. Page 17 of 27 The mixture may be furnished from stockpiles or directly from the plant mixer and may be laid cold, at the option of the Contractor. Temporary resurfacing shall be placed to the grade of existing surfaces and rolled and compacted as soon as the condition of the backfill is considered by the City to be suitable to receive such surfacing. The Contractor shall maintain all temporary resurfacing in proper, usable condition until the permanent resurfacing operations are to be commenced. Temporary resurfacing shall be removed and disposed of by the Contractor. 302-5.4 Tack Coat Where stipulated on the plans and specifications or required by the Engineer, a SS -1 h type emulsified asphalt tack coat shall be applied. A tack coat may be used only when approved by the Engineer. 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 Section 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 the use of 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 patchback shall be placed within 72 hours following concrete placement. Page 18 of 27 303-5.4 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 install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 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. SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-1 GENERAL This section includes specifications for trench excavation, construction of buried conduits, testing, backfill, and resurfacing. 306-1.1 Pipe Laying All conduit work shall be performed per the Plans, the Standard Specifications and these Special Provisions. Contractor shall furnish and install Schedule 40 PVC conduit (except for riser pipe, which shall be PVC Schedule 80). Conduit work shall include all bends, couplings, sweeps, risers, fittings, connections, and all necessary appurtenances. All conduits shall have %4 inch polypropylene pull rope installed including all service lateral runs to property line or other such designated point(s). Stake or otherwise mark the terminus point of all conduit runs not terminating in a junction box , handhole or other structure. Use a nail, metal stake, rebar or spike flush with the ground with orange or red colored flagging or paint (in paved areas) to depict the terminus of the conduit. Secure the conduit ends with tape or other such plug to avoid contamination. Installation of pull rope in all conduits shall comply with appropriate sizes and type per applicable utility company standards. Installation of plugs and markers shall comply with the applicable utility company standards. Mandrel all installed conduits to the satisfaction of the utility company inspector(s), including testing and re-mandreling as necessary. Page 19 of 27 306-3 TRENCH EXCAVATIONS This section includes specifications for trench excavation, construction of buried conduits, testing, backfill, and resurfacing. Installation of underground utility facilities shall conform to the requirements per City Standard Drawing No. STD -106-A, the Standard Specifications and these Special Provisions. Contractor shall submit trench shoring plan with design of shoring, sheeting, bracing or other provisions. Trench shoring shall be prepared by a State of California -licensed Civil or Structural Engineer. The acceptance of the trench shoring plans submitted is only an acknowledgement of the submission and does not constitute review or approval of the designs, design assumptions, criteria, completeness, applicability to areas of intended use, or implementation of the plans, which are solely the responsibility of the Contractor and it's California -registered Civil or Structural Engineer. 306-3.1 General The Contractor shall perform all excavation necessary or required for the construction of the improvements as shown on the drawings. Excavations hall include the removal and disposal of all materials of whatever nature encountered, including all obstructions of every nature that would interfere with the proper execution and completion of the work. The work shall include all pumping, ditching, and other required measures for the removal or exclusion of water. Add the following subsection.- 306-3.1.1 ubsection: 306-3.1.1 Trench Excavation and Subgrade General: Trenches shall be excavated to a line and grade and be of a minimum width necessary for proper conduit installation. Where exclusive trench work is needed, the minimum conduit cover identified in each utility owner's current standard specification or installation guide may be followed. All trenches called for to be excavated in a utility easement which runs through private or public property shall be hand dug, unless otherwise approved by the Engineer. Except as otherwise provided herein, excavation for the improvements shall be in open - cut trenches. The maximum length of open trench shall not be greater than 300 feet, or the distance to accommodate the amount of conduit installed in a single day, whichever is the lesser. The distance is the collective length including excavation, conduit laying and backfill which has not been temporarily resurfaced. Trench width shall be outside diameter plus twelve (12) inches minimum or outside diameter plus twenty (20) inches maximum, including thickness of trench shoring or sheeting in conformance with City Standard Drawing No. STD -106-L. Page 20 of 27 Access to Trenches: Safe and suitable ladders which project two feet above the top of the trench shall be provided for all trenches over five feet in depth. One ladder shall be provided for each one -hundred feet of open trench, or fraction thereof, and be so located that workmen in the trench need not move more than fifty feet to a ladder. Public Access: Whenever required for the convenience of the public or individual residents, at saw crossings, at private driveways, or elsewhere, the Contractor shall provide suitable temporary bridges over unfilled excavations, except in such cases as the Contractor shall secure the written consent of the individuals or public authorities concerned to omit such temporary bridges. Contractor shall refer to Section 601-1 of the Standard Specifications and these Special Provisions for steel plates for temporary bridges. Temporary Surfacing_ Immediately after completion of backfilling in paved streets and roadways, a two-inch layer of temporary asphalt concrete paving, the mix thereof to be approved by the City, shall be placed and rolled over the backfill. Temporary surfacing shall be of such quality and so placed and maintained as to provide a smooth surface level with adjacent existing paving. At no time shall excavation operations advance ahead of temporary paving by distance of 300 feet, Temporary surfacing shall remain in place until permanent resurfacing is placed. All streets and roads used shall be kept free from dust, mud, rocks, and gravel. Drainage: The Contractor shall take care of drainage water from the construction operations, and of storm water and wastewater reaching the site of the work from any source. The Contractor shall be responsible for any damage to persons or property on or off the right-of-way due to such drainage water or to interruption or diversion of such storm water on account of his operations. Contractor shall refer to Section 7-8.6 of the Standard Specifications and these Special Provisions for water pollution control. Supports: Excavations shall be supported in a safe manner meeting the requirements of the California Division of Industrial Safety. For supports for excavations five feet or greater in depth, Contractor shall submit a trench shoring plan in compliance with Section 306-3 of the Standard Specifications and these Special Provisions. Excess Excavation: Whenever excavation is made below the required trench bottom, suitable and approved bedding material (in conformance with City Standard Drawing No. STD -1 06-L and Section 306-6 of the Standard Specifications) shall be used to bring the trench back to proper grades. Properly moistened approved bedding material shall be deposited in the trench in uniform layers not exceeding six (6) inches thick and compacted to 90% minimum relative compaction. The material shall be compacted by use of power driven tampers of an approved type and in a manner satisfactory to the Engineer. The trench bottom shall then be prepared to receive the conduits or other such structures as indicated by the plans. Rock: Where rock or similar hard and unyielding material is encountered, the trench shall be over excavated to provide a minimum of six (6) inches below all conduit and accessories, and refilled to foundation grade with granular materials, suitable for bedding. Page 21 of 27 Bell Holes: Conduit shall be laid only on properly prepared trench bottom shaped to provide continuous contact with the pipe. Bell holes are not required. Excess Material: Excess excavated material removed from site shall be disposed of by the Contractor at his expense at a disposal site approved by the Engineer. The route (through the City) for trucks hauling excess excavated material shall be approved by the Engineer prior to removal of any material from the project area. The amounts, type, and destination of disposed excess excavated material shall be properly documented in writing to the City. Compaction: After conduit installation, trench bedding and backfill shall include sand shading and compaction to the satisfaction of the Engineer, in conformance to the project plans, City Standard Drawing STD -106-L, Subsection 306-6 of the Standard Specifications, and these Special Provisions. Select material taken from excavation shall be free from stones or boulders larger than two inches in diameter, from chunks of pavement, and from large unbroken masses of earth, free of tree roots, branches and sticks. Imported granular backfill material shall be approved loose, granular materials, free from humus, and having a sand equivalent of not less than 30 as determined by laboratory tests. The Contractor, at their own expense, shall submit a certification of material quality to the Engineer prior to placement. Select or imported granular backfill shall be placed simultaneously on both sides of the conduit and shall be completely worked around the conduit and consolidated by sluicing or jetting with water. Before additional material is placed upon the portion of the backfill consolidated by sluicing or jetting an adequate interval of time, as determined by City, shall be allowed to permit reduction of the water content to a degree affording maximum practicable compaction. After the water has drained out as required, the Contractor shall use water jets or other approved means to increase the consolidation until no further consolidation can be obtained. Only material susceptible to satisfactory consolidation by sluicing and jetting shall be used for granular bedding and backfill. Material used for the remainder of the backfill above the top of the conduit shall be selected from that removed from the excavation or shall be imported at the option of the Contractor, brought to near optimum moisture content and compacted by jetting with water or by mechanical equipment. Equipment used for compaction when earth cover on the conduit is three (3) feet or less shall be rollers or vibratory tampers. Use of equipment which compacts by impact will not be permitted. 306-3.1.2 Backfill of Trenches Preparation: Prior to placing backfill, the area to receive the fill material shall be cleaned to remove all trash and debris. Materials: Material used for trench backfill shall be selectively taken from the excavation, or shall be imported granular material approved by the Engineer. Placement and Completion: Where supports of any nature are used in the trench, said supports shall be removed unless otherwise approved by the Engineer. Where tight Page 22 of 27 sheeting is used, it shall be removed systematically as soon as practicable after backfilling by pulling alternating pieces along each side of the trench alternating also from one side of the trench to the other. Compaction: Structure and trench backfills shall be compacted to the specified relative percent of the maximum dry density as determined by ASTM D1557. Compaction tests performed in the field will be done in accordance with ASTM D1556 (sand cone) or by nuclear methods, ASTM D2922 or D3017. The Contractor shall perform, at its sole expense, all necessary testing to certify that material and sole compaction of the project meet these specifications. The Contractor shall conduct and provide compaction test results for every 150 linear feet of conduit from a lab approved by the Engineer. Compaction test are at the expense of the Contractor. The Contractor shall make all necessary excavations for compaction tests, as directed by the Engineer, and all work in connection with compaction testing by the Contractor shall be included in the various items of work and no additional compensation will be allowed therefore. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been placed. 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 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 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines which shall be 0.90 mm minimum thickness. Page 23 of 27 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 in application of thermoplastic striping. The primer shall be formulated for the intended application. 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 15 days. Section 315 is hereby added as follows: SECTION 315 — PULL BOXES, HANDHOLES, UTILITY BOXES, VAULTS AND COMPONENTS 315-1 GENERAL The Contractor shall furnish and install all junction boxes and vaults as necessary or as shown on the Plans, Standard Specifications, these Special Provisions and the Utility Company's standards. If located in the roadway or traffic areas, traffic rated covers (to meet H-20 loading) are required. All junction boxes, handholes, vaults pull boxes, and components, such as vault covers, ladder, vents and vent pipes, shall meet or exceed the requirements of the utility companies. Contractor shall lay out all junction boxed, handholes, vaults, pullboxes, etc. to ensure that structures do not compromise street integrity and are located out of drainage courses and street flowline. Layout to be approved by the Engineer prior to construction. Backfill Around Transformer Enclosures: Backfill between the transformer enclosures and natural soil shall consist of a mixture of ten parts of sand to one part of Portland cement. Water shall be added to the mixture to produce a slurry which will fill voids when placed in the excavation. Page 24 of 27 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 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 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. Page 25 of 27 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. All warning lights, signs, flares, barricades, delineators, detours and other facilities for the sole convenience and direction of traffic shall be furnished and maintained by the Contractor. The Contractor shall perform periodic patrols of the construction area during both working and non -working hours to replace and/or setup any signs, barricades, etc. which may have been knocked down. The Contractor shall furnish to both the Engineer, and the Newport Beach Police Department, the telephone numbers of the employees to be on- call during non -working hours to correct any sign, barricade or delineator problem. All flasher type barricades shall be maintained in operating condition. When the project is complete, all traffic control signs, barricades and delineators shall be removed from the site and shall remain the property of the Contractor. If necessary, City may have traffic control maintained or removed by other means at the Contractor's cost if not properly maintained or removed. It is anticipated that the project will necessitate the use of flaggers to direct traffic. Full time flaggers will be required where work is occurring or where traffic control is setup and the drivable pavement is less than 16 feet. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to two (2) changeable message boards (CMBs), 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 CMBs shall be updated by the Contractor as directed by the Engineer. Additionally, steel plates utilized for trenching shall be the slip resistant type per Caltrans standards and capable of carrying H-20 wheel loading. Plates shall have a minimum width equal to the excavation width plus 24 inches. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall coordinate with the City who will prepare traffic control and detour plan(s) prior to the pre -construction meeting. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control shall conform to the provisions as Page 26 of 27 defined in the latest available edition of WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H). Traffic control and detours will 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. Where work is performed, the contractor shall maintain a minimum one open travel lane at all times, unless otherwise specified by the City. Provide two flagmen around each excavation operation. Contractor will coordinate with the City's Traffic Control Engineer in the preparation of detour plans for the various phases of work allowing only local resident traffic, if necessary. 5. Alleys can be closed to thru traffic, but pedestrian access shall be maintained to garages at all times except when excavating immediately adjacent to them. When excavation is immediately adjacent to garages, pedestrian access shall be restored at the end of each work week unless otherwise approved by the City. If necessary, the Contractor shall cover over the street sweeping "No Parking" signs on the streets immediately adjacent to the alley(s) under construction to allow for additional on -street parking with City provide "Permit Parking Only" signs. Contractor shall arrange to sweep all streets with covered "No Parking" signs. In addition, the Contractor will distribute Parking Permits to the impacted residents. Permits to be provided by the City. 6. The Contractor shall accommodate the City's trash collection. When the alleys are closed for the underground construction, assistance may be required to move the resident's trash containers to the alley entrances for collection. 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. 7. Sidewalk closures shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 8. All unutilized, non -construction related vehicles shall be legally parked. 9. The Contractor shall schedule all work in a fashion that minimizes inconveniences to the public. The Contractor shall complete the underground construction in one street/roadway/alley prior to moving to another. The Contractor may have multiple crews, but no two adjacent streets or alleys may be under construction at any one time. Page 27 of 27 APPENDIX - A AT&T REQUIREMENTS General Requirements 1. Contact the AT&T at 714-669-2226 at least 10 days prior to construction to establish a pre -construction meeting date. 2. Notify AT&T Inspector on 714-669-2226 at least 48 hours prior to trenching to ensure inspector will be on site. 3. Verify the location of AT&T and all utility substructures and buried facilities two (2) days prior to excavation. Call Underground Service Alert: 811 4. Provide supervision and coordination between the various contractors working within the project in order to prevent damage to AT&T facilities. The developer is responsible for the cost of repairs, replacement or relocation made necessary by damage to the AT&T facilities by other work operations. 5. Construct trench and place substructures according to AT&T plans and specifications. 6. Request and get authorization for any design change from the AT&T company trench inspector or engineer prior to implementing the change. 7. Provide "As Built" drawings with the footages to the AT&T Inspector or Engineer upon completion of the conduit system. 3 Trenching 1. Area of proposed trench route must be graded to within 6" of final grade prior to trenching. 2. Minimum radial clearance must be 12" from all trench occupants except CATV (C.P.U.C. Order 128), unless there is a prior signed agreement with AT&T. 3. Bends, sweeps or grade changes that have a radius of 80' or less or a grade change of 20% or more must be encased in 2500 psi concrete. 4. Minimum trench cover must meet the governing agency requirement. 5. Property corners of each residential or business lot must be staked prior to cable placement to determine the exact location for AT&T fixtures. 6. All trench backfill material must be minimum Class B and compacted in accordance with governing agency specifications. TELCO (AT&T) ONLY TRENCH JOINT TRENCH FINAL GRADE FINAL GRADE 12" SAND 12" SAND IF O G OOC 1" SAND (TYPICAL) 12" O O 3" SAND (TYPICAL) 4 Conduit Conduit placed for AT&T must be for its exclusive use. AT&T will not occupy the same conduit with other utilities or foreign cable/communication systems. AT&T may refuse to occupy conduit that deviates from our plans and specifications. Electrical four inch (4") conduit is never acceptable for AT&T use. The developer is responsible for repairing or resolving any problems with the conduit they have installed that prevents AT&T from pulling its cable through the conduit using normal installation methods. All conduit sections must be rodded, cleared, and roped prior to AT&T pulling in cable. If the job calls for AT&T to provide the conduit material to the job site, the developer or his/her agent must be on site to sign for the delivery. Material Requirements The approved supplier for PVC conduit, fittings and accessories is Centex. Their main telephone number is 817-215-7000. They can also be contacted through their website at www.cantexinc.com. Suppliers/Distributors are listed on page 15. 1. Four inch (4") conduit must be type C PVC, white in color with "AT&T" logo. • Minimum sweep for 4" conduit is three (3) ft 90 degree radius. • Three -eighth inch (3/8") minimum polypropylene pull line or equivalent strength Polyester Woven Mule Tape must be installed in 4" terminated conduit end to end. • All terminated conduit must be measured, end to end, and the lengths included in the "As-Builts". 2. Two inch (2") conduit must be type DB 60 rigid plastic. • Minimum sweep for 2" conduit is two (2) ft 90 degree radius. • Maximum of four (4) 90 degree bends for service connections that exceed 200'. • Three -sixteenth inch (3/16") or larger, polypropylene pull line must be installed in 2" terminated conduit end to end. �� 5 All terminated conduit must be measured, end to end, and the lengths included in the "As-Builts". 3. One inch (1 ") conduit must be ABS -DB, Schedule 40 or equivalent. • Three -sixteenth inch (3/16") polypropylene rope or equivalent strength Polyester Woven Mule Tape must be installed in 1 " terminated conduit end to end. 4. Conduit exposed to sunlight MUST be Schedule 40 or equivalent. 5. Only standard factory bends may be used, no field bending of conduit if radius is less than 80'. 6. Conduit placed on private property for service to the individual residence may not exceed two inch (2") diameter. NOTE: 1" conduit is only acceptable for service wire installations to single family units. 7. Two inch (2") conduit must be placed for service connections (from property line to residence) that exceed 200' in length. Plastic splice boxes (or "water boxes") may be used with one inch (1 ") conduit for longer distances as long as the maximum pull between terminating points does not exceed 200' or have more than four (4) 90 degree bends. 8. All stubbed conduit must be capped. 9. If plastic splice boxes (or "water boxes") are used for service connection pulls on private property they must be 9" diameter x 10" for round boxes, or 10" wide x 15" long x 12' deep for square boxes. Installation Requirements 1. Minimum trench coverage is detailed on page 4. 2. Boxes are to be ordered with the appropriate number of knockouts or terminators to accommodate the conduits (excluding 9" round or 11" "water boxes"). Service conduit (1 "or 2") is to be terminated above distribution conduits (4") in the box to prevent water flowing from the box and down service conduit toward the building. 2012 AT&T Communications Inc Substructure Material Specifications All substructures placed by the developer that will be owned and maintained by AT&T must be Utility Vault, NewBasis or Cantex conduit distributed by SAF -T -CO. All approved products have an AT&T PID number. 1. The approved manufacturer for 30" x 60" boxes and smaller is NewBasis. All of their boxes are plastic or polymer. Their main number is 951-787-0600. They can also be contacted through their website at www.newbasis.com. 2. The approved manufacturer for concrete boxes and manholes is Utility Vault (Oldcastle) for (LA south) and Teichert Precast for (Bakersfield north). Contact information for Utility Vault's and Teichert Precast Products Sacramento 916-386-6174 or Stockton 209-464-7697 distribution centers is posted on their website at: http://www.oldcastleprecast.com http://www.telc hert.com/attt.cfm 3. The approved distributor for PVC conduit, fittings and accessories is SAF -T -CO. Their main number is 714-547-9975. Thev can also be Contacted through their website at www.saftco.com 4. See page 10 for a list of California distributors. Installation Specifications 1. All splice boxes and hand holes must be placed in areas outside of vehicular traffic. Manholes will be specified by AT&T if protected areas are not available. 2. Placement of substructures must allow for the final grade of new sidewalk and parkways. 3. A minimum of six inches (6") of compacted sand, graded level is required under all hand holes and splice boxes. Six inches (6") of gravel, drain rock or base rock is required for manholes. 4. Conduit must terminate at the end wall or side wall, in a terminator or knockout, of the box as specified by the AT&T Engineer. Entry through the bottom is never acceptable. 5. All conduits entering knockouts must be cut within one inch (1 ") flush with the inside of the substructure and mortared. All joints must be mortared and all unused ports and openings sealed. Use cement mortar, water plug cement or other approved prepared mortars. 6. AT&T's engineer will specify where Ground Beds are to be placed. (see pages 10-13 for specifications) Manhole Specifications Conduits must be terminated in the manufactured terminators only. Main conduits must be placed in lower terminators first. From each terminator, a minimum of 5' of straight conduit is required (no bends). Manholes are not to be cored without prior AT&T approval. 2. Manhole number (MH #123) and volume (v 248) must be stenciled with a 1/2" die stamp on the frame casting (not cover). If the stenciling can be read from the curb then stamp at position (A) as shown on the diagram below. If not, then stamp at position (B) when facing the oncoming traffic. 3. Steps and ladder must face oncoming traffic. Steps: First step 12" -17" from grade to step (C). All other steps 12" separation from each other (D). All steps must be concreted in place and extended 6" from MH wall. 4. Cover from grade to MH roof should be 34" (2-12" extensions, 1-10" casting), unless otherwise indicated by the AT&T engineer. 5. Neck of MH (extension) must be painted with white latex paint after joints are mortared. 6. Floor of MH must be level. GRADE CASTING COVER TRAFFIC SIDE VIEW Service Cabinets, Bonding and Grounding All service cabinets, bonding and grounding requirements must meet the National Electrical Code. The diagram below shows the minimum specifications accepted by AT&T for residential use. • 20 Gauge Steel Weatherproof UL Listed Cabinet Must meet the following UL 50 Standard for Safety Criteria: Edge Requirements, Number 1 or 2 for Interior Use, Number 3 R for Exterior Use, Protection Against Corrosion, Overlap Requirements • Minimum 32" H X 14" W X 6" D (Less Mounting Flange) • Equipped With 1/2" Plywood Backboard • Allow 3' Minimum Clearance In Front Of Cabinet • Place Cabinet Adjacent to CATV Housing Grounding Options in Order of AT&T Preference: 1. UFER Bar Extended Maximum 1" Into Telco Cabinet 2. #10 Ground Wire From UFER To Telco Cabinet 3. Conduit From LIFER To Telco Cabinet For Ground Wire Placement 9 4. Without electrical service, bond to a driven ground rod that is a minimum of 12.7 mm (0.50 in) in diameter and 1.5m (5 fl) long. UFER GROUND TWO DAYS BEFORE YOU DIG CALL U.S.A. TOLL FREE 811 Jitional Detail on Exhibit A 10 LOWEST TELCO STRANIT FIRST GROUN D ROD TO BE P LACED NO CLOSER THAN -M"AND NOFURIHER THAN 16" TO/FR-OM ANYSURFACE OF THE POLE. SECOND AND THIRD GROUND RODS ARE TO DE SEPARATED BY AT LEAST FEET FROM EACH OtHCRAND FROM Tu( FIRST GROUNOROD, THE TCP OF EACH GROUNDROD IS TO BE AT FEAST 1)" BELOW FINAL GRADE AT THE ROD LOCATION. USE 518" DIAMETER, COF'PLR CLAD, STEEL GROUND ROD - 96" LONG. GROUND LINE CONNECTION TO GROUND ROD BAR£ # 6. SOLID ; GROUND WIRE: APPROVED 8' GROUND ROD —iP CONNECTOR POLE t �r r L0013tgb AWfiBARE COPPERC,gOUNU WIRE THRU THE CLAMPS AT EACH GROUNDROD - DO NOT CUT WIRE. ROUTE WIRE FROM CLOSEST ROD UP THE POLE TO THE LOWEST TELCO MESSENGER. COILS F€LTOF VVIR[ AT THAT TELCO FOESSENGER.INSTALL WOOD MOLDING.OVER WIRE FROM GROUND LINE TO 3" BELOW THE LOWEST TELCO MESSENGER. SECURE TO POLE AT 36" JfAAX.1 IWERVALSAND AT AMAXIMVMOF Y' FROM EITHER END OF EACH SECTION OF MOLDING, USE BRASS CLAMP ONLY TO BOND WIRE TO RODS - DO NOT ALLOW BARE WIRE TO CONTACT Mf.TAL REFLECTIVE STRIPSONPOLE"*, REMOVE, AND REPLACE STRIPS OVER ME I r MOLDINC`i OR CUT AND REATTACH STRIPS TO THE SIDES OF THE 1 e!' MOLDING 12"MIN.TO 12" MLNtMU 4 TOP OF COV FR OVFR ANY HORilO NTAL ROO SEC TION OF GROUND WIRE.- '4�- 24'-36" - - - $° MIN. (TY PICAL.) GROUND- RO05 POSTITIONING GROUND BEDS AT POLE CURB R GUTTER ♦_._. tElC4STP.ety0 ______..n. SIDEWALK ' RIGHT OF WAY OR EASEMENT &' P.IIW SIDEWALK 8' MIN GROUND RFD$ IN IMPROVED ARFAS TO REDUCE THE COST IMPACT WHEN PLACING NEW GROUND BEDS IN IMPROVED AREAS, POSITION THE FIRST GROUND ROO 24' W' FROM THE POI THEN, WHERE STREET RIGHTS- OF- WAYOR EASEMENTS ALLOW, ROUTE THE GROUNDWIRE BEHIND THE SIDEWALK, PARAIIFI TOTHE POLE IINF. MAINTAINAII SPA{INGREQUIREMENTS FOR THE SECOND AND THIRD GROUND RODS, THIS MAY ALSO HAVE THE BENEFIT OF PRE VENTINGDAMAGE TO THE GROUNO BED DORINGPOIE REMACfMENTS. THIS APPLIES TO 1101H DEAD-END AND IN-LINE POLES IN IMPROVED AREAS. CURB E. GUTTER 8' MiN 6' MIN !R AT 45DEGREE RIGHT OF WAY OR EASEMENT �OUNDMS IN UNIMP.ROVEDAREAS TO HELP PREVENT DAMAGE TO A GROUND BED DUSTING FUTURE POLE REPLACEMENTS IN UNIMPROVED AREAS, POSITION THE fIRST GROUNDROD 2.4"-16" FROM THE POLE ATA 45 DEGREE ANGLETO THE POLE LINE THEN, ROUTE THE GROUND WIRE PARALLEL TO THE PO[ EIIiNf.MAINTAIN All SPACING REQUIREMENTS BETWEEN ALL GROUND RODS, THIS APPLIES TO BOTH DEAD-END AND IN -TINE POLES IN UNI PA PROVED AREAS. GROUND BEDS AT SPLICE BOX TWO DAYS BEFORE YOU D10 CALL U.S.A. TOLL FREE 811 , k _ 12 FIRST GROUND ROD TO BE PLACED N0 CLOSER THAN 24" AND NO FURTHER THAN 36" TO/FROMI ANY SURFACE OF THE P -Off. SECONOAND TI HIRD GROVNOROOS AkF TO BE SFPARATf0 BY AT LEAST 84EET I ROM EACH OTHER AND FROM THE FIRST GROUND ROD. THE TOP OF EACH GROUND ROD IS TO BE AT tFAST 0"AFLOW FINAL CiAADFAT TAF Rdb LOC Al I0N- WSE S/8" DIAMETER, COPPER (LAD, SIE EL GROUND ROD 916" LONG, LOOP 46 AWG BARE SOLID COPPER GROUND WIRFTHRU THE CtAMPSAT EACH GROUND ROD - 00 NOT (UT WIRE. ROUfC WIRE FROM CLO5f51 ROD IN51DE 56,. WRAPPINb IHE 513 ONE TIME , MAKIN-GAN APPERANCE ON 2 OPPOSIIt WALLS OF THE SB - GROUND LINE CONNECTION TO GROUND ROD BARE # 6 SOLID GROUND WIRE APPROVED W GROUND ROD CONNECTOR BARE 116 SOLID GROUND WIRE TO ENT ER THROUGH SIDE WALL OR THROUGH Ro TTOM Of SR. =Mon Mmww®www IV' Mlitii,TO 12"MtlNlhlUM TOP OF COVER C)VFR ANY HORVCi NTAt ROD StC TION UT U90UND WI(it,. - x ...: ♦--- 24'-36' - 8'MIN- IN- ..__ 9' mm- _ _- (TYPICAL} GROUND ACHA POSTITIONING GROUND BEDS AT SPLICE BOXES 13 CURB & GUTTER SIDEWALK 24"-36" 8'MIN ` B' MIN CURB & GUTTER 46 • 81 MIN Ei'MIN i RIGHT OF WAY f OR EASEMENT - �. ♦ - RIGHT OF WAY SIDEWALK OR EASEMENT 24r'-3fi° AT 45• DEGREE GROUND BEDS IN IMPROVE❑ AREAS TO REDUCE THE COST INIPA(I WHEN PLACING NEW GROUN D BEDS IN IMPROVED AREAS, POSITION THE FIRST GFROUNDROD 24J - 36" FROM THE SR THEN, WHERE STREET RIGHTS -OF WAY OR EASEMENTS ALLOW, ROUTE THE GROUND WIRE BEHIND THE SIDEWALK, PARALLEL TO THE SIDEWALK- MAINTAIN ALL SPACING REQUIRE MEN TS FOR THE SEC ONO AND THI RD GROUND RODS. THIS MAY ALSO NAVE THE BENEFIT OF PREVENTING DAMAGE TO THE GROUND BED QVRINrjCABLE REPIA4E,MENT�_ Pre -wire Material Specifications GROUNDREDS IN UNIMPROVEDAREAS TO HELP PREVENT DAMAGE TO A GROUND RED DURING FUTURE CABLE REPLACEMENTS IN UNIM PROVED AREAS, POSITION THE FIRST GROUNDROD 247. 467 FROM THE SB AT A 4S• DEGREE ANGLE TO THE TRENCH UNE THEN, ROUTE THE GROUND WIRE PARALLEL TO THE TRENCH UNE -MAINTAIN ALL SPACING REQUIREMENTS BETWEEN ALL G ROUND RPODS, 14 Customer owned wire (pre -wire) must meet the FCC registration rules part 68, subpart C, section 68.213 and be to ANSI/TIA/EIA 570-B standards. Two cables will be required for Fiber to the Premise applications, a twisted pair interior wire cable for telephone applications, and a data cable. 1. Interior wire (telephone) shall be a minimum of four pair sheath wire containing eight (8) solid copper conductors, each of which has insulation in the industry standard color coding format. This format must provide "white / blue" wires for the primary pair and "white / orange" wires for the second pair. 2. The wire must be twisted pair with an outer sheath of insulation. The conductor size must be either 22 AWG or 24 AWG and classified as Category 5e. 3. The developer must tag and terminate the pre -wire at the AT&T telephone cabinet. 4. Data Cable: A separate data cable shall be placed in conjunction with the interior wire (telephone) The data cable shall be 4 pair (8 conductor), CAT 5e, and terminated on a standard RJ 45 modular connector at the telephone cabinet. 5. If a Central Wiring Center is utilized (See Exhibit C) place a tri -shield RG -6 COAX cable from the telephone cabinet to the center. Use compression connectors such as LRC Snap/Seal or Gilbert. Low Voltage Conduit / AC Outlet Fiber to the Premise applications will require an uninterruptible DC power source (UPS). This power source will be placed by AT&T personnel in the interior of the dwelling. The developer will determine the UPS location. We recommend that the location be adjacent to the central wiring center in the residence (hall or master bedroom closet). The developer must place conduit between the UPS location and the exterior telephone cabinet. AT&T will install the wiring when placing the UPS unit. 1. For UPS power the developer shall provide a 110V GFI protected AC outlet or 110V AC outlet (In accordance to NEC and/or local ordinances) located no greater than 5 feet from where the UPS will be placed inside the residence. 2. The location selected for the UPS must not be in excess of 75 feet from the telephone cabinet. 3. Conduit must be provided from the UPS location to the exterior telephone cabinet. Conduit should be a minimum of 3/4 " with no sharp 90 degree bends. Conduit Suppliers Southern California Northern California Saf-t-co Cal -duct Beacon Electric CED CES Crescent TVC, inc. EXHIBIT A Herning Supply CED Central Wholesale GE Supply Independent Utility Independent Electric Wedco Maltby Northern Valley Distributing Graybar at&t AT&T Standard Underground Serving Arrangement for Residential Single Family or Duplex Unit - FIBER 2u 12 A i& 1 Communications Inc. 16 54" ma 36" mir ONT- UPS POWER CABLE PATH Provide a 3/4" conduit (90 degree sweeps only) ' from telephone cabinet to central wiring cabinet ' location inside residence. Power cable to be �• placed by Telephone Company. UFER ROUND \ ELCO CABINET elco cabinet size (less mounting flange) iinimum 32 " H x 14" W x 6" D equipped with 1/2" lywood backboard ' minimum clearance in front of cabinet lace cabinet adjacent to CATV housing INTERIOR WIRE / DATA CABLE Terminate Category 5e four pair insulated jacket interior wire in cabinet. Terminate DATA cable in cabinet with standard RJ 45 module. DATA cable should be eight conductor (4 pairs) 24" minimum radius bend. Conduit size 1" minimum, 2" maximum GROUNDING OPTIONS IN ORDER OF AT&T PREFERENCE • UFER bar extended maximum 1" into telco cabinet • #10 Ground wire from UFER to telco cabinet • Conduit from UFER to telco cabinet for ground wire placement Igo MII: Pre -installation Requirements for FTTP UPS Power Unit 17 aW Developer to place GFI or standard 110/120V Outlet. ( In accordance to NEC and/or local ordinances) Not to exceed 5' from UPS location. Weatherproof cabinet on exterior wall Developer to place conduit (3/4" Min.) from Power Unit location to weatherproof cabinet Maximum distance = 75' Wall Mount (To be inst� f� 1 18 Outside wall, typically adjacent to power entrance Single Family Unit Optical Node Termination TELCO CABINET EXHIBIT C at&t Interior Wiring Specifications Inside Residence: • Follow ANSI/TIA/EIA-570-B standard for residential wiring • Utilize a Star (Hub and Spoke) topology ad wire to Grade 2 specifications • Inside wiring to the outlet locations should all originate from a Central Wiring Center. • Utilize CAT 5e twisted pair and a minimum of Tri Shield RG6 coaxial cable throughout the premise. • For COAX connection use connectors such as LRC Snap/Seal or Gilbert. Do not use hex crimp fittings. CAT -5e for Voice Central Wiring Center (CWC) O Power Supply Unit (LIPS) Y Customer Owned n .tm.m tri A T 9,�n fei3" nei+ri Coax for Video Tri Shield RG -6 —11 Properly connectorize M e0 * A Outlets (Jacks): • A minimum of one outlet location shall be cabled within each of the following rooms: Kitchen Bedroom Family/Great Room Den/Study • An outlet location should be provided in each room and additional outlet locations provided within unbroken wall spaces of 12 ft. or less. Additional outlet locations should be provided so that no point along the floor line in any wall space is more than 25 ft., measured horizontally, from an outlet location in that space. • At video outlet (jack) locations utilize Grade 2 outlets providing both video (COAX) and data/voice (RJ -45) jacks. • Terminators should be placed on COAX outlets to minimize signal interference. 568-A wiring Standard for Cat 5/5e/6 cabling Pair# Wire Pin# 1- White/Blue White/Blue 5 Blue/White 4 2-White/Orange White/Orange 1 Orange/White 2 3- White/Green White/Green 3 Green/White 6 4-White/Brown White/Brown 7 Brown/White 8 20 AT&T 3'-0" X 5'-0" X 3'-0" SUB -SURFACE ENCL. NO PID NO. REPLACEMENT VAULT HEIGHT ADJUSTMENT BRACKET 4EA. 36'0 GALVANIZED PULL -IRONS VAULT WEIGHT. 4,140 LBS. Oldcastle Precast Northam Califomta Madera■ Morgan Hill Pleasanton ■ Santa Roses Stoddon■Tulare Phone: 925-750-6650 Fax: 925-750-W60 SUMP AT&T -3660-3 FILE NAME: ATT -3. DWG REVISED: MARCH 2GI6 www.oldeasUeprecW.com 36"X60" (NOMINAL) ADJUSTABLE, FRAME AND COVER ASSEMBLY. BOLT DOWN, H-20 FVT TRAFFIC RATED SLIP RESISTANT COVER 36"X60" (NOMINAL) ADJUSTABLE, -RAME AND COVER ASSEMBLY. kVAILABLE IN PEDESTRIAN OR INCIDENTAL TRAFFIC RATING SUP RESISTANT COVER ME PLATE 12EA. X'O PLASTIC INSERTS SEA. CABLE RACKS 16EA. 4"0 DUCTS (TWO STEP BLACK) ATT -3 DRAWING MAY NOT CONFORM TO THE MOST CURRENT SPECIFICATION 3'-0" X 5'-0" X 3'-01r (I. D.) SUB -SURFACE ENCLOSURE AT&T 0 2016 01amwiftmast,irrm C O A V i Q NvN V) Y W U C W N (0 (6 �m 3cwz 0NOU� m a) Z) apo ODU 0O `p_YOW L�O a� U oN omQ2 O O—W y NWLo C '^ SU)~c E 0H�'CL =3c�o6z ofW —gU co w o Nr op (D L M o co Z, 4; r'- a) (D EU Q �O X� Cn��LU ~ N c c) WU o a `nUUw �Z CO CO o � = " U) O O ECD V u- X 5 R)0)\mNf6U OONp U)XO Oo �bZNCZ30 LL ME Ii(5Q2YU— Y_ (0 N cn O J m c Y cu a CO _U Lo W Z .. 00 F- HI—OUU m E�U) p awi o>>p(0Z O'7 -U O>QQ JsU� a� a> � L O U ;a, C X E d OO i jL o N d L >-tg > O o O QoQ cam -:2 o� �� u UD E 0.)m N .-� (0 '00 U) a) cn�NNL O 0.0 <) -To �G�1 �pU0 O.St; =oma LL Q V co Q > ry W ry Lu Q m J ''W 0 V Z Z ::::)w Jpo J ry � o � V r. 4) M Cl) p U) 0 C 00 00 ]C N N 00 00 � r CF) 0) LO LO U L yr N 4- � r L lLO O "' W CD (D�` om _o N mt:l E a N O N> p O .N NU O N M E N o O N> 3 U NQ' W W 0 C C SPLICE BOX ASSEMBLY PID NO.: 301179768 RISER WEIGHT: 300 LBS. BASE WEIGHT: 1,150 LBS. 24"X36" (NOMINAL) SLIP—NOT, CAST IN, H RATED FRAME M 6" 2 EA. 2'—EV2" 2'-0" L11 Oldcastle Precast Northern California Madera. Morgan Hill ■ Pleasanton ■ Santa Rosa- Stockton . Tulare Phone: 925-750-6650 Fax: 925-750-6660 AT&T -2436 FILENAME: ATT-2.DWG I REVISED: MARCH 2016 www.oldcastleprecast.com ATT -2 AT&T NAME PLATE 4EA. e"0 LIFTING INSERTS IN RISER VTERCHANGEABLE JOINT VITH MASTIC SEALANT EA. e"0 LIFTING INSERTS d BASE EA. 4"0 DUCTS TWO STEP BLACK) 4EA. 6"X6" KNOCK—OUTS DRAWING MAY NOT CONFORM TO THE MOST CURRENT SPECIFICATION 2'-0" X 3'-0" X 2'-6" (1. D.) SPLICE BOX ASSEMBLY AT&T © 2016 oldCastlePrecasl,lnc. APPENDIX- B OLD SCHOOL PARK AND STREET CLOSURE STORAGE AREAS al g Lot an \ /adjacent streetparking can be useu for storage 'r B Possible Street 'Storage areas for equipment (typ). iKeep main streets 1 a !open of Carnation :Begonia and Acacia YA .. �.rq, � • �' i. �\ ♦.` Vii. ;Y yet APPENDIX - C 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 Fax Number: ( ) E-mail Address: City State List all Principal Owners / Major Shareholders of the site and/or business: Name Title Address Name Title Address Name Title Address For Corporations Only: Year of Incorporation State of Incorporation Corporate Identification No. Zip Code Zip Code 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? ElYes I 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 El 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 Sun ■ Days of week of discharge (enter X): Mon Tue Wed Thu Fri Sat 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. ■ Equipment/structure 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: F1 Hydraulic ❑ Instrumentation Calibration performed in situ? ❑ Yes F-1 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 162, 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 Phone Number: ( ) Title: 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 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 "N/A" 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: /�/qL'LU S �N�//V�E� fIV( �111C . Complete Legal Entity Name Mailing Address: � '26-1 ( rO P_0IU1�-0O / N , Miq __q2—__&0(_a Street City State Zip Code Phone Number: (:7 O Fax Number: ( ) Contact Name: ? VL) V),% pipip— E-mail Address: M, )pl 17 oLP gy I u s �R1 g i Kee Sewer Service ki OP040 hJ ew�2o, , — Q,_oG'C h 0 Z (,6 Address: Street City Stale Zip Code Please include a site map List all Principal Owners / Major Shareholders of the site and/or business: C" 0(, N&t.+ AA4- 100 C"vrc. Chan 02. 14-wFoAT Qs�ftL C* q;'600 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. Irtia4e� main 0 a A -ewer >i<) -l-rl 14 rl Qs > AL 74ren i2o5 rn,, i 4-1-, r,Pc�i�L��wa-E's grnvr7rl er nr0vr7d ftkfl K�Iae ZO . In)orfnr evi f �HrinI 4-tnrO0­�lV-) Gt dz-Ci/-An %trLi lav4.r�p lam.ivi :;i, rt:f,mn Include site drawings and piping layout. I V',kc> 2. Reasons for the discharge request to the sewer system. _ rto lower- -fes. 9 rr" cln rt Uv a-f-er- 1'evel so i Q� w or iG Cat -1 /-I-- ifC y- 4e -led Sa-(06( 0/7d On [A) Q-ker m a i V7 S air e4 s -Pi tee- /i"c 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 cn%S ■ Does the facility on this site have a Wastewater Discharge Permit issued by he Orange County Sanitation District? If yes, provide Permit number: ❑ Yes ® No Of discharge: M on-fy) S Yes 1� No ■ Average daily flow (gpd) from this site: ;L�l LI® O 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: DCS a. m. To: S OCA p.m. ■ Number of days per week of discharge: S ■ Days of week of discharge (enter X): gallons Mon Tue Wed Thu Fri Sat Sun K "If %'C Page 2 of 9 5. Location of discharge point: / O no f� cr-) c P1 sfr-ee"S Lc k�P A-Ve Mcg ra) s eve, al_'?IG'�iGl Q,l Include site drawings. L-4 as r 6. Contaminants present in the source of discharge and level of each contaminant. Constituent Level (mglL) Analytical Method Used 1S t 4c'C" ft W'sl- i wo& rs Include analytical reports. 7. Detailed design and technical information (include drawings and attach additional information). ■ Pretreatment system provided to remove the contaminants. �er.�06_r-a4P_d P"Re. wi tl Vle (rjS{2 Ab lt- 4o a4er),7,R t S bi s_e6AW"QV\� 'ty6 r0,1 -11a rn%V/ayt{s. ,A- R fns ori --e r— w f (l -000 u lc 902U�h, q dP ■ Equipmentlstructure and method to prevent pass-through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. fie iJs'1eG✓r���e ,PL. 5 02 ut'.// WMy-, -E wa�Y {��o acmes CL �erFcrrr, ��,nF ,�YIS�, 4-kL Iov,ripS CH Y,-- V00Ve Uj2 _+c) Gt g a v\o xQcr 4-na - CGn ■ 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). p lm&r x Ww"_ fp*0-.464t4k S�rt� ary get-"„, f*. -4U To PhSGt!-a4n.G�- 1}a ouoar!,fit gP,y,n Atofiel Page 3 of 9 If effluent measuring device is already installed, please provide the following: Date of last calibration: vtv- 4- 'ji;4 . (SW k Sek f, Type of calibration: F]Hydraulic F Instrumentation Calibration performed in situ? F]Yes F-1 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 162, 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. lit ir� W1.e.< 1% O157'Ay4 Aar A$L rl Ak&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 s V --e— w V1�x2e W_ Title: P( -C)- 2e' -- M o Vl 4 �2 Address: 2 f j—1 1 I'� i3O rGYI act, `�,+ A" o Ke fYY\ (,CV I �(D street city state Zip Code Phone Number: (] Imo() —j t-(2 - -j 9'60 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) Page 4 of 9 Certification of Accuracy of Information I 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" �iEPiwet'c— Signature: Title: �icor�i+�k✓}-(rP Date: ? /Iii' ll Name of the person to contact concerning information provided in this application: Name: / IV4 WiliffbG Address: 01 7 i G - Cote'J+lM fM &M*&lM4 CA Title: 0' -37f -w A44rjg- k.A . Telephone:(' 1 `i ) 1%4).— '7140 Page 5 of 9 Sewer Connection Verification Statement Connection to District's Sewer System (Trunklines) Connection Permit No.: Connection Address: Discharge Pipe Size: inches Maximum Flow Rate: gpm Receiving Trunkline Name / Size: I inches Date Connection/Inspection Fees Paid: NO 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 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 1, the undersigned, do hereby certify that I 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: Date: Title: Assistant City Engineer Permit No.: 7-26-17 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 1, the undersigned, do hereby certify that I 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 andlor overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater dis harge originates, f understand that if, in the future, this information is no longer correct, the District will be notified in writing to est (ish a new Responsible Officer. Name of Responsible Officer: , 11� ��C� 3u 5., Signature: Title: µ \ U J Date: 7 t LQ I i7 Permit No.: Company Name: Q-flM� UA (W6-ir%4n6f1&, E-mail Address: 6r►i�M�tldd6�.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 I r r ORANGE COUNTY SANITATION DISTRICT APPLICATION FOR HE N P 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 ® II. 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 TestAmenca THE LEADER IN ENVIRONMENTAL TESTING St,A eric 3 TestAmerica Irvine 17461 Derian Ave Suite 100 Irvine, CA 92614-5817 Tel: (949)261-1022 T�si l �eric.a Job ID: 4L10,- Client Project/Site: Newport Beach - Water - PEI #1073 For: Paulus Engineering, Inc 2871 E. Coronado St Anaheim, California 92806 Attn: Mike Whipple r�.�� Authorized for re/ease by. - 712412017 y:7/24/2097 4:53:32 PM Lena Davidkova, Project Manager II (949)261-1022 �iiri.=�rtVlCli<Ob'71L ����:`dlll8i"I'��IIIIC. _?ill he test results in this report meet all 2003 NELAC and 2009 TNI requirements for accredited arameters, exceptions are noted in this report. This report may not be reproduced except in full, nd with written approval from the laboratory. For questions please contact the Project Manager t the e-mail address or telephone number listed on this page. his report has been electronically signed and authorized by the signatory. Electronic signature is mended to be the legally binding equivalent of a traditionally handwritten signature. 'esults 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 TestAmerica Job ID: 440-188379-1 Table of Contents CoverPage .............................................. 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 TestAmerica Irvine Page 2 of 25 7/24/2017 Sample Summary Client: Paulus Engineering, Inc TestArnerica Job ID'. 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID Matrix Collected Received Lab Sample ID r' 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 TestAmerica Job ID: 440-188379-1 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 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 3.4° 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 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 Lala Sample ID: 440-188379-9 Matrix: Water Method: 8260B SIM - Volatile Organic Compounds (GC/MS) Analyte Result Qualifier RL MDL Unit D 1,4 -Dioxane <0.50 2.0 0.50 ug/L Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surf) 90 80-120 Method: 608 - Organochlorine Pesticides in Water Analyte Result Qualifier 4,4' -DDD <0.050 4,4' -DDE <0.050 4,4' -DDT <0.050 Aldrin <0.050 alpha -BHC <0.050 beta -BHC <0.050 Chlordane (technical) <0.50 delta -BHC <0.050 Dieldrin <0.050 Endosulfan 1 <0.050 Endosulfan II <0.050 Endosulfan sulfate <0.10 Endrin <0.050 Endrin aldehyde <0.050 Endrin ketone <0.050 gamma -BHC (Lindane) <0.050 Heptachlor <0.050 Heptachlor epoxide <0.050 Methoxychlor <0.050 Toxaphene <2,5 RL MDL Unit D 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 1.0 0.50 ug/L 0.20 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.20 0.10 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 5.0 2.5 ug/L Surrogate %Recovery Qualifier Limits Tetrachloro-m-xylene 74 16-115 DC8 Decachlorobiphenyl (Surr) 52 10-149 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) Prepared Analyzed Dil Fac 07/17/17 21:30 1 Prepared Analyzed Dil Fac MDL Unit 07/17/17 21:30 1 Prepared Analyzed Dil Fac 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 Prepared Analyzed Dil Fac -6-7/19/17-08 25 07/19/17 18:43 1 07/19/17 08:25 07/19/17 18:43 1 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 DCB Decachlorobiphenyl (Surr) 52 26-115 Prepared Analyzed Di/ Fac -07-11911708 25 07/20/17 1151 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 07/19/1713:23 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 07/1911713:23 1 Page 5 of 25 TestAmerica Irvine 7/24/2017 Client Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Client Sample ID: Grab Lab Sample ID: 440-188379-1 Date Collected: 07/14/17 11:12 Result Qualifier RL MDL Unit D Prepared Matrix: Water Date Received: 07/14/17 12:00 HEM (Oil &Grease) <1.55.2 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 Method: 200.7 Rev 4.4 - Metals (ICP) - Total Recoverable (Continued) SGT -HEM (Oil and Grease - Nonpolar) <1.5 5.2 1.5 mg/L Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Lead 0.040 0.0050 0.0038 mg/L 07/18/1715:46 07/19/1713:23 1 Molybdenum 0.071 0.020 0.010 mg/L 07/18/1715:46 07/19/1713:23 1 Nickel 0.079 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 1 Selenium <0.0087 0.010 0.0087 mg/L 07/18/1715:46 07/19/1713:23 1 Silver <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 1 Zinc 0.26 0.020 0.012 mg/L 07/18/1715:46 07/19/1713:23 1 Method: 245.1 - Mercury (CVAA) Analyte Result Qualifier RL MDL Unit Analyte Result Qualifier RL MDL Unit D Prepared Analyzed oil Fac Mercury -10.00010 0.00020 0.00010 mg/L 07/17/17 23:31 07/18/17 17:33 1 General Chemistry Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac HEM (Oil &Grease) <1.55.2 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 1 SGT -HEM (Oil and Grease - Nonpolar) <1.5 5.2 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 1 Total Dissolved Solids 1100 10 5.0 mg/L 07/21/17 08:06 1 Cyanide, Total <0.013 0.025 0.013 mg/L 07/21/17 11:40 07/24/17 15:34 1 Ammonia (as N) 3.5 1.0 0.50 mg/L 07/19/17 17:23 5 Total Sulfide <0.054 0.10 0.054 mg/L 07/18/17 16:11 2 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 15:17 1 General Chemistry - Dissolved Analyte Result Qualifier RL MDL Unit D Prepared Analyzed oil Fac Sulfide, Dissolved -10.027 HF 0.050 0.027 mg/L 07/17/17 15:10 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 Method Method Description Protocol Laboratory 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 TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07/14/17 11:12 Batch Date Received: 07/14/17 12:00 Amount Number Batch Batch Prep Type Type Method Run Total/NA Analysis 82606 SIM Total/NA Prep 608 Total/NA Analysis 608 Total/NA Prep 608 Total/NA Analysis 608 Total Recoverable Prep 200.2 Total Recoverable Analysis 200.7 Rev 4.4 Total/NA Prep 245.1 Total/NA Analysis 245.1 Total/NA Prep 1664A Total/NA Analysis 1664A Total/NA Analysis SM 2540C Total/NA Prep Distill/CN Total/NA Analysis SM 4500 CN E Total/NA Analysis SM 4500 NH3 G Dissolved Prep SM 4500 S2 B Dissolved Analysis SM 4500 S2 D Total/NA Analysis SM 4500 S2 D Total/NA Analysis SM5210B Lala Sample ID: 440-188379-1 Matrix: Water DII Initial Final Batch Factor Amount Amount Number 1 10 mL 10 mL 417740 07/19/17 18:43 250 mL 2 mL 418052 1 TAL IRV — - 07/20/17 11:51 418070 TAL IRV 250 mL 2 mL 418052 1 EN TAL IRV 418372 DB 25 mL 25 mL 417923 1 07/15/17 06:38 JC1 418136 07/15/17 08:43 20 mL 20 mL 417767 1 TAL IRV 07/21/17 11:40 418223 TAL IRV 965 mL 1000 mL 417477 1 MMH TAL IRV 417491 1 100 mL 100 mL 418541 TAL IRV 50 mL 50 mL 418607 1 MMP TAL IRV 419060 5 0.8 mL 8 mL 418202 7.5 mL 7.5 mL 417684 1 7.5 mL 7.5 mL 417890 2 7.5 mL 7.5 mL 417928 1 417307 Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Derian Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 Page 8 of 25 Prepared or Analyzed Analyst Lab 07/17/17 21:30 GK TAL IRV 07/19/17 08:25 FTD TAL IRV 07/19/17 18:43 KS TAL IRV `7 07/19/17 08:25 FTD TAL IRV — - 07/20/17 11:51 IVA TAL IRV 07/18/17 15:46 JL TAL IRV 07/19/17 13:23 EN TAL IRV 07/17/17 23:31 DB TAL IRV 07/18/17 17:33 EN TAL IRV 07/15/17 06:38 JC1 TAL IRV 07/15/17 08:43 JC1 TAL IRV 07/21/17 08:06 XL TAL IRV 07/21/17 11:40 EC1 TAL IRV 07/24/17 15:34 EC1 TAL IRV 07/19/17 17:23 MMH TAL IRV 07/17/17 15:10 HTL TAL IRV 07/18/17 13:57 HTL TAL IRV 07/18/17 16:11 HTL TAL IRV 07/14/17 15:17 MMP TAL IRV TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method_ 8260B SIM_ Volatile Organic Compounds (GC/MS) _ Lab Sample ID: MB 440-417740/2 Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 LCS LCS Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surf) 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 (Surf) 90 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 Lab Sample ID: 440-188379-1 MSD Client Sample ID: Grab Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit 1,4 -Dioxane <0.50 10.0 11.6 ug/L 116 70-130 10 30 MSD MSD Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surf) 92 80-120 Method: 608 - Organochlorine Pesticides in Water Lab Sample ID: MB 440-418052/1 -A Matrix: Water Analysis Batch: 418070 Analyte MB MB 4,4' -DDD <0.050 4,4' -DDE <0.050 Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 1,4 -Dioxane <0.50 2.0 0.50 ug/L 0.050 ug/L 07/17/1719:56 1 07/19/17 17:59 MB MB 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 Surrogate %Recovery Qualifier Limits 0.050 ug/L Prepared Analyzed Dil Fac Dibromofluoromethane (Surr) 89 80-120 07/17/17 19:56 1 s Lab Sample ID: LCS 440-417740/3 Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits 1,4 -Dioxane 10.0 10.2 ug/L 102 70-125 LCS LCS Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surf) 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 (Surf) 90 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 Lab Sample ID: 440-188379-1 MSD Client Sample ID: Grab Matrix: Water Prep Type: Total/NA Analysis Batch: 417740 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit 1,4 -Dioxane <0.50 10.0 11.6 ug/L 116 70-130 10 30 MSD MSD Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surf) 92 80-120 Method: 608 - Organochlorine Pesticides in Water Lab Sample ID: MB 440-418052/1 -A Matrix: Water Analysis Batch: 418070 Analyte MB MB Result Qualifier 4,4' -DDD <0.050 4,4' -DDE <0.050 4,4' -DDT <0.050 Aldrin <0.050 alpha -BHC <0.050 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418052 RL MDL Unit D Prepared Analyzed Dill Fac 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.10 0.050 ug/L 07/19/17 08:25 07/19117 17:59 1 Page 9 of 25 TestAmerica Irvine 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: MB 440-418052/1-A Matrix: Water Analysis Batch: 418070 Analyte MB MB Result Qualifier beta -BHC <0.050 Chlordane (technical) <0.50 delta -BHC <0.050 Dieldrin <0.050 Endosulfan 1 <0.050 Endosulfan II <0.050 Endosulfan sulfate <0.10 Endrin <0.050 Endrin aldehyde <0.050 Endrin ketone <0.050 gamma -BHC (Lindane) <0.050 Heptachlor <0.050 Heptachlor epoxide <0.050 Methoxychlor <0.050 Toxaphene <2.5 RL MDL Unit 0.10 0.050 ug/L. 1.0 0.50 ug/L 0.20 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.20 0.10 ug/L 0.10 0.050 ug/L. 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 0.10 0.050 ug/L 5.0 2.5 ug/L MB MB Surrogate %Recovery Qualifier Limits Tetrachloro-m-xylene 81 16-115 DCB Decachlorobiphenyl (Surr) 80 10-149 Lab Sample ID: LCS 440-418052/2-A Matrix: Water Analysis Batch: 418070 Analyte 4,4' -DDD 4,4' -DDE 4,4' -DDT 4ldrin alpha -BHC )eta -BHC Pelta -BHC Dieldrin ndosulfan I ndosulfan II Endosulfan sulfate Endrin Endrin aldehyde Endrin ketone gamma -BHC (Lindane) ieptachlor ieptachlor epoxide Aethoxychlor LCS LCS surrogate %Recovery Qualifier 'etrachloro-m-xylene 89 )CB Decachlorobiphenyl (Surr) 76 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418052 D Prepared Analyzed Dil Fac D %Rec 07/19/17 08:25 07/19/17 17:59 1 mg/ -L93 07/19/17 08:25 07/19/17 17:59 1 0.374 07/19/17 08:25 07/19/17 17:59 1 0.400 07/19/17 08:25 07/19/17 17:59 1 25-150 07/19/17 08:25 07/19/17 17:59 1 97 07/19/17 08:25 07/19/17 17:59 1 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.357 07/19/17 08:25 07/19/17 17:59 1 0.400 07/19/17 08:25 07/19/17 17:59 1 19-140 07/19/17 08:25 07/19/17 17:59 1 98 07/19/17 08:25 07/19/17 17:59 1 ug/L 07/19/17 08:25 07/19/17 17:59 1 0.390 07/19/17 08:25 07/19/17 17:59 1 0.400 07/19/17 08:25 07/19/17 17:59 1 26-144 07/19/17 08:25 07/19/17 17:59 1 105 Prepared Analyzed Dil Fac ug/L 07/19/17 08:25 07/19/17 17:59 1 0.371 07/19/17 08:25 07/19/17 17:59 1 0.400 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 418052 Spike Added LCS LCS Result Qualifier Unit D %Rec %Rec. Limits 0.400 0.374 mg/ -L93 -3-1- 14-1 0.400 0.374 ug/L. 94 30-145 0.400 0.351 ug/L 88 25-150 0.400 0.388 ug/L 97 42-122 0.400 0.401 ug/L 100 37-134 0.400 0.357 ug/L 89 17-147 0.400 0.397 ug/L 99 19-140 0.400 0.390 ug/L 98 36-146 0.400 0.398 ug/L 99 45-150 0.400 0.390 ug/L 97 10-150 0.400 0.375 ug/L 94 26-144 0.400 0.420 ug/L 105 30-147 0.400 0.371 ug/L 93 47.115 0.400 0.371 ug/L 93 52-115 0.400 0.377 ug/L 94 32-127 0.400 0.372 ug/L 93 34-115 0.400 0.399 ug/L 100 37-142 0.400 0.395 ug/L 99 55-115 Limits 16-115 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 Matrix: Water Analysis Batch: 418070 Analyte 4,4' -DDD 4,4' -DDE 4,4' -DDT Aldrin alpha -BHC beta -BHC delta -BHC Dieldrin Endosulfan Endosulfan II Endosulfan sulfate Endrin Endrin aldehyde Endrin ketone gamma -BHC (Lindane) Heptachlor Heptachlor epoxide Methoxychlor Spike LCSD LCSD Added Result Qualifier 0.400 0.366 0.400 0.366 0.400 0.348 0.400 0.383 0.400 0.397 0.400 0.350 0.400 0.390 0.400 0.388 0.400 0.392 0.400 0.380 0.400 0.375 0.400 0.414 0.400 0.363 0.400 0.370 0.400 0.364 0.400 0.370 0.400 0.392 0.400 0.393 LCSD LCSD Surrogate %Recovery Qualifier Limits Tetrachloro-m-xylene 84 16-115 DCB Decachlorobiphenyl (Surr) 70 10-149 Method: 608 - Polychlorinated Biphenyls (PCBs) Lab Sample ID: MB 440-418052/1-A Matrix: Water Analysis Batch: 418372 C) Client Sample ID: Lab Control Sample Dup MB MB Analyte Result Qualifier Aroclor 1221 <0.50 Aroclor 1232 <0.50 Aroclor 1016 <0.50 Aroclor 1242 <0.50 Aroclor 1248 <0.50 Aroclor 1254 <0.50 Aroclor 1260 <0.50 C) Client Sample ID: Lab Control Sample Dup MDL Unit D Prepared Prep Type: Total/NA Dil Fac 1.0 Prep Batch: 418052 07/19/17 08:25 07/20/17 11:11 %Rec. RPD Unit D %Rec Limits RPD Limit ug/L 91 M _ 141 2 35 ug/L 91 30-145 2 35 ug/L 87 25.150 1 35 ug/L 96 42-122 1 35 ug/L 99 37-134 1 35 ug/L 88 17-147 2 35 ug/L 98 19.140 2 35 ug/L 97 36-146 1 35 ug/L 98 45-150 1 35 ug/L 95 10-150 3 35 ug/L 94 26-144 1 35 ug/L 104 30-147 1 35 ug/L 91 47-115 2 35 ug/L 93 52-115 0 35 ug/L 91 32-127 3 35 ug/L 92 34-115 1 35 ug/L 98 37-142 2 35 ug/L 98 55.115 1 35 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418052 RL MDL Unit D Prepared Analyzed Dil Fac 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 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 07/19/17 08:25 -5-7-M11711 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 Limits DCB Decachlorobiphenyl (Surr) 70 26-115 Lab Sample ID: LCSD 440-418052/5-A Matrix: Water Analysis Batch: 418372 Analyte Aroclor 1016 Aroclor 1260 LCSD LCSD Surrogate %Recovery Qualifier DCB Decachlorobiphenyl (Surr) 80 Method: 200.7 Rev 4.4 - Metals (!CP) Lab Sample ID: MB 440-417923/1-A Matrix: Water Analysis Batch: 418136 Lab Sample ID: LCS 440-417923/2-A Matrix: Water Analysis Batch: 418136 Analyte Arsenic Cadmium Chromium Copper Lead Molybdenum Nickel Selenium Silver Spike MB MB Analyte Result Qualifier Arsenic <0.0089 Cadmium <0.0025 Chromium <0.0025 Copper <0.0050 Lead <0.0038 Molybdenum <0.010 Nickel <0.0050 Selenium <0.0087 Silver <0.0050 Zinc <0.012 Lab Sample ID: LCS 440-417923/2-A Matrix: Water Analysis Batch: 418136 Analyte Arsenic Cadmium Chromium Copper Lead Molybdenum Nickel Selenium Silver Spike LCSD LCSD Added Result Qualifier 4.00 3.55 4.00 3.54 Limits 26-115 Client Sample ID: Lab Control Sample Dup MDL Unit Prep Type: Total/NA Analyzed Prep Batch: 418052 0.010 %Rec. RPD Unit D %Rec Limits RPD Limit ug/L 89 -50-11-5 2 30 ug/L 89 10-127 3 30 Client Sample ID: Method Blank Prep Type: Total Recoverable Prep Batch: 417923 RL MDL Unit D Prepared Analyzed Dil Fac 0.010 0.0089 mg/L 07/18/1715:46 07/19/1713:19 1 0.0050 0.0025 mg/L 07/18/1715:46 07/1911713:19 1 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:19 1 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 0.0050 0.0038 mg/L 07/18/1715:46 07/19/1713:19 1 0.020 0.010 mg/L 07/18/1715:46 07/19/1713:19 1 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 0.010 0.0087 mg/L 07/18/1715:46 07/19/1713:19 1 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 0.020 0.012 mg/L 07/18/1715:46 07/19/1713:19 1 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 Page 12 of 25 Client Sample ID: Lab Control Sample Prep Type: Total Recoverable Prep Batch: 417923 TestAmerica Irvine 7/24/2017 %Rec. Unit D %Rec Limits mg/L 100 8-5-115 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 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 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 Matrix: Water Analysis Batch: 418136 Lab Sample ID: 440-188379-1 MSD Matrix: Water Analysis Batch: 418136 Sample Sample Analyte Result Qualifier Arsenic 0.10 Cadmium <0.0025 Chromium 0.12 Copper 0.075 Lead 0.040 Molybdenum 0.071 Nickel 0.079 Selenium <0.0087 Silver <0.0050 Zinc 0.26 Lab Sample ID: 440-188379-1 MSD Matrix: Water Analysis Batch: 418136 Method: 245.1 Mercury (CVAA) Spike Sample Sample Analyte Result Qualifier Arsenic 0.10 Cadmium <0.0025 Chromium 0.12 Copper 0.075 Lead 0.040 Molybdenum 0.071 Nickel 0.079 Selenium <0.0087 Silver <0.0050 Zinc 0.26 Method: 245.1 Mercury (CVAA) Spike MS Ms Added Result Qualifier 0.500 0.616 0.500 0.491 0.500 0.676 0.500 0.616 0.500 0.528 0.500 0.584 0.500 0.598 0.500 0.486 0.250 0.255 0.500 0.786 Lab Sample ID: MB 440-417767/1-A Matrix: Water Analysis Batch: 418223 MB MB Analyte Result Qualifier Mercury <0.00010 Spike MSD MSD Added Result Qualifier 0.500 0.604 0.500 0.483 0.500 0.644 0.500 0.595 0.500 0.508 0.500 0.562 0.500 0.571 0.500 0.465 0.250 0.250 0.500 0.753 Client Sample ID: Grab Prep Type: Total Recoverable Prep Batch: 417923 Client Sample ID: Grab Prep Type: Total Recoverable Unit D %Rec Prep Batch: 417923 RPD Limit %Rec. Unit D %Rec Limits mg/L 102 70-130 mg/L 98 70-130 mg/L 111 70-130 mg/L 108 70.130 mg/L 98 70-130 mg/L 103 70-130 mg/L 104 70-130 mg/L 97 70-130 mg/L 102 70-130 mg/L 105 70-130 Client Sample ID: Grab Prep Type: Total Recoverable Prep Batch: 417923 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 Lab Sample ID: LCS 440-417767/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418223 Prep Batch: 417767 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Mercury 0.00800 0.00725 mg/L 91 85-115 Page 13 of 25 TestAmerica Irvine 7/24/2017 %Rec. RPD Unit D %Rec Limits RPD Limit mg/L 100 70-130 2 20 mg/L 97 70-130 2 20 mg/L 105 70-130 5 20 mg/L 104 70-130 4 20 mg/L 94 70-130 4 20 mg/L 98 70-130 4 20 mg/L 98 70-130 5 20 mg/L 93 70-130 4 20 mg/L 100 70-130 2 20 mg/L 98 70-130 4 20 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 Lab Sample ID: LCS 440-417767/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418223 Prep Batch: 417767 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Mercury 0.00800 0.00725 mg/L 91 85-115 Page 13 of 25 TestAmerica Irvine 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 r Lab Sample ID: 550 -85686 -AB -1-G MSD Matrix: Water Analysis Batch: 418223 Sample Sample Analyte Result Qualifier LMercury <0.00010 Method: 1664A - HEM and SGT -HEM Lab Sample ID: MB 440-417477/1-A Matrix: Water Analysis Batch: 417491 MB MB Analyte Result Qualifier HEM (Oil & Grease) <1.4 Lab Sample ID: LCS 440-417477/2-A Matrix: Water Analysis Batch: 417491 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 Spike i Analyte Added LHEM (Oil & Grease) 40.0 Lab Sample ID: LCSD 440-417477/3-A Matrix: Water Analysis Batch: 417491 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 417477 RL MDL Unit D Prepared Analyzed Dil Fac 5.0 1.4 mg/L 07/15/17 06:38 07/15/17 08:43 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 417477 LCS LCS %Rec. Result Qualifier Unit D %Rec Limits 31.90 mg/L 80 78-114 Client Sample ID: Lab Control Sample Dup Prep Type: Total/NA 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 25400 - Solids Total Dissolved (TDS) Lab Sample ID: MB 440-418541/1 Matrix: Water Analysis Batch: 418541 MB MB Analyte Result Qualifier RL I Total Dissolved Solids <5.0 10 Lab Sample ID: LCS 440-418541/2 Matrix: Water Analysis Batch: 418541 Client Sample ID: Method Blank Prep Type: Total/NA MDL Unit D Prepared Analyzed Dil Fac 5.0 mg/L 07/21/17 08:06 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Total Dissolved Solids 1000 984 mglL 98 90. 110 Page 14 of 25 TestAmerica Irvine 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 Client Sample ID: Duplicate Matrix: Water Prep Type: Total/NA Analysis Batch: 418541 Sample Sample DU DU RPD Analyte Result Qualifier Result Qualifier Unit D RPD Limit Total Dissolved Solids 11000 11000 mg/L 0 5 Method: SM 4506 -CMN E - Cyanide, Total FLab Sample ID: MB 440-418607/1-A Client Sample ID: Method Blank ° Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 i MB MB 1 Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Cyanide, Total <0.013 0.025 0.013 mg/L 07/21/17 11:40 07/24/17 15:34 1 Lab Sample ID: LCS 440-418607/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Cyanide, Total 0.200 0.188 mg/L 94 90-110 Lab Sample ID: 440-188314-1-1-B MS Client Sample ID: Matrix Spike Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits L Cyanide, Total <0.013 0.200 0.165 mg/L 83 70-115 Lab Sample ID: 440-188314-1-1-C MSD Client Sample ID: Matrix Spike Duplicate Matrix: Water Prep Type: Total/NA Analysis Batch: 419060 Prep Batch: 418607 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Cyanide, Total <0.013 0.200 0.159 mg/L 80 70-115 4 15 Method: SM 4500 NH3 G - Ammonia Lab Sample ID: MB 440-418202/10 Matrix: Water Analysis Batch: 418202 MB MB LAnalyte Result Qualifier RL Ammonia (as N) <0.10 0.20 Lab Sample ID: LCS 440-418202/11 Matrix: Water Analysis Batch: 418202 Client Sample ID: Method Blank Prep Type: Total/NA MDL Unit D Prepared Analyzed Dil Fac 0.10 mg/L 07/19/1716:51 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Ammonia (as N) 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 TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: SM 4500 NH3 G - Ammonia (Continued) Lab Sample ID: MRL 440-418202/9 Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418202 Spike MRL MRL %Rec. Analyte Added Result Qualifier Unit D %Rec Limits LAmmonia (as N) 0.200 0.162 J mg/L 81 10-200 Lab Sample ID: 440-188462-N-1 MS Spike LCSD LCSD Matrix: Water Added Result Qualifier Analysis Batch: 418202 0.500 0.411 Sample Sample Spike MS MS Analyte Result Qualifier Added Result Qualifier Ammonia (as N) 0.13 J 5.00 5.32 Lab Sample ID: 440-188462-N-1 MSD Spike MS MS Matrix: Water Added Result Qualifier Analysis Batch: 418202 0.500 0.331 F1 Sample Sample Spike MSD MSD Analyte Result Qualifier Ammonia N) Added Result Qualifier (as 0.13 J 5.00 5.31 Method: Sid 4500 S2 D - Sulfide, Total Lab Sample ID: MB 440-417928/3 Matrix: Water Analysis Batch: 417928 MB MB Client Sample ID: Matrix Spike Prep Type: Total/NA 0 %Rec. Unit D %Rec Limits mg/L 104 90-110 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA %Rec. RPD Unit D %Rec Limits RPD Limit mg/L 104 90-110 0 15 Client Sample ID: Method Blank Prep Type: Total/NA Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac LTotal Sulfide <0.027 0.050 0.027 mg/L 07/18/17 16:10 1 Lab Sample ID: LCS 440-417928/4 Matrix: Water Analysis Batch: 417928 Spike LCS LCS Analyte Added Result Qualifier Total Sulfide 0.500 0.418 Client Sample ID: Lab Control Sample Prep Type: Total/NA %Rec. Unit D %Rec Limits mg/L 84 80-120 LLab Sample ID: LCSD 440-417928/5 Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 %Rec. RPD Unit D %Rec Limits RPD Limit mg/L 82 80-120 2 20 Client Sample ID: Matrix Spike Prep Type: Total/NA %Rec. Unit D %Rec Limits mg/L 66 70-130 TestAmerica Irvine Page 16 of 25 7/24/2017 Spike LCSD LCSD Analyte Added Result Qualifier Total Sulfide 0.500 0.411 Lab Sample ID: 720-80676-E-3 MS Matrix: Water Analysis Batch: 417928 Sample Sample Spike MS MS Analyte Result Qualifier Added Result Qualifier Total Sulfide <0.027 F1 0.500 0.331 F1 %Rec. RPD Unit D %Rec Limits RPD Limit mg/L 82 80-120 2 20 Client Sample ID: Matrix Spike Prep Type: Total/NA %Rec. Unit D %Rec Limits 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 (Continued Lab Sample ID: 720-80676-E-3 MSD Matrix: Water Analysis Batch: 417928 Sample Sample Spik Analyte Result Qualifier Adde Total Sulfide <0.027 F1 0.50 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 Spike Analyte Added Sulfide, Dissolved 0.50 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 0.50 j 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 Method: SM5210B - BOD, 5 Day Lab Sample ID: USB 440-417307/1 Matrix: Water Analysis Batch: 417307 us6 use Analyte Result Qualifier RL RL Unit D Biochemical Oxygen Demand <2.0 2.0 2.0 mg/L j Lab Sample ID: LCS 440-417307/4 j Matrix: Water Analysis Batch: 417307 I Analyte !—Biochemical Oxygen Demand TestAmerica Job ID: 440-188379-1 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA e MSD MSD %Rec. RPD d Result Qualifier Unit D %Rec Limits RPD Limit 0 0.316 F1 mg/L 63 70-130 5 30 Client Sample ID: Method Blank Prep Type: Dissolved Prep Batch: 417684 0 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 LCS LCS %Rec. Result Qualifier Unit D %Rec Limits 0 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 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 Client Sample ID: Method Blank Prep Type: Total/NA Prepared Analyzed Dil Fac 07/14/17 08:17 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits m 199 179 g/L 90 85-115 Page 17 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: SM5210B - BOD, 5 Day (Continued) Lab Sample ID: LCSD 440-417307/5 Matrix: Water Analysis Batch: 417307 Spike Analyte Added Biochemical Oxygen Demand 199 TestAmerica Job ID: 440-188379-1 Client Sample ID: Lab Control Sample Dup Prep Type: Total/NA LCSD LCSD %Rec. RPD Result Qualifier Unit D %Rec Limits RPD Limit 184 mg/L 92 85-115 2 20 TestAmerica Irvine Page 18 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 GUMS VOA Client Sample ID Prep Type Matrix - ------- Analysis Batch: 417740 Client Sample ID Prep Type Matrix Method Prep Batch Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 8260B SIM MB 440-417740/2 Method Blank Total/NA Water 8260B SIM LCS 440-417740/3 Lab Control Sample Total/NA Water 8260B SIM 440-188379-1 MS Grab Total/NA Water 8260B SIM 440-188379-1 MSD Grab Total/NA Water 82608 SIM GC Semi VOA Prep Batch: 418052 Client Sample ID Prep Type Matrix a Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 MB 440-418052/1-A Method Blank Total/NA Water 608 LCS 440-418052/2-A Lab Control Sample Total/NA Water 608 LCS 440-418052/4-A Lab Control Sample Total/NA Water 608 LCSD 440-418052/3-A Lab Control Sample Dup Total/NA Water 608 LCSD 440-418052/5-A Lab Control Sample Dup Total/NA Water 608 Analysis Batch: 418070 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 440-41805212-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 LLCSD 440-418052/5-A Lab Control Sample Dup Total/NA Water 608 418052 Metals Prep Batch: 417767 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 245.1 MB 440-417767/1-A Method Blank Total/NA Water 245.1 LCS 440-417767/2-A Lab Control Sample Total/NA Water 245.1 550 -85686 -AB -1-F MS Matrix Spike Total/NA Water 245.1 550 -85686 -AB -1-G MSD Matrix Spike Duplicate Total/NA Water 245.1 Prep Batch: 417923 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total Recoverable Water 200.2 MB 440-417923/1-A Method Blank Total Recoverable Water 200.2 LCS 440-417923/2-A Lab Control Sample Total Recoverable Water 200.2 440-188379-1 MS Grab Total Recoverable Water 200.2 440-188379-1 MSD Grab Total Recoverable Water 200.2 TestAmerica Irvine Page 19 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 Metals (Continued) Analysis Batch: 418136 Matrix Analysis Batch: 417307 Total/NA Lab Sample ID Client Sample ID Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total Recoverable Water 200.7 Rev 4.4 417923 MB 440-417923/1-A Method Blank Total Recoverable Water 200.7 Rev 4.4 417923 440-41792312-A Lab Control Sample Total Recoverable Water 200.7 Rev 4.4 417923 [LCS 440-188379-1 MS Grab Total Recoverable Water 200.7 Rev 4.4 417923 440-188379-1 MSD Grab Total Recoverable Water 200.7 Rev 4.4 417923 Analysis Batch: 418223 Matrix Analysis Batch: 417307 Total/NA Lab Sample ID Client Sample ID ,FLab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 245.1 417767 MB 440-417767/1 -A Method Blank Total/NA Water 245.1 417767 ., LCS 440-417767/2-A Lab Control Sample Total/NA Water 245.1 417767 550 -85686 -AB -1 -F MS Matrix Spike Total/NA Water 245.1 417767 550 -85686 -AB -1-G MSD Matrix Spike Duplicate Total/NA Water 245.1 417767 Genera! Chemistry Matrix Analysis Batch: 417307 Total/NA Lab Sample ID Client Sample ID 440-188379-1 Grab USB 440-417307/1 Method Blank LCS 440-417307/4 Lab Control Sample LCSD 440-417307/5 Lab Control Sample Dup Prep Batch: 417477 Prep Type Matrix Method Prep Batch Total/NA Water SM5210B Total/NA Water SM5210B Total/NA Water SM5210B Total/NA Water SM5210B 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 440417684/1 -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 Page 20 of 25 TestAmerica Irvine 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 e 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 Prep Type Matrix Method Prep Batch rLab 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 Matrix Spike Duplicate Total/NA Water Distill/CN L440 -188487-J-2 DU Duplicate Total/NA Water SM 2540C Prep Batch: 418607 Lab Sample ID 440-188379-1 MB 440-418607/1-A LCS 440-418607/2-A 440-188314-1-1-B MS 440-188314-1-1-C MSD Analysis Batch: 419060 FLab Sample ID 440-188379-1 MB 440-418607/1 -A LCS 440-418607/2-A 440-188314-1-1-B MS 440-188314-1-1-C MSD Client Sample ID Prep Type Matrix Method Prep Batch Grab Total/NA Water Distill/CN Method Blank Total/NA Water Distill/CN Lab Control Sample Total/NA Water Distill/CN Matrix Spike Total/NA Water Distill/CN Matrix Spike Duplicate Total/NA Water Distill/CN Client Sample ID Prep Type Matrix Method Prep Batch Grab Total/NA Water SM 4500 CN E 418607 Method Blank Total/NA Water SM 4500 CN E 418607 Lab Control Sample Total/NA Water SM 4500 CN E 418607 Matrix Spike Total/NA Water SM 4500 CN E 418607 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 U 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 II 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 C31 r .c: I ? N M 0 N V x t r- t2 N N O Vr N N rn U rn m o a X i. Page 24 of 25 7/24/2017 m / ccaaNyy$ S mm�o ? C, Nh O�ogc" zN NfAa ` O:;`C C = z a z" z z = r ' a o 0 . polsno p uie40 6LMU-mt o ii m �zoapa g a � --l)c E 1 N61 if) ct n m V - ',sieulellioojo�egiunNlsia •x c a E E E E E z m y` 0 C l Y �' is y J 5 1' d •° m Opulns Paeloae!O LS 0059WS F N QW3H49SIW3H-tl999t H y E ePiue.(O-3 NO - 0059 ePWLSnS 701-0 OOsms •� � l0 w IteO S'008•o1e0009 BOLZSWS ;¢, Q ` Lluo ew!xo1(I.9't - WIS BOOZO Llnyo W t'S9Z'u2'QMeS'IN'°W'9d'ny yPO'�V•L'OOZ \ CD E U to c n FC m 2 8 a a $ E ~ N se eluowwtl • N• O CHNODS9WS�; \ mIx_ l>:ed 909'99d 009 1 c J o p, T ¢ $ oReAl:eld4 S: eje813 Ie13 D v s _ a h y E i - ">(O.n a m m30 - z c OR t r .:. AV .S0 o `r' 3 E E E m pE U U pp U el 0 s m E E t4 — 1/ a M (A C N m j L;31 m N m i•. f `. to C O o O C O C � y v O a me Z m li MN 0 u0i N CIO rn CW .m a C m ci v L C cn m rn m` m 07 3 c ° A C 00u v p L N 3 O N C °' C C N G V a O O) 1� d m Em 0 A a 8 D $ n U) N am Cci3 c m ul '� aN v az o m= cLU 0 Y N o} �nUr� =L E $ 3 E a `vl a 'v �a U UcS�a aN chi¢ w dZ m in C�7 4� W ¢ Page 24 of 25 7/24/2017 Client: Paulus Engineering, Inc Login Number: 188379 List Number: 1 Creator: Avila, Stephanie 1 Question Login Sample Receipt Checklist 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 Sample custody seals, if present, are intact. N/A 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 Not present Not Present Job Number: 440-188379-1 List Source: TestAmerica Irvine TestAmerica Irvine Page 25 of 25 7/24/2017 73 w MCCROMM SPECIFICATION SHEET BATTERY POWERED FLANGED ELECTROMAGNETIC FLOW METER DESCRIPTION '-- _ _ ----71 77.7-1 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-SOC12) 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. Dura 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. • Battery powered for easy installation - eliminate the hassle of cables or AC power • Durable design - Proven in tough environments • 10 minute DIY replaceable battery pack, keeps your meter running • 5 -year battery life, 3 year battery warranty • Made in the USA 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. `liminates setting acci change Epoxy liner, coating I eliminatir of - separation o intrusion I, II 4 ✓,� •rlyi y. /p'�J` . OF ;;.;:I Ma MCCROMEH 3255 WEST STETSON AVENUE • HEMET, CALIFORNIA 92545 USA www.mccrometer.com TEL:951-652.6811 •800-220-2279 • FAX:951-652-3078 Printed In The U.S.A.UALit. k 30122-59 Rev.1.1 / 6-23-17 Copyright (D 20142017 McCrometer, Inc All printed material should not he 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 in structions. FPI Mag' is a registered trademark of McCrometer, Inc. SPECIFICATIONS Pipe Sizes 4", 6', 8", 10", 12" Accurac ± 1% or ± 0.075% of standard full scale Display 2 -Line LCD display (no backlight), 16 Options and characters per line Accessories • Non-volatile memory 6" Anti -reverse totalizer (standard) 14.6" • Total (to 9 digits of precision) 10.25" • Flow Rate and Velocity (to 5 digits of Units precision) 16.1" • Two alarms: low battery and empty pipe 11.t Note: To preserve battery life a button on the 10" front of the converter activates the display, Power cubic feet Battery Standard: two 3.6V lithium-thionyl chloride 12" (Li-SOC12) D size batteries. Batteries are field 19.7" replaceable DC Power Linear power supply 10-35VDC, 2AW Battery Life 5 years (3 -year warranty) Outputs hectoliters 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 imperial gallons Operating Temperature _4° to 140°F (-20° to 60°C) Storage Temperature -40° to 149°F (-40° to 65°C) Electrical connects Optional quick connect for easy installation Pipe Run Standard GPM Flow Ranges Min - Max 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) 6" DC power w/battery backup 14.6" Pulse & 4 20mA output 10.25" Annual verification / calibration Units US gallons 16.1" US gallons x1000 (standard totalizer) 11.t US gallons x1,000,000 10" cubic inches 18.5" cubic feet 12140 cubic feet x1000 12" cubic centimeters 19.7" cubic decimeters 1390 milliliters, liters deciliters hectoliters kiloliters megaliters cubic meters cubic meters x1000 acre feet acre inches imperial gallons imperial gallons x1000 imperial gallons 4,000,000 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 (Lay Len the in Inches A* B C * Estimated Shipping Weight (Ibs.) 4" 30-1,000 13.4" 9.0" 9.25" 70 6" 60-2,000 14.6" 11.0" 10.25" 80 8" 105-3,500 16.1" 13.5" 11.t 115 10" 165-5,500 18.5" 16.0" 12140 12" 195-6,500 19.7" 19.0" 1390 * Shipping weights are estimated and may change due to specific order packaging. Side View End View i. C IJa PIPE B 1 --------- SIZE 3255 WEST STETSON AVENUE • HEMET, CALIFORNIA 92545 USA www.mccrometer.com MCCROMM W TEL: 951-652-6811.800-220-2279 • FAX: 951-652-3078 Printed In The U.S.A. Lit, 4 30122.59 Rev. 1.116-23.17 Copyright ® 20142017 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. APPENDIX - D PRIVATE PROPERTY RESTORATION AND LOCATIONS Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 2 of 10 705 705 % BEGONIA AVENUE (PLAN SHEET NO. 3) 701 & 701 % CARNATION AVENUE (PLAN SHEET NO. 4) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 3 of 10 614 & 616 ACACIA AVENUE (PLAN SHEET NO. 5) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 4 of 10 613 & 613 % BEGONIA AVENUE (PLAN SHEET NO. 5) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 5 of 10 514 & 514 % BEGONIA AVENUE (PLAN SHEET NO. 6) 516 & 516 % BEGONIA AVENUE (PLAN SHEET NO. 6) 422 ACACIA AVENUE (PLAN SHEET NO. 7) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 6 of 10 504 & 506 ACACIA AVENUE (PLAN SHEET NO. 7) 2330 SECOND AVENUE (PLAN SHEET NO. 7) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 7 of 10 503 & 503 % CARNATION AVENUE (PLAN SHEET NO. 8) 412 & 412 %2 ACACIA AVENUE (PLAN SHEET NO. 9) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 8 of 10 2316 & 2316 % PACIFIC DRIVE (PLAN SHEET NO. 9) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 9 of 10 2228 PACIFIC DRIVE (PLAN SHEET NO. 10) 2216 PACIFIC DRIVE (PLAN SHEET NO. 10) Underground Utility Assessment District No. 1, Contract No. 7337-1 Addendum No. 2, Appendix D - Page 10 of 10 426 & 426 % BEGONIA AVENUE (PLAN SHEET NO. 12) APPENDIX - E TIME WARNER CABLE VAULT INFORMATION _0 0 M V • �fQ N (B z ® �u 0 u +, c� v N 0 O W u � � • L 0 V J v� 0- 0 L CO E �u V _ Q O u o s � CL 0 LU M v u, o E Ln Q) _ 3 E a� v 3 oN-' m i , V1 H N LNn Uz° M z 0. 0 �L 6 CHANNELL Channell Commercial Corp. 26040 Ynez Road Temecula, CA 92589-9022 Phone 951-719-2600 Fax 951-296-2322 cwatson@channell.com Date: 4/16/2018 Quotation # 0416181B Expiration Date: 30 days Joe Barrios Spectrum Shipping Payment Salesperson Job Terms I Terms Due Date Net 30 Days Qty Item # Description BULK GLB, 3048, BULK7361\1102 24"D,DUCTILE $1,750.25 3 weeks IRON USA 3PC LID,BLK,HEX BOLT,NO LOGO BULK GLB, 24"DEEP, BULK17302441\11020 DUCTILE IRON 585.80 3 weeks 2 PER PALLET USA LID, BLACK, BOLT -DOWN, NO LOGO BULK GLB, BULK24362441\11020 24°DEEP, 2 PER PALLET DUCTILE IRON 925.90 3 weeks USA LID, BLACK, BOLT -DOWN, NO LOGO Subtotal Sales Tax Total 1. PAYMENT TERMS Payment terms to buyers of approved credit and NET30 Days for Date of Invoice If buyer fails to pay for the goods within 30 days, then all delinquent accounts shall bear as liquidated damages and the sum of 1-1/2% per month of the unpaid balance until paid. The liquated damages are assessed to cover sellers administrative cost relating to collecting and accounting for late payments which buyer and seller agree would be difficult to fix. 1. WARRANTY: Seller warrants the goods manufactured by the seller to be in accordance with seller's specifications and free from defects in material and workmanship at the time of delivery. All material has an expressed warranty period of one year from delivery. Seller's warranty obligation shall be satisfied, at its sole option, either by repair or replacement of nonconforming or defective product. CHANNELL COMMERICAL CORPORATION MAKES NO EXPRESSED AND/OR IMPLIED WARRANTIES WHETHER OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE OR OTHERWISE OTHER THAN THOSE SET FORTH ABOVE and in no event does Channell Commercial Corporation assume, nor shall be liable for consequential or special damages, or for installation adjustment OR other expenses whether direct or indirect . No wavier alteration or modification Of the foregoing conditions shall be valid unless made in writing and signed by an Executive office of Channell Commercial Corporation. 2. RESTOCKING CHARGE: IMPORTANT: a 20% handling charge or restocking charge, after inspection and in the opinion of the seller, can be made upon all merchandise returned for credit. Merchandise returned for credit must be returned within a 90 day period and accompanied by our invoice number, date of purchase and return authorization number. 3. FAIR LABOR STANDARD COMPLIANCE: We hereby certify these goods were produced in compliance with all applicable requirements Of Sections 6,7 and 12 of the Fair Labor Standards Act, as amended, and of the United States Department of Labor issued under Section 14 thereof. 4. ATTORNEY'S FEES: In the event it becomes necessary to incur collection cost or institute suit to collect and amount due Under this agreement then buyer agrees to pay such additional collection cost, charges and expenses including reasonable attorney's fees if the account is placed in the hand of an attorney for collection. S. ACCEPTANCE OF CREDIT AND SALES ORDERS All applications for credit and all sales are subject to seller's acceptance and no sales and final until Accepted by Channell Commercial Corporation at its offices in Temecula, California. All invoices are payable at the offices of Channell Commercial Corporation, Temecula, California. 6. To the extent that any provision herein in held invalid, then that provision shall be deemed to be deleted and the remaining provisions shall remain in full force and effect. J W W J W Q V J m J W Z 2 U s CL lD Qm s 4a ai 3 N EA O .N a, N s W � tw J Ln C CU N in O O .� oLn a; c u L% 3 L C N _ O L Z 7A L O a 4-1 m u _0 +' _ ,n O Ln U Lu `� -a N +� O ba c � �i i v rB L x ca v W = m Lfl J _6 _ Cb4 O a Lr)n O U (6 N C E NU 120 E m to 4- = O N U in O �- X O c a x i LO = n v _a un � m ca E \ \ •cL0 3 pp O O Q a Y vi vi i ci O N t L X O ,, x L n. 4 -0 in t On m O F- a cn o a = a u� +� L°° ,; o Q- -° u v a Q z O0 v to� o Q o v O �° °�° o( c Q � a •• 3 • v ,1 Q v L �Ea N Z J O t6 u O O i v ++ to Vf 7 E Z O Q - 00 cu Q @ m "_ > oo .� ca > ca > 0 0 H H J C YLU N u ro Q 'i C7 v W a B a 41 a Q o i a... W ca a � Q > fl U ro 2 O a. a N ca L 12 N O a? Q a m° E_- m C7 Ln c» Ln v W u T Q ° a a Q= u —moi m 2 - 3 . . . . . . O . s CL lD Qm s 4a ai 3 N EA O .N a, E s � tw J Ln C buo c u .a m �n ♦Y L aJ CL m N C O = ,t Ol L (1) D U t Q N Q t L O 40 U L O N _ O O QJ 0 C O s O. H T 'a N E tw i L m Ql ++ GJ c N 0 o. C H J = C Z N v V O z a_ W N ro�1 W V V J Y ru a O 0 O 4- V -O CL N _ uo N� co o (nE O Unz� V, > rn M a W /�1n7 L t f0 (0 X ° U v, Ov C Z Z O L LL L U i ha i ro v- to > > U c ru l"I Q Q: fD aJ N > a O 0 _O +' Z OF- Vf Q� o`-� ° o m a� ICT LL Q C O n a� -a ° -0 �' j N v a Y Q Q O a n3 O � •� � E N< a J a� t a .N +� a c t 3 > l9 `� ,n a E O >>> u Co o �-0 ° ? � .a -0 ° to ao d (13 v a rn v� ro o (ii Lr) u �' D00 P% 0 ^n cc Z N I x >, ° a Y L Cl)U U o a a Z ^ O a Q W o o ° o n° ` °tS _ °' Sao > a E �= u= V1 C o CO ,.j co Q a n H a n° p Q O J d Fu v =a .� a a p N-i N j H x a� o o ^$ C9 W_0 aa) Co 0 2 V U `: -1 :2 , u 3 U m Q ° L a a Q O w Q Q V tWi E 0 m � c t Y C. m x a 3 CL H w Q(j / co U- N ®° °m 0 ar m m m c m m mA a,7'717 17 °m °®® 0000 17 N a° a0000co N oao0 N m° °® 3 N m° > w C N J c �__ p z 0 C 41 Vf N Q J Q � 41 Ln 7 M C J > Q J m W a x N i v W J }"— o o W > N _ V N Q NJ Z E E O> ro o a W OC en u m v 0 N L i m X L a J L W N X QCL ai F— U� io 3 CL v tn U U 7 D r ^ L N v � O x +' � � � Y of � X -p C VI d -J Q Y ,0 I U J 4% J O X 0 ro >Nw - u U3O aLL� nhA L ,m UU oo °oO = L Lr) — Q) Om -0 r(3 mp O`vZ Q v Z O ro ° 41 =v pQ4J W o 0 00 -p U o E W p c x io w Ln 0=V � m Q Z > �a O vW L F�1 L Q = Q? Q Q O W � O Y W U Q" >NM - N O Jdd Qo m_0 N N V) N J( U Q Q tp U ` W V ` m = U-.• • • • • • • • • • • J