Loading...
HomeMy WebLinkAboutC-7538-1 - Sewer and Storm Drain Systems Rehabilitation ProjectApril 13, 2022 Sancon Technologies, Inc. Attn: Charles B. Parsons 5841 Engineer Drive Huntington Beach, CA 92649 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAX Subject: Sewer & Storm Drain Systems Rehabilitation Project — C-7538-1 Dear Mr. Paulus: newportbeachca.gov On April 13, 2021, 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 April 15, 2021, Reference No. 2021000254390. The Surety for the contract is Hanover Insurance Company and the bond number is 1069471. Enclosed is the Faithful Performance Bond. Sincerely, ^� " Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1069471 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 20,256.00 , being at the rate of $ 8.47 PER thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for (1) distributing construction notices to affected residents; (2) construction surveying; (3) pre and post CCTV recording of sewer main and storm drain lines; (4) hydro -cleaning existing sewer main and storm drain lines; (5) constructing sewer point repair and storm drain point repair; (6) removing sewer cleanout (lamp hole) and constructing manhole; (7) grinding protruding lateral; (8) lining existing sewer main and existing Corrugated Metal Pipe (CMP); (9) re -opening existing service lateral; (10) plugging or bypassing existing sewers and storm drains as necessary for new work; (11) potholing and exposing existing storm drain lines and utilities; (12) trench excavating and replacing pipe sections; (13) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (14) grouting and filling voids within existing CMP; (15) installing storm drain inlet riser; and (16) all other incidental items to be completed in place required by the documents incorporated in Section 1 of this Contract (the "Project" or "Work"). WHEREAS, Contractor shall observe the following: (1) all contacts with the individual residents shall include a City representative; (2) Contractor will not request the use of the individual properties' water or power during the course of its work; (3) Contractor will not access the work area through the front of the residences, unless otherwise directed by the City; (4) the yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work; (5) all individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work; and (6) Contractor will restore/ replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in the Project's specifications, 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 _______ HANOVER INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Three Hundred Eighty Nine Thousand Five Hundred Eighty Nine Dollars and 50/100 ($2,389,589.50) 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 Sancon Technologies, Inc. Page R-1 Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, orfails 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 , 28TIi_ day of AUGUST, 2019 20 SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, 1060 SANTA ANA, CA 92707 Address of Surety 0� , (�- -I _ Authorized Signature/Title Authorized Agen Signatu MICHAEL R. LANGAN, ATTORNEY IN FACT Print Name and Title Sancon Technologies, Inc. Page B-2 714-415-3808 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By. _ -;L- Aaron C. Harp hV City Attorney pA.. NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Sancon Technologies, Inc. Page B-3 Notary Acknowledgment A notary public or other officer completing this certificate verifies, only the identity of the individual whosigned the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF Los Angeles f On 2-0 — 20before me, �T6k*fd � (Add Notary Public, personally appeared Michael R. Langan , who proved to me on the basis of satisfacte.y evidence to be the person(t) whose nam is/#M subscribed to the within instrument and acknowledged to me that he/tdwe" executed the same in his/INWMW r authorized capacityQM), and that by his/*x~ signature($) 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 corre RICHARD A. AGUILAR Notary Public - California ■ WITNESS my h I and official se Los Angeles County r Commission p 2269986 My Comm, Expires Dec 6, 2022 Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ Individual ❑ Corporate Officer Titles) Title or Type of Document ❑ Partner(s) ❑ Limited ❑ General Number of Pages ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator Date of Document ❑ Other: Signer is representing: Nume Of Person(s) Or Entity(les) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for the Attorney -in -Fact. The Power -of Attorney to local representatives of the bonding company must also be attached. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY 11-118 Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing underlhe laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Michael R. Langan Of Michael Rushing Langan of Pasadena, CA each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single Instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it ads, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all otherwrilings obligatory in the nature thereof, with powerlo attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -tact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed bythe President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Companyto the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested bytwo Vice Presidents, this 230day of August, 2018. The He,meer Insura.e cempany Masachusetts aay Insuo-a�n Company dkizens Inwrance 7.10, of America John C. Roche, EVP andPlesident THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. yti On this 23r° day of August, 2018 before me came the above named Vice Presidents of Company and Citizens Insurance Company of America, to me personally known to be t the seals affixed to the preceding instrument are the corporate seals of The Hanover I Citizens Insurance Company of America, respectively and that the said corporate seal said instrument by the authority and direction of said Corporations. 0 J. MO lrorar A,eae n IN asaawe 4ayw The Rar erl surance Company Massachusetts Bay Insurance Company ca::e..s In:nrance r:nmwny of wme.r�a James H. KawierJv, Vice 14eudent The Hanover Insurance Company, Massachusetts Bay Insurance he individuals and off cars described herein, and acknowledged that nsurance Company, Massachusetts Bay Insurance Company and s and their signatures as officers were duly affixed and subscribed to Myl.. it CNpiry Polon My Cnnumsxion E.zOires Mash i, 20?2 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28th day of AUGUST 2019 CERTIFIED COPY - �ell1,, 4 / —, 1bM&M G. Martinea, Vicc flesiAent: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On September 3, 2019 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heleheAhey executed the same in his/4eF/ h4* authorized capacity(ies), and that by his/#aeF/theiF signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) C. VIZCARRA COMM. M2166941 Nogry PuW, . Calftnie it p.npe Count 19 Comm. es Oct. 30 7020 June 21, 2021 Sancon Technologies, lnc. Attn: Charles B. Parsons 5841 Engineer Drive Huntington Beach, CA 92649 Ion � ;vi� � i=Mier I!nv�• H.,�ro� ri 1-•.rvl�. Iii rnl.i'� r6.. Subject: Sewer & Storm Drain Systems Rehabilitation Project - C-7538-1 Dear Mr. Parsons: n=W� tlf .n lii In, On April 13, 2021 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 April 1.5, 2021, Reference No, 2021000254391, The Surety for the bond is Hanover Lnsurance Company and the bond number is 1069471. Enclosed is the Labor & Materials Payment Bond. Sincerely, „ Leilani I. Brown, MMC' City Clerk knclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 1069471 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for (1) distributing construction notices to affected residents; (2) construction surveying; (3) pre and post CCTV recording of sewer main and storm drain lines; (4) hydro -cleaning existing sewer main and storm drain lines; (5) constructing sewer point repair and storm drain point repair; (6) removing sewer cleanout (lamp hole) and constructing manhole; (7) grinding protruding lateral; (8) lining existing sewer main and existing Corrugated Metal Pipe (CMP); (9) re -opening existing service lateral; (10) plugging or bypassing existing sewers and storm drains as necessary for new work; (11) potholing and exposing existing storm drain lines and utilities; (12) trench excavating and replacing pipe sections; (13) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (14) grouting and filling voids within existing CMP; (15) installing storm drain inlet riser; and (16) all other incidental items to be completed in place required by the documents incorporated in Section 1 of this Contract (the "Project" or "Work"). WHEREAS, Contractor shall observe the following: (1) all contacts with the individual residents shall include a City representative; (2) Contractor will not request the use of the individual properties' water or power during the course of its work; (3) Contractor will not access the work area through the front of the residences, unless otherwise directed by the City; (4) the yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work; (5) all individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work; and (6) Contractor will restore/ replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in the Project's specifications, 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, HANOVER INSURANCE OMPANY 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 Three Hundred Eighty Nine Thousand Five Hundred Eighty Nine Dollars and 50/100 ($2,389,589.50) lawful money of the United States of America, said sum being Sancon Technologies, Inc. Page A-1 equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce 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 28TH day of AUGUST, 2019 —,20--. SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, #1060 SANTA ANA, CA 92707 Address of Surety 1 Authorized Signature/Title � �t Authorized AgentlSignature �\ MICHAEL R. LANGAN, ATTORNEY IN FACT Print Name and Title Sancon Technologies, Inc. Page A-2 714-415-3808 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: -------- ....- - Aaron C. Harp City Attorney r'{ NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Sanr on Technologies, Inc. Page A-3 Notary 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 LOS ANGELES On -7U, i (7 . 20_, before me,1\_ 1� G �d A[yuil)Q( , Notary Public, personally anpeared Michael R. Langan who proved to me on the basis of satisfactory evidence to be the person(39 whose name(s) is/ares subscribed to the within instrument and acknowledged to me that hem executed the same in his/tater>' 9tt authorized capacity(ii and that by hisARW~ signature(g) on the instrument the person(s), or the entity upon behalf of which the person(t) acted, executed the instrument. I certify under PENALTY OF PERJURY under the is true and corre RICHARD A. AGUILAR �y Notary Public - California Los Angeles Cowrty Commission M 1269986 -- My Comm. Expires Dec 6, 1021 Signature of Notary Public laws of the State of California that the foregoing paragraph WITNESS my har nd official seal OPTIONAL Though the information below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ Individual ❑ Corporate Officer ❑ Partner(s) ❑ Limited ❑ General ❑ Attorney -In -Fact Ei Trustee(s) ❑ Guardian/Conservator ❑ Other: Signer is representing: Name Of Person(s) Or Entity(les) Title or Type of Document — ------- Number of Pages Date of Document Signers) Other Than Named Above THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY I NI5 Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Michael R. Langan Of Michael Rushing Langan of Pasadena, CA each individually, if there be more than one named, as its true and lawful attorney($) -in -tact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, dndertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no auihorily to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the Un^ted States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized ano empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power io attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company or America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23ie day of August, 2018. The Hanover Insurance Company Massachusetts ea, fnsukanpe Company Citizens Insurance Company of America John C- Roche, EVP and Resident THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. the Nannvor Lrsnrao Company Massachnsottsbay JnInsora" Company Cnrianz Insurance Comparry of America lames H. Ka\vieclei, Vice Preaidere On this 23re day of August, 2018 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. OWN! J. MA INO , ,. ` • ,,, nr AaeaY.a„ I4,aey uia„c 1. s ,o. �sa,y vuniir _ hiy Cmwnn9rn, expircv hlnah r, ]@t I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Flower of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28th day of AUGUST 2019 r ,- CI?R'I'IFII,000PY 'nusMore (';.Martinez Vice Illmident el _1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On September 3, 2019 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons 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 heishe/they executed the same in his/ker/theif authorized capacity(ies), and that by his/Aer/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. C. VIICAI71(A�-�� COMM. N2166943 z Notary Public Cablomia o WITNESS my hand and official seal. = Oan9e Ceuoly - Canan. Fx irero�s OcL 30V20� Signature (Seal) Batch 9951762 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 3 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 1111111 IIII1111111111111111[111111111111IIIIIIIIIIIII[IfII 11111 NO FEE js R 0 0 1 2 7 2 9 z 1 4 s. 02100025439010:15 am 04115121 227 NCR2 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 Sancon Technologies, Inc., Huntington Beach, California, as Contractor, entered into a Contract on July 23, 2019. Said Contract set forth certain improvements, as follows: Sewer & Storm Drain Systems Rehabilitation Project - C-7538-1 Work on said Contract was completed, and was found to be acceptable on April 13. 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Hanover Insurance Company. J BY // Al, P I5u6IicfVorrsbi a for 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 &I'l /5--, Zoe/ at Newport Beach, California. BY ¢—City Clerk https://gs.secure-recording.com/Batch/Contirmation/9951762 04/15/2021 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 Sancon Technologies, Inc., Huntington Beach, California, as Contractor, entered into a Contract on July 23, 2019. Said Contract set forth certain improvements, as follows: Sewer & Storm Drain Systems Rehabilitation Project - C-7538-1 Work on said Contract was completed, and was found to be acceptable on April 13, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Hanover Insurance Company. BY / Public MrksbkoXtor 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 ,Ori/ /S, 202/ at Newport Beach, California. BY £ity Clerk C1,117 CIL.,. Ix CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 3rd day of July, 2019, at which time such bids shall be opened and read for SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 $3,000,000 Engineer's Estimate Approv by Mi h el J. Sinacori Acthfg City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/jportal/portal.cfm?CompanvlD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" and/or "C-34" If the contractor only possesses a "C-34" license, then all roadway and parkway repairs shall be performed by a contractor with an "A" license For further information, call Patrick Arciniega, Prosect Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca,Qov/government/open-transpare nt/onIine-services/bids-rfps- Vendor-registration City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER.....................................................................19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS................................................................. Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk ZPlanetBids in accordance with NOTICE INVITING BIDS: ISTRUCTIONS TO BIDDERS S�/ DDER'S BOND (Original copies must be submitted to the City Clerk's Office) ESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information ,9P be submitted via PlanetBids) ONTRACTOR'S INDUSTRIAL SAFETY RECORD !�d'FORMATION REQUIRED OF BIDDER LL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) ✓T CHNICAL ABILITY AND EXPERIENCE REFERENCES XCON-COLLUSION AFFIDAVIT �ZSIGNATION OF SURETIES OPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office, 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) 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 3 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. M The Contractar shall be responsible for insuring compliance with provisions of Section 1.777 5 bf the I ahnr;t nri :Anorpntireshio reauirements'and..86 t6on 4100 e# seq. of the.Public':Contraats 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 4 period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days, Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been r iew 17tip 55 & CI v, C la1 f crA�,�rY Contractor's License No. & Classification Authorized ignature/Title /000009975 DIIRRegistration �-Number & Expiration Date 7 - Bidder 42 l2 t-0 J2v1J Date City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 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 1111cN OF THE TOTAL. AMOUNT OF TIIr I3L1) iN----------Dollars ($ io%, OF 1111) ANIT.), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of SEWER & STORM DRAIN SYSTEMS REHABILITATION PROGRAM, Contract No. 7538-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 20TII day of •iI Nv, SANCON TECIINOLOGIES, INC. Name of Contractor (Principal) IIANOVER INSURAN("E CW\111ANY Name of Surety 5 III?'I"I`ON CI.N'PI+:12 1)12I\'1+7, #10(i0 SANTA ANA, CA 92707 Address of Surety 714-415-3808 Telephone . 2019. C1Authorized Signature/Title Autho zed Age t Signatu MICIIAEL R. LANGAN, ATTOR EY I\ FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) C: A notary Pic or other othoer oornpietini #w- mmeda verifies only the idea* of dee moiwuw who sued the doaareeref to WhWh this is aftactied, and not the M*&drmM Y, or Of that >L State Of caubmia cm*of Los Angeles _ .� l ll(�2- 2 �` � � .� ' befioce M NEVINE F. AYAD. NOTARY PUBLIC (xesett tsarne and We of the off) Pwwwly appeared Mkhad [L Limit - who proved to Me an Subsc Subscribed fie wiihir Wit# - evidenceth be the Person(s) whose isri� ear b the Md h ��ed the saute P 3. fee and heat by t ��} ore the MUMent the Y � buff ofwtuch the Person0k) to WmMareea Iis OF PERJURY under mer the bras of the Sb9he of CaMwnia Out the foregoing S� SS my hand and oseal. � NEVINE F. AYAD COMM. #2024775 m m Notary Public - CalH&;W LOS ANGELES COUNTY as MY S=. E!R. Oct. 24, 2020 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That -HE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing underthe laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Michael R. Langan Of Michael Rushing Langan of Pasadena, CA each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with powerto attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COM"ANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested bytwo Vice Presidents, this 23d day of August, 2018. The Hanover Insurance Company Massachusetts Bay Ins4ance Company Citizens Insurance Com any of America John C_ Roche, ENT and President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. The Hanover Insurance Company Massachusetts Bay Insurance Company Citizens Insurance¢ Company of America James H. Kaw,iecki, Vice President On this 23rd day of August, 2018 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. 01ANE J. MARINO NaaOOrtlMrfMl but �hrMYO��I Y/ ConwWrm f#r Mlgll ��9,.��U�1ra�h.uri,9' Diane ). ,`C1'"�o, Nc,ta.� PO!ic hty Co m.ssu,n Expires Mmvh 4,2(Q_' I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 20 th day of June 2019 CERTIFIED COPY -` Theodora G. Martinez, Wse i'rl sident � ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On July 3, 2019 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person( -B} whose name(s) is/are subscribed to the within instrument and acknowledged to me that hem executed the same in his/der/their authorized capacity(+--&), and that by his/4efi44e# 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. C. VIZCARRA COMM. #2166943 WITNESS my hand and official seal. � d; No Public CalilMnie c = b It Orange County a`ty y M Comm. Ex ares Oe1.30, 2020 Signature L , !/ (Seal) City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract, The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. r— q o r__.,"\ I�R-61 p Bidder Authorized Signature/Title W City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. AMP �,4NLopp �,�L'NNOG�G1/�S' , /tA) e . 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 ((/� n Project Name/Number p XN 4 9- MAln) & 411% Foy tAct mA (0,AN yoN Fb"L(-f,.L �'t ft G/AJES COP 111-2ol Project Description 0 P P $'� AND A N 2, y`0' Alvb MMNOof, /00100 f7(0NS Approximate Construction Dates: From all9 To: y //f Agency Name rry or` L/9goyA )36AW Contact Person 14,gr -49 VOtWS07J Telephone (JqJ q(oq - Co(a l5 Original Contract Amount $ 15q,833 Final Contract Amount $ /5y, F 65 If final amount is different from original, please explain (change orders, extra work, etc.) A! 1A 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. 10 No. 2 Project Name/Number FAtAOt�TT � 'YIA?-V 9kwF�- P-Et'c.ACkMrzA17 Project Description CI PP Is-- x 11g00 LF - Approximate Construction Dates: From ) y" I� To: Agency Name I ry U r- !2 Jh iz+D Contact Person INU`( NC^Q r. Telephone (4,31) 7SI(e —570(e Original Contract Amount $SITS Final Contract Amount $ 447Q., "780 If final amount is different from original, please explain (change orders, extra work, etc.) Cm/i6fy OpDc2S 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. Flo No.3 Project Name/Number D(� \j ��� (.a�NT,- �a m DR -Aft P-W4%9IL-1 #7,a, Project Description 01P -P C. 01 P Iq /' x I I 0 , 4 2 ' erm t x 11 27y Approximate Construction Dates: From It 118 To: Agency Name O -f or 1 0wutL9--r ^) Contact Person ' %AVt) 079-AFW Telephone (T11 -1 S$' " (0$S 3 Original Contract Amount $325 V2 -Final Contract Amount $ 9850695 . If final amount is different from original, please explain (change orders, extra work, etc.) 0#(ArJCbr%, O'P-Di4-S P-xo k.o«rz4 WCO. 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 11 No. 4r, Project Name/Number PY/7"lg 2 -&war-- biV1 )0t -P Project Description o f, g i �4 0-00 Approximate Construction Dates; From -7('?o IW- To: Agency Name atki v'r- l ULTUA] Contact Person Ags �- 0 Telephone(") 3`70-5551 Original Contract Amount $74q,45 Final Contract Amount $ 7U',5dg •'75 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name/NumberNuym Iooci & iiwtiff h�Pv-C}'qkMor/ F ?L Project Description Ci! P� g SAN p 16 X 10106 0 Approximate Construction Dates: From To: Agency Name Co�V(i Bfa(/� W A761L- �k PA�in?F<n17 Contact Person JhNNq NUfi/frq Telephone (lyo2) 15-76 "290 Original Contract Amount Final Contract Amount $!�-5°l S� a If final amount is different from original, please explain (change orders, extra work, etc.) ('- -FAN 0 a� v R -O R R -S 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. If o 12 No. G Project Name/Number�o�t►� ��L O eQf+ Pr lOC Lh tiRrg�L� r�F7w h1 Umrr�Cf! 0 • gl �' Project Description Cl P+7 m Approximate Construction Dates: From T Agency Name 6-u or- A)rwPoy-r Ie"cl-/ Contact Person JCIt-ro9_yNT%_ Coo Telephone_q��l�fq re�iq- 331( Original Contract Amount $6?4jq'75_ Final Contract Amount $ (aQ-7j $ 3T If final amount is different from original, please explain (change orders, extra work, etc.) C FfptN U (L CT7�0 i.�Q 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. O 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. l F RAS �iN>�uGo�itS, JirC. f ��SI T Bidder Authorized Signature/Title 13 SANCON TECHNOLOGIES, INC RYAN HELMUTH - PROJECT MANAGER EDUCATION: B.S. CONSTRUCTION MANAGEMENT, CAL POLYTECHNIC STATE UNIVERSITY, SLO EXPERIENCE: Ryan has worked in the sewer rehabilitation field for the past 11 years and has been employed by Sancon since 2010. He is responsible for Sancon's Manhole Rehabilitation work and pipeline rehabilitation projects. He has been a project manager on many projects during his employment with Sancon such as: Old Town Sewer Lining Project — City of Seal Beach CIPP of 6", 8", 10" and 12" and Rehabilitation of 120 Manholes Original Project Value: $1,654,536 Project Contact: David Spitz 714-465-0255 Storm Drain Rehabilitation Project 2012 — City of Rancho Palos Verdes CIPP Lining of 12", 18"1 21", 24", 30", 36"1 42", 48", and 54" storm drains totaling approximately 6,900LF Project Value: $1,247,604 Project Contact: Andy Winje 310-544-5249 Anaheim St Trunk Sewer Rehabilitation — Los Angeles County Sanitation District CIPP 30" x 1,300' Project Value: $462,100 Project Contact: Julio Fernandez — 951-833-2210 Rehabilitation of Clarifier No. 2 — Inland Empire Utilities Agency Rehabilitation of a 120' diameter secondary clarifier including concrete rehabilitation and equipment replacement Original Project Value: $661,600 Project Contact: Matt Poekse — 909-573-6188 Easy and Royal Street Trunk Sewer Rehabilitation Projects — City of Simi Valley Installation of 10", 12", 20"1 36" and 39" CIPP (Totaling approx. 3,700') Project Value: $455,613 Project Contact: Steve Radalch (Charles King Company) — 562-426-2974 Rose Canyon and Barnett Structures Rehabilitation — City of San Diego Rehabilitation of (2) Structures over 102" live flow sewers Project Value: $280,000 Project Contact: Khader Safi (PAL Engineering) — 858-752-4901 Marina del Rey MH Rehab Project Ph. 3 — Los Angeles County Dept. of Public Works Rehabilitation of 75 manholes utilizing the Polytriplex Lining System Project Value: $551,092 Project Contact: Paul Kaiser — 626-482-8417 SPECIAL TRAINING/ CONTINUING EDUCATION AND CERTIFICATIONS: • OSHA 30 Hour Certified, Confined Space Training • SSPC - Plural Component Application for Polyurethanes and Hi Solid Coatings • NASSCO — ITCP — Manhole Rehabilitation • BMP's SANCON TECHNOLOGIES SANCON TECHNOLOGIES, INC. GENERAL ENGINEERING CONTRACTOR Tel: (714) 891-2323 STATE CONTRACTORS LICENSE #774055 Class "A" Fax: (714) 891-2524 Superintendent Professional Experience Resulne John Mitzner Sancon Technologies, Inc. 5841 Engineer Dr. Huntington Beach, CA 92649 Mr. Mitzner has been employed by Sancon since 2005. He has had increasing responsibilities since his hire date and has been a job foreman on countless pipe lining projects using all of our technologies. John is now our company superintendent overseeing all of our field operations. A few of projects that Mr. Mitzner has been Foreman on are as follows: Balboa Trunk Sewer Rehabilitation Project Orange County Sanitation District 12,000' of 15" — 24" Sancon CIDP Back Bay Sewer Relining Project Orange County Sanitation District 3,000 Feet of 24" Sancon CIPP 20002001 Sewer Rehabilitation City of Buena Park 4,000 Feet of 10" AM -Liner (Folded & Form PVC) La Mirada Trunk Sewer La County Sanitation Districts 325 Feet of 24" Sancon CIDP 725 Feet of 18" Sancon CIPP Downtown Sewer Rehabilitation Project City of Huntington Beach 30,000+ LF of pipe lining including Fold & Form PVC + CIPP Liners Certifications: Traffic Control 40 Hour Osha 30 Hour Confined Space Rescue Class A driver NASSCO PACP / MACP certified 5841 Engineer Drive Huntington Beach, CA 92649 City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County/nof 9ArJJ0r ) Noc.K 1"A96v/4- bein first duly sworn, deposes and says that he or she is 9-(-A10f rm.,-Tr of 1�NLON T�-�NntO60&arLS, /N(. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the Statg of Cala that the foregoing is true and correct �Jwnl (Fc�itlOLO�i/� �L /O(�Ksra>*n1T s/ Bidder Au orized Signature/Title Subscribed and sworn to (or affirmed) before me on this=day of on►L , 2019 by C 1 1 Z �� /l i/r�a`�� w proved to me on the basis of satisfactory evidence to be the persoWwfio 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. e i C. w1FAig Notary Publ COMM. 02166443 Notary Public • Calitornb [SEAL] Orange County M Comm. Expires Ott 30 2P211 My Commission Expires: 1013e:2e; 14 City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 DESIGNATION OF SURETIES Bidder's name s "co r4 -rIrCtfWGc.Der f r.S { LAIC - 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): L-A iJ 6 A rJ &ry as A JE LAni(oAtJ MO U0 • COLO"60 1�-W b , i?, S A b j; -N A- CA 9110 5 COU,; 3)W- 4$42- R:>oiQaSChw 1 cZOmAi'-•Com �4 4,1� A,,. G4 q2-20? W- Vl5- MOF 15 City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name , 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. 16 Current Record Record Record Record Record Year of for for for for for Record 2018 2017 2016 2015 2014 Total 2019 No. of contracts Total dollar Amount of Contracts (in to!t,Ci �;60 Thousands of $ No. of fatalities No. of lost Workday Cases t No. of lost workday cases involving permanent transfer to d( �J 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. 16 Legal Business Name of Bidder S�Ar-)(-O 1 -TfLc.►+111-3oOOC1►kS ,IN U . Business Address: Sgyj f-:rj61rraKr- DQ. fly,-mNc,17oA (3v AGO CA C1 z4a? Business Tel. No.: 014 W11 - 2323 State Contractor's License No. and Classification: 17go,5 5' ,4 , C1() d 3 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 bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On July 3, 2019 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons and Gary Drew who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that tae/they executed the same in /their authorized capacity(ies), and that by 4Whw/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. c. vitcwRu COMM. 02166943 WITNESS my hand and official seal.eage Netery P • cetBorna 0s0e County MY Comm. Er aes Oct. 30 2020 /�� 1 Signature t t , ; (Seal) CERTIFICATE OF CORPORATE RESOLUTION The undersigned President of Sancon Technologies, Inc. (the Corporation) hereby certifies that the following resolution was duly adopted by the board of directors of the Corporation on July 20, 2015, and that such resolution has not been modified or rescinded as of the date hereof: RESOLVED, that the officers of said Corporation are as follows: Chuck Parsons, President Gary Drew, Vice President IN ATTENDANCE were Chuck Parsons as President, and Gary Drew as Vice President. RESOLVED, that Chuck Parsons as President, and Gary Drew as Vice President are authorized to individually sign contracts on behalf of Sancon Technologies, Inc. IN WITNESS WHEREOF, I have affixed my name as President and have caused the corporate seal of said corporation to be hereunto affixed, this 20th day of July, 2015. Chuc arsons, President Gary Dre, ice President City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Smccyr� T�cRAOt ocjm S J#Nc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. DateReceived ig l / 2- 18 City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 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: ��11 Name of individual Contractor, Company or Corporation: Business Address: '544( vr- PNTf1J4i7v-J 11004 Q-Ok 612-441 Telephone and Fax Number: 6rk���{- 232✓ fAX Caw) 8C1) 'z'52'{ California State Contractor's License No. and Class: T7goS 5 A ,. CI0 4 C 3 t (REQUIRED AT TIME OF AWARD) Original Date Issued: 12-/Iq 11qq4 Expiration Date: t 3 ! ! 20 ZO 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: �lAn1 0)+Lrny'fH I ZTP-o,�feT M AQA0) F.�. 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 C60� PnAO-,,�sVLW ) D F"L,.rr�4U I l"z Nlnrn+r�E 2 17�- [4,J TI PA, -r- i iJ r -4e(4 CA cl uoo q R rzv lei. r w O ttr, 9c-1 Corporation organized under the laws of the State of 19 row_ -2.31-- SG v TVA Dwi.v ej4 C -q24� 1 -710� Ger - 96(Q-7 NU Fv" 1,4 19 A- The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: 1Z All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: / �HNG�-T1�C�I NOLO Gr1�S � (NG . 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; 1414 Briefly summarize the parties' claims and defenses; N Havey ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. WA 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 20 Are any claims or actions unresolved or outstanding? Yes /6 If yes to any of the above, explain. (Attach additional sheets, if necessary) /V/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. ' A+ 004 ��-ct�n�or-OG►r�S (h►� Bidder ON(* ? tgSONS (Print name of Owner or President of Corpor /Company) ,70,r Authorized Signature/Title �RF&Q rpEW'r Title l 2� �ZaJ Gj Date On 713 //T before me, . V; Z-,rru , Notary Public, personally appeared Gz u clG f��ScFYt who proved to me on the basis of satisfactory evidence to be the person,014 whose nam*) is/am subscribed to the within instrument and acknowledged to me that hehshiMl1 xecuted the same in his/ ' _authorized capacity(¢es), and that by his/herltheir signature(t)-on the instrument the person(4_or the entity upon behalf of which the person,(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary PubU in and for said State My Commission Expires: 21 (SEAL) C WCARRA COMM A2166943 z Notary Public • Caldornie O Onnpt County MENComm. ' Od 70 BOARD OF PUBLIC WORKS MEMBERS KEVIN JAMES PRESIDENT MONICA RODRIGUEZ VICE PRESIDENT HEATHER MARIE REPENNING PRESIDENT PRO TEMPORE MICHAEL R. DAVIS COMMISSIONER JOEL F. JACINTO COMMISSIONER FERNANDO CAMPOS EXECUTIVE OFFICER Ryan Helmuth Sancon Engineering 5841 Engineer Drive Huntington Beach, CA 92649 CITY OF LOS ANGELES CALIFORNIA March 2, 2016 SUBJECT: APPROVAL "SANCON CIPP" Dear Mr. Helmuth: DEPARTMENT OF PUBLIG WORKS BUREAU OF ENGINEERING GARY LEE MOORE, PE, ENV SP CITY ENGINEER 1149 S. BROADWAY, SUITE 700 LOS ANGELES, CA 90 01 5-221 3 http:ifeng.lacity.org This is to inform you that the "Sancon CIPP" lining system using Interplastics CORVE 8190 vinylester resin is approved for use in the City of Los Angeles public right-of-way. This approval is based on the Bureau of Engineering CIPP Approval Policy dated July 1, 2011: "Resin saturated felt CIPP products that are made from a resin that has successfully passed the pickle jar test will not be required to undergo additional pickle jar testing, provided the felt meets the specifications of ASTM D 5893, ASTM F 1296 and ASTM F1743."CORVE 8190 has successfully passed the "pickle jar" test in the past and we have received the infrared scan of this resin from you. The previous approval of Sancon CIPP using Chemtron B-9220 resin will be removed from the City's approved products database and other city design documents. The approval of Sancon CIPP is contingent upon the resin not changing and the felt continuing to meet ASTM requirements. The following properties must be attained in the field: Sancon CIPP Resin: Interplastics CORVE 8190 vinylester Felt: Applied Felts polyester Minimum Initial Flexural Modulus: 250,000 psi Minimum Initial Tensile Strength: 3, 000 psi Minimum long term (50 -year) Flexural Modulus: 100, 000 psi This approval will expire on March 2, 2020. You may apply for a four year extension of this approval 60 days before it expires. If you have any questions, please contact Mr. Kent W. Welling at 213-485-4505 or Mr. Edward Arrington at 213-485-1694. Sincereiy Samara Ali -Ahmad, P.E. Engineer of Design Wastewater Conveyance Engineering Division Bureau of Engineering AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER R-jd&a"madak--)--ddw-en. to CIPP CORPORATION 515 FIFTH STREET — PO BOX 398 — HUDSON, IA 50643 Phone: 319-988-4573 Toll Free: 1-888-485-2477 Fax: 319-988-3506 March 20, 2015 To Whom It May Concern: This letter certifies that Sancon Technologies of Huntington Beach, CA is a licensed and trained installer of the C.I.P.P. Corporation method of cured in place pipelining. Both the rehabilitation manufacturing and installation processes shall operate under a quality management system which is a third -party certified to ISO 9000 or other recognized third -party certified organization standards. CIPP Corporation provides CIPP materials and technology for its member contractors in the CIPP Industry. All products are manufactured in the USA. Signed by: Steve Gearhart, Chairman C.I.P.P. Corporation August 5"' 2011 Performance Pipeline Technologies 5901 Warner Ave. # 482 Huntington Beach, CA 92649 CERTIFICATE OF INSTALLER To Whom It May Concern: Phis certificate verifies that Performance Pipeline Technologies, has received all necessary training for the preparation and instalation procedures for Cosmic UV Curing Systems. This includes — Lining, Short liner spot repairs and Tophats. I('there are any questions, please contact Chris Scarratt at the information listed below. Sincerely, Chris Scarratt Cosmic Agent COO Cosmic Engineering Gmbl-I C OSilliC (: nl,incerin;y Tel.: 42.4 i�518-98'72 I{ •;b4;;iL tophatell risc)gmail.coirt " Homepage: www'Cosmic.at CIPP Corporation Pipe Wall Thickness Design ASTM F1216.09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October% 2001, PEC Inc., Helena, Montana Updated 2-24-2016 rip PROJECT: Newport Beach - 6" D = Mean Inside Diameter of Orginal Pipe (in) = 1000 psi for soil meeting conditions in this table Sal Class I % Compaction inches H= Height of soil above 1� of pipe 85% feel W= Soil Density FA2,01A lb/ft' H„ = Height of water above lap of pipe feel A= Percent ovality of orglnal pipe A EL = Long term modulus of elasticity for CIPP psi aL Long Term Flexural Strength = n2. psi E's = modulus of soil reaction pst N = Safety Factor Rw Water Bouyency Factor (0.67 min.) 1-0.33 (HdH) 0.769 Dead Load I%) = W H R„ 1144 Dead Load (Wd) = 6.41 psi Groundwater Load (Ww)=Hw(62,4/144) Groundwater Load (Ww) = 3.03 psi PAGE 1 OF 2 50% of short term modulus Live Load Transferred Highway H2O 1000 psi for soil meeting conditions in this table Sal Class I % Compaction SCI Dumped SC2 85% SCS 90% SC4 95% Live Load (WI) Enter From Table Wi Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 _.._------- Live __.Live Load (WI)= 0.00 psi q, = Total External Pressure on Pipe = (WQ+Ww+WI) = 9.44 psi Thickness Required for Buckling Pressure (ASTM F1216.09 EQ X1.3) q, _ (1/N)[32R„B'E',C(EP3))t'm 9.44 psi I = Moment of Inertia of CIPP = 0112 B. = Coefficient of elastic support = Vill+(4)(e^(-.065H))) = 0.324 C = Ovailty reduction factor = ((1-A/100y(1+A/100)ZI' 0.836 t= Pipe wall thickness = (0.721)(0)((q,N)21(R )(B')(E's)(EJ(C))t'ol of Cover Iftl Live Load Transferred Highway H2O to Pipe (IbWin21 Railway E80 j Airport INSHeight 1 rte■■o�■■�� ®oo�o EQ. X1.3 Minimum Wall Thickness (t) = 0.09 Inches or 2.2 mm Recommended Wall Thickness (t) = 0.18 Inches or 4.5 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216-09 EQ X1.4) E = Initial modulus of elasticity (2X long term E j = 400,000 DR = Dimension Ratio = Dlt 33.9 E/12(DR)3t .093 irribs 0.868 (okay if greater than 0.093) EQ. X1.4 Partially Deteriorated Pipe Condition Check (ASTM 1216-09 EQ X1.1) P. Groundwater load= (2KELC/(1-v2)(DR-1)3N EQ, X1.6 DR= 12(K)(EL)(C)/((Pw)(N)(1-v)))"n)+1 oL Long Tenn Flexural Strength = 2,250 psi Pw= 62.4(Hw+D/12)1144 3.25 psi K = Sol and existing pipe enhancement factor 7.00 v = Poisson's Ratio 0.3 DR= 74.4 Minimum Wall Thickness 0.09 inches or 2.0 mm Minimum Pipe Wall Thickness for Ovality (ASTM 1219.09 EQ X1.2) (1.SA/100)(1+A/100)(DRf - 0.5(1+A/100)(DR)-(aL)/(Pw)(N)= 0 EQ. X1.2 Solution of the Quadratic Equation for DR D R=-b±SQRT(b"2Aac)/2a a= (1.5000)(1+A/100) = 0.0306 b= 0.6(1+N100) 0.6100 c= (oL)$Pw)(N) -346.2 Maximum OR (ovallty) _ Min. Wall Thickness (ovality) = Minimum Wall Thickness (t) Recommended Wall Thickness (t)- 98.4 0.06 Inches 0.09 inches 0.18 inches or 1.5 mm 2.z mm 4.61 mm PAGE 2 OF 2 CIPP Corporation Pipe Wall Thickness Design ASTM F1216-09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016 rip PROJECT: Newport Beach - 8" D = Mean Inside Diameter of Orginal Pipe (in) =IA2.0% 1000 psi for soil meeting conditions in this table Soil Class % Compaction inches H= Height of soil above lop of pipe 65°% feet W = Soil Density 95% lb/ft' Hw = Height of water above top of pipe feet A = Percent ovality of orginal pipe °% EL = Long term modulus of elasticity for CIPP psi UL Lang Term Flexural Strength = n2. psi E's = modulus of soil reaction psi N = Safety Factor Rw Water Bouyancy Factor (0.67 min.) 1-0,33 (WH) 0.769 Dead Load (Wd) = W H R„/144 Dead Load (Wd) - 6,41 psi Groundwater Load (W) = H462.411") Groundwater Load (W„) = 3.03 psi Live Load (WI) Enter From Table Wi Live Load (HWY = 2, RR = 3, AIRPT= 4) 2 Live Load (WI) = 0.00 psi qr = Total External Pressure on Pipe = (Wd+W„.+WI)= 9.44 psi Thickness Required for Buckling Pressure qI= (1!N)(32R„e'E',C(EPl)<tni I = Momeni of Inertia of CIPP =1'112 B' = Coefficient of elastic support C = Ovality reduction factor = Go)/(,+xll00)213 t = Pipe wall thickness = (0.721)(D)I(%NM I(R.)(B')(E'.)(EL)(C)1`rcl PAGE 1 OF 2 50% of short term modulus 1000 psi for soil meeting conditions in this table Soil Class % Compaction SC1 Dumped SC2 65°% SC3 90% SCA 95% (ASTM F1216-09 EQ X1.3) 9.44 psi EQ. X1,3 0.324 0.836 Minimum Wall Thickness (t) = 0.12 Inches or 3 mm Recommended Wall Thickness (t) = 0.18 Inches or 4.6 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216-09 EQ X1,4) E = Initial modulus of elasticity (2X long term EL) = 400,000 DR = Dimension Ratio = Dlt 45,2 E/12(DR)3 >_ .093 in -lbs 0.362 (okay if greater than 0.093) EQ. X1.4 PAGE 2 OF 2 Partially Deteriorated Pipe Condition Check (ASTM 1216-09 EQ X1.1) Pw= Groundwater load= (2KELC/(1-v2)(DR -1)3N EQ. X1.5 DR=(2(K)(Eil(C)f((Pw)(N)(1-vZ)11(m)+1 oL Long Term Flexural Strength = 2.250 psi P„= 62A(Nw+D/12)/144 3.32 psi K= Soil and existing pipe enhancement factor 7,00 V = Poisson's Ratio 0.3 OR= 73.9 Minimum Wall Thickness 0.11 inches or 2.8 mm Minimum Pipe Wail Thickness for Ovality (ASTM 1216.09 EQ X1.2) (1.5000)(1+A1100)(DR)' - 0.5(1+N100)(DR)-(aL)1(Pw)(N)= 0 EQ. X1.2 Solution of the Quadratic Equation for DR DR=-btSQ RT(b^2Aac)/2a a= (1.5A/100)(1+000) = 0.0306 b= 0.5(1+AN00) 0.5100 c= (ai)/(PO N) -338.6 Maximum DR (ovality) = 97.2 Min. Wail Thickness (ovality) 0.08 inches or 2 mm Minimum Wall Thickness (Q= 0.12 Inches 3.0 mm Recommended Wall Thickness (t) = 0.16 inches F 4.5 mm CIPP Corporation Pipe Wall Thickness Design ASTM F1216.09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016dp PROJECT: Newport Beach - 10" D = Mean Inside Diameter of Orginal Pipe (in) =IA2.0% 1000 psi for soil meeting conditions in this table Sol[ Class I % Compaction Inches H = Height of soil above 122 of pipe 85% feet W = Soil Density 95% lb/ft' H,., = Height of water above l� of pipe 16.67 feet A = Percent ovailty of orginal pipe 15.63 % EL = Long termmodulus of elasticity for CIPP 200,000 psi GL Long Tenn Flexural Strength = 2,250 psi E's = modulus of soil reaction 11-001 psi N = Safety Factor 2.0 R;„ Water Bouyancy Factor (0.67 min.) 0 4.17 1-0.33 (H„1H) 0.769 Dead Load (Wd) = W H FV144 Dead Load (Wd) = 5.41 psi Groundwater Load (W„) = H„(62.41144) Groundwater Load (W.)= 3.03 psi Live Load (Wi) Enter From Table Wi Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load (Wj) = 0.00 psi qr=Total External Pressure on Pipe= (Wd+W„+Wt)= 9.44 psi Thickness Required for Buckling Pressure qr= (i1N)(32R B'E',C(EJD')f'r4 I = Moment of Inertia of CIPP = 0/12 B'= Coefficient of elastic support =141+(4)(e"( -.065H))) = C = Ovality reduction factor = ill -All 0o)1(1+a1100f)' t= Pipe wall thickness = (0.721)(D)((q.N)Zf (Rw)(B')(E'.)(E,)(C))I,rl Minimum Wail Thickness (t)= Recommended Wall Thickness (t)= PAGE 1 OF 2 50% of short term modulus 5.56 1000 psi for soil meeting conditions in this table Sol[ Class I % Compaction SCf Dumped SC2 85% SC3 90% SC4 95% '+ri SIMMS Height of Cover L) ' Live Load Transferred to Pipe, (lbsrm2l Highway H2O Railway EGO 3 Airport -' 2 5.56 26.39 13.14 3 4.17 23.61 12.28 4 2.78 18.40 11.27 5 1.74 16.67 10.09 6 1.39 15.63 8.79 7 1.22 12.15 7.85 8 0.69 11.11 6.93 10 0 7.64 1 6.09 12 0 5.56 4.76 14 0 4.17 3.06 16 0 3,47 2.29 i8 0 2.76 1.91 20 0 2.08 1.53 22 0 1.91 1.14 24 0 1.74 1.05 26 0 1.39 0 28 0 1.04 0 30 0 0.69 0 35 0 0 0 40 0 0 0 (ASTM F121"9 EQ X1.3) 9.44 psi EQ. X1.3 0.324 0.836 0.18 inches or 3.7 mm 0.18 Inches or 4.5 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216-09 EQ X1.4) E = Initial modulus of elasticity (2X long term EL) = 400,000 DR= Dimension Ratio = DA 56.4 E112(DR) z.093 in -lbs 0,186 (okay if greater than 0.093) EQ. XIIA - 26- ) %. l i - i PAGE 2 OF 2 Partially Deteriorated Pipe Condition Check (ASTM 1216.09 EQ X1.11) P,= Groundwater load= (2KELC/(1-v2)(DR-1)3N EQ. X1.5 DR=12(K)(Ei)(CY((Pw)(N)(1-'2)))i,ni+1 or Long Term Flexural Strength = 2,250 psi Pw 62.1ft+D/12)/144 3.39 psi K = Soil and existing pipe enhancement factor 7.00 V = Poisson's Ratio 0.3 DR- 73.4 Minimum Wall Thickness 0.14 Inches or 3.5 mm Minimum Pipe Wail Thickness for Ovality (ASTM 1216-09 EQ X1.2) (1.5D/100)(1+61100)(DR)2 - 0.5(1+d/100)(DR)-(oiY(Pj(N)= 0 EQ, X1.2 Solution of the Quadratic Equation for DR DR=-biSQRT(b12Aac)12a a = (1.56/100)(1+61100) = 0.0306 b= 0.5(1+A/100) 0.5100 C= (oj/(P„,)(N) -331.4 Maximum DR (ovality) = 96.1 Min. Wall Thickness (ovality) = 0.10 inches or 2.6 mm Minimum Wall Thickness (t) = 0,15 inches 3.7 mm Recommended Wall Thickness (t) = 0.18 inches 4.51 mm CIPP Corporation Pipe Wall Thickness Design ASTM F1216-09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016 rip PROJECT: Newport Beach - 15" D = Mean Inside Diameter of Orginal Pipe (in) = 15.0 inches H = Height of soil above too of pipe 10.0 feet W - Soil Density 120 Ib/ft3 H,., = Height of water above fol of pipe 7.0 feel A = Percent ovality of orginal pipe 2.0% °� EL = Long term modulus of elasticity for CIPP psi ai Long Term Flexural Strength = 112-0 psi E's = modulus of soil reaction psi N = Safely Factor R„ Water Bouyancy Factor (0.67 min.) 1-0.33 (H,M) 0.769 Dead Load (Wd) = W H R„1144 Dead Load (Wd) = 6.41 psi Groundwater Load (W„,)=Hw(62.41144) Groundwater Lead (W.)= 3.03 psi Live Load (Wr) Enter From Table w, Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load ^1= 0.00 psi q, = Total External Pressure on Pipe = (Wd+Ww+W,)= 0.44 psi Thickness Required for Buckling Pressure (h (1/N)(32R B'E,.C(E„fDs))um I = Moment of inertia of CIPP = t3112 B' = Coefficient of elastic support = 141+(4)(e"( -.065H))) = C = Ovelily reduction factor = I(1-a1100)/(1+A(10o)e)3 I = Pipe wall thickness = (0.721 XD)((%N� / (Rw)(B')(E'.)(E0(C))"0' PAGE 1 OF 2 50% of short term modulus 1000 psi for soil meeting conditions in this table Soil Class I % Compaction co' SCt Dumped SC2 85% SC3 90% SC4 95% (ASTM F121"9 EQ X1,3) 9.44 psi EQ. X1.3 0.324 0.636 Minimum Wall Thickness (t) = 0.22 inches or 5.6 mm Recommended Wall Thickness (t) = 0.24 Inches or 6.0 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216.09 EQ X1.4) E = Initial modulus of elasticity (2X long term E�) = 400,000 DR= Dimension Ratio = DIt 63.5 E/12(DR)3;.,.093 in -lbs 0.130 (okay if greater than 0.093) EQ. X1.4 '. _� !'RI 40173 -41,0 y co' .r PAGE 2OF2 Partially Deteriorated Pipe Condition Check (ASTM 1216-09 EQ X1.1) Pw= Groundwater load= (2KELC/(1-v2)(DR-1)3N EQ. X1.5 DR = (2(KXEL)(CY((Pw)(N)(1-`2))I")r 1 ci Long Term Flexural Strength = 2.250 psi Pw= 62.4(Hw+D/12)/144 3.56 psi K= Soil and existing pipe enhancement factor 7.00 v= Poisson's Ratio 0.3 DR= 72.1 Minimum Wail Thickness 0.21 Inches or 6.3 mm Minimum Pipe Wall Thickness for Ovality (ASTM 1216-09 EQ X1.2) (1.5A/100)(1+A/100)(DR) -0.5(1+A/100)(DR)-(ai)/(Pw)(N)= 0 EQ. X1.2 Solution of the Quadratic Equation for DR DR=-b±SQRT(b^2Aac)/2 a s= (1.5A/100)(1+0/100) = 11.0306 b= 0.5(1+a/100) 0.5100 c= (OLY(Pw)(N) -314.7 Maximum DR (ovality) = Min. Wall Thickness (ovality) = Minimum Wail Thickness (t) = 93.4 0.16 Inches 0.22 Inches or 4.1 mm 6.6 mm Recommended Wall Thickness (t) = 0.24 inches 6.0 mm CIPP Corporation Pipe Wall Thickness Design ASTM F1218.09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016 r)p PROJECT: Newport Beach -18" D = Mean Inside Diameter of Orginal Pipe (in) =A2�0%% 1000 psi for sail meeting conditions In this table Soil Class I % Compaction Sc1 inches H= Height of soil above fop of pipe SC3 90°% feet W= Soil Density Iblft3 H„. = Height ofwater above 1� of pipe feet A= Percent ovalily of orgmal pipe EL = Long term modulus of elasticity for CIPP 200,000 psi UL Long Term Flexural Strength = 2,250 psi E's = modulus of soil reaction 1000 psi N = Safely Factor 2.0 R„ Water Bouyancy Factor (0.67 min.) 1-0.33 (Hs1H) 0.769 Dead Load (Wd) = W H Re/144 Dead Load I%) = 6.41 psi Groundwater Load (W„.)=Hw(62.4f144) Groundwater Load (W„) = 3.03 psi Live Load (WI) Enter From Table WI Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load (WI) = 0.00 psi cit =Total Extemal Pressure on Pipe= (00W„+W4= 9.44 psi PAGE 1 OF 2 50% of short term modulus 1000 psi for sail meeting conditions In this table Soil Class I % Compaction Sc1 Dumped SC2 85% SC3 90°% SC4 95% Thickness Required for Buckling Pressure (ASTM F1216-09 EQ X1,3) q,= (1/N)[32RwB'e.C(EjD3))itrzi 9.44 psi EQ. X1.3 1= Moment of Inertia of CIPP = ?/12 B'= Coefficient of elastic support = 11(1+(4)(0(-.085H))] = 0.324 C = Ovalily reduction factor = [(1-G/100)/(1+e1100)2)1 0.836 t = Pipe wall thickness = (0.721)(13)[(q,N) /(Rj(13')(E'.)(EL)(C)lprn Minimum Wall Thickness (t) = 0.27 inches or 6.7 mm Recommended Wall Thickness (t) = 0.30 inches or 7.5 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216.09 EQ X1.4) E = Initial modulus of elasticity (2X long term Er) = 400,000 DR= Dimension Ratio = D/t 61.0 E112(DR)' a .093 in -lbs 0.147 (okay If greater than 0.093) EQ. X1.4 r F Partially Deteriorated Pipe Condition Check Pw= Groundwater load= (2KELC/(1-v2)(OR-1)3N DR= [2(K)(EL)(C)/((PwXN)(1-`2))I"13/+1 a, Long Term Flexural Strength = P„= 62.4(HN+D/12)/144 K = Soil and existing pipe enhancement factor V = Polsson's Ratio DR = Minimum Wall Thickness Minimum Pipe Wall Thickness for Ovallty (1.6A/10O)(1+p/100)(DR)' - 0.5(1+d/100)(DR)-(aL)/(PK)(N)= 0 Solution of the Quadratic Equation for DR DR=-biSQRT(b12.4ac)/2a a= (1.5000)(1+000) _ b= 0.5(1+A/100) Maximum DR (ovality) Min. Wall Thickness (ovailly) = (ASTM 1216-09 EQ X1.1) EQ. X1.5 2,250 psi 3.66 psi 7.00 0.3 71.4 0.26 Inches or 6.4 mm (ASTM 1216-09 EQ X1.2) 0.0306 0.5100 -305.4 EQ. X1.2 01.9 0.20 inches or 6.1 mm Minimum Wall Thickness (t) = 0.26 Inches Recommended Wall Thickness (t) = 0.30 inches 6.1 Tnm 7.5 mm PAGE 2 OF 2 CIPP Corporation Pipe Wall Thickness Design ASTM F1216.09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copydght October 3, 2001, PEC Inc„ Helena, Montana Updated 2-24-2016 rip PROJECT: Newport Beach - 24" D = Mean Inside Diameter of Orginal Pipe (in) =A2.0% 1000 psi for soil meeting conditions in this table Soil Class % Compaction inches H= Height of soil above t� of pipe 85% feel W = Sol] Density 95% lb/ft' Hw = Height of water above M of pipe feet A = Percent ovegly of orginal pipe % EL = Long term modulus of elasticity for CIPP psi CIL Long Term Flexural Strength 112.0 psi E's = modulus of soil reaction psi N = Safety Factor Rw Water Bouyancy Factor (0.67 min.) 1-0,33 (Hy,/H) 0.769 Dead Load (Wu) = W H 81144 Dead Load (Wj= 6.41 psi Groundwater Load (W j = Hw(62 41144) Groundwater Load (W„.) = 3.03 psi Live Load (W,) Enter From Table Wr Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load (W.) = 0.00 psi q, = Total External Pressure on Pipe = (Wa+v.+Wd= 9,44 psi PAGE 1 OF 2 50°/0 of short term modulus (ASTM F1216.09 ECI XI.3) 1000 psi for soil meeting conditions in this table Soil Class % Compaction SCI Dumped SC2 85% SC3 90% SC4 95% Thickness Required for Buckling Pressure (ASTM F1216.09 ECI XI.3) q, _ (11N)(32R,.,8'E'sC(Ei/D3))t12j 9.44 psi Eq. XI.3 I = Moment of inertia of CIPP = 0112 B. = Coefficient of elastic support = 1111+(4)(e1( -.065H))) = 0.324 C = Ovaiity reduction factor =[(1-n11Do)r(I+&,100)2)' 0.836 t= Pipe wall thickness="'-/7�-�,/,)' (0.721)(D)1(q,N)21(Rv)(B')(E'o)(EL)(C))rv3t tZ Minimum Wall Thickness (t) = 0,35 inches or 9 mm Recommended Wall Thickness (t) = 0435 inches or 9,0 mm r f` Cl' _ 1 ' Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1218-09 EQ Xi4) .wA" E = Initial modulus of elasticity (2X long term EL) = 400,000 DR = Dimension Ratio = Dlt 67.7 Ell 2(DR)3 a .093 in -lbs 0.107 (okay if greater than 0.093) EQ. X1.4 PAGE 2 OF 2 Partially Deteriorated Pipe Condition Check (ASTM 1216-09 EQ X1.1) Pw= Groundwater load= (2KELC1(1-v2)(DR-1)3N EQ. X1.5 DR= 12(K)(EL)(C)/((Pw)(N)(1-v2))]"")+1 ar Long Term Flexural Strength = 2,250 psi Pw= 62.4(Hw+D/12)1144 3.90 psi K= Soil and existing pipe enhancement factor 7.00 V = Poisson's Ratio 0.3 DR = 70.1 Minimum Wall Thickness 0.34 inches or 8.7 mm Minimum Pipe Wall Thickness for Ovality (ASTM 1216-09 EQ X1.2) (1.5000)(1+000)(DRf - 0.5(1+A/100)(DR)-(cJ/(PJ(N)= 0 EQ. X1.2 Solution of the Quadratic Equation for DR D R=-btSQRT(b^2A ac)12a a= (1.5ar100)(1+Af100) = 0.0306 b= 0,5(1+A/100) 0.5100 c= ((YL)/(Pw)(N) -288.5 Maximum DR (ovality) = 89.1 Min. Wall Thickness (ovatity) = 0.27 Inches or 6.9 mm Minimum Wan Thickness (t) = 0.36 Inches 9.0 mm Recommended Wall Thickness (t) = 0.36 Inches 9.0 mm CIPP Corporation Pipe Wall Thickness Design ASTM F1216-09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Monlana Updated 2-24-2016 rip PROJECT: Newport Beach - 30" D = Mean Inside Diameter of Orginal Pipe (in) =IA2.0% 1000 psi for soil meeting conditions In this table Soil Class % Com action inches H= Height of soil above toll of pipe 85% feet W= Sall Density 95% Ib/9' HV, = Height of water above top of pipe feel A = Percent ovalily of orginal pipe % E, = Long term modulus of elasticity for CIPP psi ar Long Term Flexural Strength = n2, psi E's = modulus of soil reaction psi N = Safety Factor R Water Bouyancy Factor (0.67 min.) 1-0.33 (H,/H) 0.769 Dead Load (Wd) = W H R„/144 Dead Load (Wd) = 6.41 psi Groundwater Load (Ww) = HAS2.41144) Groundwater Load(Ww)= 3.03 psi Live Load (WI) Enter From Table W, Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load (W,) = 0.00 psi q, = Total External Pressure on Pipe = (Wd+Ww+WI) = 9.44 psi Thickness Required for Buckling Pressure q = (11N)[32R,.,B'E,,C(EVD')Jpm I = Moment of Inertia of CIPP =1'/12 B'= Coe0lclent of elastic support =11[1+(4)(e^(-.065H))i = C = Ovalily reduction factor _ [(1 -alt 00)1(1+a/100)2)' t = Pipe wall thickness - (0.721)(0)I(qiM2 / (Rj(B')(E',)(EJ(C)1h" PAGE 1 OF 2 50% of short term modulus 1000 psi for soil meeting conditions In this table Soil Class % Com action SC1 Dumped SC2 85% SC3 90% SC4 95% (ASTM F1216-09 EQ X1,3) 9.44 psi EQ. X1.3 0.324 0.836 Minimum Wall Thickness (t) = 0.44 inches or 11.2 mm Recommended Wall Thickness (t) = 0.45 Inches or 11.6 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216-09 EQ X1.4) E = Initial modulus of elasticity (2X long term EL) = 400,000 DR= Dimension Ratio = D/t 66.3 Ell2(DR)' z .093 in -lbs 0.115 (okay if greater than 0.093) EQ, X1.4 Partially Deteriorated Pipe Condition Check (ASTM 1216-09 EQ X1.1) Pw Groundwater load= (2KELC/(1-v2)(DR-1)3N EQ. X1.6 DR = (2(K)(EL)(C)1QPw)(N)(1-v2)))l"" +1 CTL Long Term Flexural Strength = 2,250 psi Pw= 62.4(M„,+D112)1144 4.12 psi K= Soil and existing pipe enhancement factor 7.00 V = Poisson's Ratio 0.3 DR= 68.9 Minimum Wall Thickness 0.44 Inches or 11.1 mm Minimum Pipe Wall Thickness for Ovality (ASTM 1216-09 EQ X1.2) (1.50!100)(1+6/100)(DR)2 - 0.5(1+p/100)(DR)-(ar)I(Pj(N)= 0 EQ. X1.2 Solution of the Quadratic Equation for DR D R=-bi_SQ RT(b"2-4ac)12a a= (1.501100)(1+0/100) = 0.0306 b= 0.5(1+/1100) 0.5100 c = (oL)/(P.)(N) -273.3 Maximum DR (ovality) _ Min. Wall Thickness (ovality) MlnlmumWallThickness (t)= Recommended Wall Thickness (t) = 86.5 0.35 inches or 8.9 mm 0.44 inches 11.2 mm 0.45 inches F 11.5 mm PAGE 2 OF 2 C1PP Corporation Pipe Wal) Thickness Design ASTM F1216.09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016 rip PROJECT: Newport Beach - 36" D = Mean Inside Diameter of Orglnal Pipe (in) = 36.0 inches H = Height of soil above top of pipe 10.0 feet W= Soil Density 120 Iblfl' H„= Height of water above top of pipe 7.0 feet A = Percent ova6ly, of orginal pipe 2.0 % % EL= Long term modulus of elasticity for CIPP psi ai Long Term Flexural Strength = psi E's = modulus of soil reaction F12�0 psi N = Safety Factor R,y Water BouyancyFactor (0.67 min.) 0.53 inches or 13.6 mm J f; 1-0.33 (H)H) 0.769 Dead Load (Wd) = W H R„11" Dead Load (Wd) = 5.41 psi Groundwater Load (Ww)=Hw(62.41144) Groundwater Load (INJ = 3.03 psi Live Load (W j Enter From Table W, Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load (Wa = 0.00 psi qt =Total External Pressure on Pipe = (Wd+Ww+Wl)= 9.44 psi PAGE 1 OF 2 50% of short term modulus (ASTM F1216-09 E4 X1.3) 1000 psi for soil meeting conditions in this table Soil Class I % compaction SCI Dumped SC2 85% SC3 90% SC4 95% Thickness Required for Buckling Pressure (ASTM F1216-09 E4 X1.3) q, = (11N)(32R„,B'E',C(E„/D3))1'nt 9.44 psi EQ. X1.3 I = Moment of Inertia of CIPP =1'112 B' = Coefficient of elastic support = 11(1+(4)(e1( -.065H))) = 0,324 C = Ovalily reduction factor _ ((1 -all 00)I(1+d/f00)'f 0.836 t= Pipe wall thickness= (0.721)(D)ffq,N)'/(Rw)(B•)fEe)fEt)(D)]g�l Minimum Wall Thickness (1) = 0.53 inches or 13.6 mm J f; Recommended Wall Thickness (t) = 0.53 inches or 13.6 mm-' r , Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216-09 EQ X1.4) E= Initial modulus of elasticity (2X long term Er) = 400,000 DR= Dimension Ratio = Olt 67.7 Ell2(DR)3 a .093 in4bs 0.107 (okay if greater then 0.093) EQ. X1.4 PAGE 2 OF 2 Partially Deteriorated Pipe Condition Check (ASTM 1216.09 EQ XIIA) Pw = Groundwaler load = (2KELC/(1-v2)(DR -1)3N EQ. X1.5 DR = 12(K)(Et)(C)/((Pw)(N)(1-v2))Illm)) 1 of Long Term Flexural Strength = 2.250 psi P,Y= 62A(Hw+D/12)/144 4.33 psi K = Soil and existing pipe enhancement factor 7.00 V = Polsson's Ratio 0.3 DR= 67.7 Minimum Well Thickness 0.53 inches or 13.6 mm Minimum Pipe Wall Thickness forOvaiily (ASTM 1216.09 EQ X1.2) (1.5A/100)(1+A/100)(DRf-0.5(1+p/100)(DR)-(ar)/(Pp,.)(N)=0 EQ. X1.2 Solution of the Quadratic Equation for DR DR=-b3S QRT(b^2-4ac)12a a= (1.5A/100X1+&/100) 0.0306 b= 0.5(1+p/100) 0.5400 C= (or)/(P.)(N) -259.6 Maximum DR (ovallty) = 84.2 Min. Wail Thickness (ovaiity)= 0.43 Inches or 10.9 mm Minimum Wall Thickness (t) = 0,63 Inches 13.6 mm Recommended Wall Thickness (t) = 0.53 inches 13,5 mm CIPP Corporation Pipe Wall Thickness Design ASTM F1216-09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016 qp PROJECT: Newport Beach - 48" D = Mean Inside Diameter of Original Pipe (in) =IA2.0% 1000 psi for soil meeting conditions in this table inches H = Height of soil above tot of pipe Dumped feel W = Sail Density lb/ft' Hw = Height of water above 192 of pipe 95% feet a = Percent ovalily of orginal pipe % Er = Long term modulus of elasticity for CIPP psi CIL Long Term Flexural Strength = q2. psi E's = modulus of soil reaction psi N = Safety Factor R,„ Water Bouyancy Factor (0.67 min.) 1-0.33 (HJH) 0.769 Dead Load (Wd) = W H R„/144 Dead Load (Wd) = 6.41 psi Groundwater Load (W„) - Hw(62.4/144) Groundwater Load (W„) = 3.03 psi Live Load (W,) Enter From Table W, Live Load (H WY = 2, RR = 3, AIRPT = 4) 2 Live Load (W,) = 0,00 psi qt = Total External Pressure on Pipe 4 (W.+Ww+WJ= 9.44 psi Thickness Required for Buckling Pressure q, = (1/N))32R,,8'E',C(Ev W)Iprzl I = Moment of inertia of CIPP = 1'112 B' = Coefficient of elastic support = 11(1+(4)(eA(-.065H))) = C = Ovality reduction factor = ((1-a/100)1(1+x1100)2]3 t = Pipe wall thickness = (0.721)(D)((q�N)Z / (Rw)(B')(E'e)(Er)(C)l(ol Minimum Wall Thickness (t) = 0.71 Inches or 18 mm Recommended Wall Thickness (t) = 0.71 inches or 18.0 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216.09 EQ X1.4) E = Initial modulus of elasticity (2X long term Er) = 400,000 DR= Dimension Ratio = DA 67.7 E/12(DR)3 z,093 in -lbs 0.107 (okay if greater than 0.093) EQ. X1.4 PAGE 1 OF 2 50% of short term modulus Live load Transferred 1 Highway H2O j 1000 psi for soil meeting conditions in this table Soll Class %Com action SC1 Dumped SC2 85% SC3 90% SC4 r. 95% Helaht of Cover (u Live load Transferred 1 Highway H2O j to Pipe, llhs/in21 Railway E80 = �-Airport' =i mono mo�n�ars (ASTM F1216.09 EQ X1.3) 9.44 psi EQ. X1.3 0.324 0,836 2r 73 t PAGE 2 OF 2 Partially Deteriorated Pipe Condition Check (ASTM 1216-09 EQ X1.1) P„ = Groundwater load= (2KELCl(1-v2)(DR -1)3N EQ. X1.5 DR=(2(K)(Er)(C)I((Pw)(N)(1-v2)))('n)+1 cL Long Term Flexural Strength = 2.250 psi PW = 62.4ft+Dl12)1144 4.77 psi K = Soil and existing pipe enhancement factor 7.00 V = Poisson's Ratio 0.3 DR= 65.6 Minimum Wall Thickness 0.73 Inches or 13.6 mm Minimum Pipe Wall Thickness for Ovality (ASTM 1216.09 EQ X1.2) (1.5A11 00)(1 +0 00)(DRf - 0,5(1+All00)(DR)-(or)I(PW)(N)= 0 E4 X1.2 Solution of the Quadratic Equation for DR DR=-b±SQRT(b"2-4ac)/2a o= (1.5AI16D)(1+A1100) = 0.0306 b = 0.5(1+AI100) 0.5100 c= (ar)/( AN) -236.0 Maximum DR (ovallty) = 79.9 Min. Wall Thickness (ovality) = 0.60 Inches or 16.2 mm Minimum Wail Thickness (t) = 0.73 inches 18.6 mm Recommended Wall Thickness (t) = 0.71 Inches 18.0 mm CIPP Corporation Pipe Wall Thickness Design ASTM F1216-09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016 rjp PROJECT: Newport Beach - 36X58" D = Mean Inside Diameter of Orginai Pipe (in) =A23.4%% 1000 psi for soil meeting conditions in this table inches H = Height of soil above N of pipe Dumped feel W= Soil Density Iblft3 Hw = Height of water above tap of pipe SC4 feet t' = Percent ovality of orginal pipe EL = Long term modulus of elasticity for CIPP psi UL Long Term Flexural Strength = 112.0 psi E's = modulus of soil reaction psi N = Safely Factor RY, Water Bouyancy Factor (0.67 min.) 1-0.33 (H jH) 0.769 Dead Load (Wd) = W H R,1144 Dead Load (Wd) = 6.41 psi Groundwater Load (Ww) = Hw(62.4J144) Groundwater Load (Ww) = 3.03 psi Live Load (WI) Enter From Table W, Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load (W,)= 0.00 psi qr = Total External Pressure on Pipe = (Wd+Ww+WI)= 9.44 psi Thickness Required for Buckling Pressure q, = (1/N)[32RwB'E'.C(EVD3Ijt1Qi I = Moment of Inertia of CIPP =13112 B'= Coefficient of elastic support = 1fj1+(4)(e^(-.065H))j = C = Ovallly reduction factor = [(1-A/100)/(1+All00)211 t = Pipe wall thickness = (0.721)(D)((giMZ / (Rw)(B')(E'.XE,)(C)jI"" PAGE 1 OF 2 50% of short term modulus 1000 psi for soil meeting conditions in this table Soil Class % Compaction SCt Dumped SC2 65% SC3 90% SC4 95% (ASTM F1216-09 EQ X1.3) 9.44 psi EQ. X1.3 0.324 0.127 Minimum Wall Thickness (t)= 1.30 inches or 33 mm Recommended Wali Thickness (t) = 1.30 Inches or 33.0 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216.09 EQ X1.4) E = Initial modulus of elasticity (2X long term Er) = 400,000 OR = Dimension Ratio = Dlt 36.2 E/12(DR)3 a .093 in -lbs 0.704 (okay if greater than 0.093) EQ. X1.4 PAGE 2 OF 2 Partially Deteriorated Pipe Condition Check (ASTM 1216-09 EQ X1.1) Pw= Groundwater load= (2KELC1(1-v2)(DR-1)3N EQ. X1,5 DR= 12(K)(EJ(C)I((Pw)(N)(1-�2)))""1+1 vi Long Term Flexural Strength = 2,250 psi P,,,= 62A(Hw+D/12)/144 4.73 psi K = Soil and existing pipe enhancement factor 7.00 V = Poisson's Ralto 0.3 DR= 35.6 Minimum Wall Thickness 1.32 Inches or 33.6 mm Minimum Pipe Wall Thickness for Ovaltty (ASTM 1216-09 EQ X1,2) (1.5A/100)(1+A/100)(DR)z- 0.5(1+A/100)(DR)-(aL)f(P,y)(N)= 0 EQ. X1.2 Solution of the Quadratic Equation for DR DR=-b*SQRT(b^2Aac)/2a a= (1.5A/1D0)(1+A1100) = 0.4331 b= 0.5(1+A/100) 0,6170 c= (ar)f(PO N) -237.8 Maximum DR (ovality) = 22.7 Min. Wall Thickness (ovality) = 2.07 inches or 52.6 mm Minimum Wall Thickness (t) = 2.07 Inches 52,6 mm Recommended Wall Thickness (t) = 2.09 inches 63.03 mm CIPP Corporation Pipe Wall Thickness Design ASTM F1216-09 - FULLY DETERIORATED GRAVITY PIPE CONDITIONS WITH PARTIALLY DETERIORATED CHECK Copyright October 3, 2001, PEC Inc., Helena, Montana Updated 2-24-2016 r)p PROJECT: Newport Beach - 22x36" D = Mean Inside Diameter of Orginal Pipe (In) =IA24.0% 10D0 psi for soil meeting conditions in this table Soil Class % Com action inches H = Height of soil above logof pipe 85% feel W= Soil Density 95% ibtft' H,= Height of water abova tot of pipe feet t, = Percent ovalily of orginel pipe % Er = Long term modulus of elasticity for CIPP psi OL Long Term Flexural Strength = n2. psi E's = modulus of soil reaction psi N = Safety Factor R„ Water Bouyancy Factor (0.67 min.) 1-0.33 (H, /H) 0.769 Dead Load (Wd) = W H R,/144 Dead Load (Wd) = 6.41 psi Groundwater Load (W„)=H„(62.41144) Groundwater Load (W„)= 3.03 psi Live Load (W,) Enter From Table N/, Live Load (HWY = 2, RR = 3, AIRPT = 4) 2 Live Load (W,) - 0.00 psi q, = Total External Pressure on Pipe = (Wd+W..+M= 9.44 psi Thickness Required for Buckling Pressure q,= (1 1N)132R,,B'E',C(WD3)jn- I = Moment of Inertia of CIPP = t'112 B'= Coefficient of elastic support C= Ovality reductionfactor = ((1-x1100)/(1+p/100)2,1 t = Pipe wall thickness = (0.721)(D)[(q,N)2 / (R,)(B')(E'e)(Er)(C)) "'1 PAGE 1 OF 2 50% of short term modulus 10D0 psi for soil meeting conditions in this table Soil Class % Com action SCi Dumped SC2 85% SC3 90% SC4 95% (ASTM F1216.09 EQ X1.3) 9.44 psi EQ. X1.3 0.324 0.121 Minimum Wall Thickness (t) - 0.81 Inches or 20.7 mm Recommended Wall Thickness (t) = 1.20 Inches or 30.5 mm Check Proposed Thickness for Minimum Thickness Requirement (ASTM 1216-09 EQ X1,4) E = Initial modulus of elasticity (2X tong term Er) = 400,000 DR = Dimension Ratio = D!t 24.2 E112(DR)' 2:.093 in -lbs 2.366 (okay if greater than 0.093) EQ. X1.4 f 26173 -� uF Partially Deteriorated Pipe Condition Check (ASTM 1216.09 EQ X1.1) Pw = Groundwater load = (2KELC/(1-v2)(DR -1)314 EQ. X1.5 DR= 12(K)(EL)(C)/((Pw)(N)(1-v ))]""' +1 oL Long Term Flexural Strength = 2,250 psi Pw = 62.4(Hw+D/12)1144 4.08 psi K = Soil and existing pipe enhancement factor 7.00 V = Poisson's Ratio 0.3 DR- 36.7 Minimum Wall Thickness 0.79 Inches or 20.1 mm Minimum Pipe Wall Thickness for Ovallty (ASTM 1216.09 EQ X1.2) (1.561100)(1+AM00)(DR)2 -0.5(1+a/l00)(DR)-(oL)/(PjN)= 0 EQ. X1.2 Solution of the Quadratic Equation for OR D R=-b*SQRT(b^2 Aac)/2a a= b= 0.5(1+6/100) C- ((TL)/(Pw)(N) Maximum DR (ovality) _ Min. Wall Thickness (ovality) • Minimum Wall Thickness (tin Recommended Wall Thickness (t) = 0.4464 0.6200 -275,7 24.2 1.20 inches or 30.6 mm 1.20 inches 30.5 mm 1.20 inches 30.5 min PAGE 2 OF 2 �i V1 �i�rilli zc7 •r� .moi s G O 4 U cd N u O� O � a. ,6 '❑a N JR N 0 P� O c y a V ti m c a m a, Ct (D U U ' H � , Z � � h -0 o � ® W w (-)a� zs •� � � {Zp 1 0 25 O� 0% a sZ, m a a¢u � o to FS H�� o a s o CL F-4 psi 6J ',�dri� •1 W Ult ® o Q o W o t M 1_ ❑ a tiN 1-4h 11) UJ 141 {� ; y C f-'7 � 0 � � � ❑ C N a o N � V +' &n U N 3 cz� ou cd 4) w.� --- - -- _....----- — - - -- y a`i 1018 (� - II '`� '�'•'b s N 0 C p d o au NCF) OD N v aU+ U cli V] F Q' o O N W a 3oce P� 3 iiJ O r CD CD L) L6 ONO 04 N LO L3 a 3LO m 00 "s 0� i 7 c �o V o w cc U LD a �\ c 6 c' v 7 Vl a ci a n L y ip c o ti �o ati cl) W 'o 0 a jLn W v o u yy ^,72u� r c� }¢p U •� a U c In uj ry Fy v q G �W C `tet; } — y O 1� W C4i a u 3 � a o w U o c, N M N c M r a v a� q �o O�rE O N ¢ ti O N y o V aY o" U O id 8 c) 2 CL A v a •L, w _ o 0 1 N � ❑ C mU w ❑ � -a o0 M �vj N � m O \O fl- � CO 0p �. U r- �U �r'� � W n t'7uj �� � � N O MV rn�� � � y M NU m�� v •o UU Priv � � ao � ❑ co W N N� � �� �� M Q c r- G1 cp ti ro (� C ('� N � Q C9 N � 0 C� aj � Mp d� j m a �~ W O _o r vy � M� c c N W � vU� g❑rnW��c% Wm N � a r` � CD Q O❑ M C� N Q � W V � UM Q � aim �❑� W"� Ce) �~ � � X CV (V N � U � C) 'T a te❑ W v �j (V v U W � � c� Q CO � ro N ti t,0 t¢ N M U � ❑ � r• � N � � � a U � to � ui N W � ❑ � � U W L U � W W ro ��� rnrn❑ �V ti v�ig v -a � a � ro roV� p� ro� ro -oW ro ro ro ro� a s ro ro �,.� a o a roc4 a s a a� c coria air- co co � N N oho N ��n M �./�.�. ♦:fid �:n� ��n co `/J VI 'IT ��/�. ��/�. ❑ co � VJ •Fr' V/ 1V�J vI vCI (A W ao m m rn c- (� �s c� m c Ui tq to cn rn Q Q �Y �❑ I� N Q to Q� ro Q Q Q Q +r '� N ro � m ZE n. a � y t �- U C% � (D ro L � � N C C� a O c o..n` m � o Z m E ro � � E a � � U a� .� LL o° � `� rn a� ai m e g� M m .a �? m� r N � U a 3 in Q w h=- cn � F - City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 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 Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 /�tTn� AI P"fF� SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT CONTRACT NO. 7538-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 23rd day of July, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Sancon Technologies, Inc., a California corporation ("Contractor"), whose address is 5841 Engineer Drive, Huntington Beach, CA 92649, 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: (1) distributing construction notices to affected residents; (2) construction surveying; (3) pre and post CCTV recording of sewer main and storm drain lines; (4) hydro -cleaning existing sewer main and storm drain lines; (5) constructing sewer point repair and storm drain point repair; (6) removing sewer cleanout (lamp hole) and constructing manhole; (7) grinding protruding lateral; (8) lining existing sewer main and existing Corrugated Metal Pipe (CMP); (9) re -opening existing service lateral, (10) plugging or bypassing existing sewers and storm drains as necessary for new work; (11) potholing and exposing existing storm drain lines and utilities; (12) trench excavating and replacing pipe sections; (13) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (14) grouting and filling voids within existing CMP; (15) installing storm drain inlet riser; and (16) all other incidental items to be completed in place required by the documents incorporated in Section 1 of this Contract (the "Project" or "Work"). C. Contractor shall observe the following: (1) all contacts with the individual residents shall include a City representative; (2) Contractor will not request the use of the individual properties' water or power during the course of its work; (3) Contractor will not access the work area through the front of the residences, unless otherwise directed by the City; (4) the yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work; (5) all individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work; and (6) Contractor will restore/ replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in the Project's specifications. D. 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. 7538-1, 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 Three Hundred Eighty Nine Thousand Five Hundred Eighty Nine Dollars and 50/100 ($2,389,589.50). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. Sancon Technologies, Inc. Page 2 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Charles B. Parsons to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. Sancon Technologies, Inc. Page 3 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Charles B. Parsons Sancon Technologies, Inc. 5841 Engineer Drive Huntington Beach, CA 92649 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 Sancon Technologies, Inc. Page 4 VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 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 Sancon Technologies, Inc. Page 5 one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers 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 Sancon Technologies, Inc. Page 6 workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 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 Sancon Technologies, Inc. Page 7 seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 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. Sancon Technologies, Inc. Page 8 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No 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. Sancon Technologies, Inc. Page 9 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Sancon Technologies, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: g/? 1/q By: Harp City Attorney 1 ATTEST: /� Date: "l. ;�. Iq r By. _�d'j� P�V� Leilani I. rown City Clerk F4 0 CITY OF NEWPORT BEACH, a California municipal corporation Date: Q �✓/ n _ 7 By: Diane B. Dixon Mayor CONTRACTOR: Sancon Technologies, Inc., a California corporation Date: Signed in Counterpart By. Charles B. Parsons Chief Executive Officer Date: Signed in Counterpart By: Gary E. Drew Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Sancon Technologies, Inc. Page 11 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 9 rm By: Aaron C. Harp p��q City Attorney ATTEST: Date: go Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Diane B Mayor Dixon CONTRACTOR: Sancon Technologies, Inc., a California corporation Date: By: - — Charles B. Parsons Chief Executive Officer Date: �?Iui a By: s Gary E. 4p6w, Secreta [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Sancon Technologies, Inc. W Page 11 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 1069471 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for (1) distributing construction notices to affected residents; (2) construction surveying; (3) pre and post CCN recording of sewer main and storm drain lines; (4) hydro -cleaning existing sewer main and storm drain lines; (5) constructing sewer point repair and storm drain point repair; (6) removing sewer cleanout (lamp hole) and constructing manhole; (7) grinding protruding lateral; (8) lining existing sewer main and existing Corrugated Metal Pipe (CMP); (9) re -opening existing service lateral; (10) plugging or bypassing existing sewers and storm drains as necessary for new work; (11) potholing and exposing existing storm drain lines and utilities; (12) trench excavating and replacing pipe sections; (13) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (14) grouting and filling voids within existing CMP; (15) installing storm drain inlet riser; and (16) all other incidental items to be completed in place required by the documents incorporated in Section 1 of this Contract (the "Project" or "Work"). WHEREAS, Contractor shall observe the following: (1) all contacts with the individual residents shall include a City representative; (2) Contractor will not request the use of the individual properties' water or power during the course of its work; (3) Contractor will not access the work area through the front of the residences, unless otherwise directed by the City; (4) the yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work; (5) all individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work; and (6) Contractor will restore/ replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in the Project's specifications, 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 Cr 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, HANOVER INSURANCE OMPANY 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 Three Hundred Eighty Nine Thousand Five Hundred Eighty Nine Dollars and 501100 ($2,389,589.50) lawful money of the United States of America, said sum being Sancon Technologies, Inc. Page A-1 equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, wi�hheld 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 28TH day of AUGUST, 2019 , 20 SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, #1060 SANTA ANA, CA 92707 Address of Surety Authorized Signature/Title Authori ed Agent Signature MICHAEL R. LANGAN, ATTORNEY IN FACT Print Name and Title Sancon Technologies, Inc. Page A-2 714-415-3808 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: aron C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Sancon Technologies, Inc. Page A-3 Notary 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 LOS ANGELES On g ?_�_`3 LI -q- 20T, before me, je,6d A • AqjdI'Ur , Notary Public, personally appeared Michael R. Langan who proved to me on the basis of satisfactory evidence to be the person(99 whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/8"@M099K executed the same in his/hvftek authorized capacity(W, and that by his/#Kv~ signature(g) on the instrument the person(s), or the entity upon behalf of which the person(t) 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 corre o;. RICHARD A. AGUILAR Notary Public California = WITNESS my han nd official seal Los Angeles County Commission # 2269986 My Comm. Expires Dec 6, 2022 Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ Individual ❑ Corporate Officer Title(s) ❑ Partner(s) ❑ Limited ❑ General ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator ❑ Other: Signer is representing: Name Of Person(s) Or Entity(ies) Title or Type of Document Number Signer(s) Other Than Named Above THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Michael R. Langan Of Michael Rushing Langan of Pasadena, CA each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the Un^ted States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized ana empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power is attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Companyto the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company OT America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 23`d day of August, 2018. The Hanover Insurance {Company Massachusetts Bay Insukance Company Citizens Insurance Coany of America John C. Roche, EVP and President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. v The Hanover Insurance Company Massachusetts Bay Insurance Company Citize— Insurance Company of America J=ne.sli. Kawaecla, Vice President On this 23rd day of August, 2018 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. OiAW J. MA011HO p� arrawKnOpt r� W Di3nf J. e H t0, NOtAI'�' FU2?IIC My Co"uissim r xpims J, "2'022 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28th day of AUGUST 2019 CERTIFIED COPY rY .. o .. .. Theadarc G. Martinez. Vice Pr6ident ' ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On September 3, 2019 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person( -e} whose name(s) is/afe subscribed to the within instrument and acknowledged to me that heir executed the same in his/#eF/#K* authorized capacity(ies), and that by his/4e4the# 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. C. VIZCARRA COMM. #2166943 z Notary Public - California o WITNESS my hand and official seal. = Orange County Comm. Expires Oct. 30, 2020 Signature l / C f�/ (Seal) EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 1069471 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 20,256.00 , being at the rate of $ 8.47 PER thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Sancon Technologies, Inc. hereinafter designated as the "Principal," a contract for (1) distributing construction notices to affected residents; (2) construction surveying; (3) pre and post CC`fV recording of sewer main and storm drain lines; (4) hydro -cleaning existing sewer main and storm drain lines; (5) constructing sewer point repair and storm drain point repair; (6) removing sewer cleanout (lamp hole) and constructing manhole; (7) grinding protruding lateral; (8) lining existing sewer main and existing Corrugated Metal Pipe (CMP); (9) re -opening existing service lateral; (10) plugging or bypassing existing sewers and storm drains as necessary for new work; (11) potholing and exposing existing storm drain lines and utilities; (12) trench excavating and replacing pipe sections; (13) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (14) grouting and filling voids within existing CMP; (15) installing storm drain inlet riser; and (16) all other incidental items to be completed in place required by the documents incorporated in Section 1 of this Contract (the "Project" or "Work"). WHEREAS, Contractor shall observe the following: (1) all contacts with the individual residents shall include a City representative; (2) Contractor will not request the use of the individual properties' water or power during the course of its work; (3) Contractor will not access the work area through the front of the residences, unless otherwise directed by the City; (4) the yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work; (5) all individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work; and (6) Contractor will restore/ replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in the Project's specifications, 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 HANOVER INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Million Three Hundred Eighty Nine Thousand Five Hundred Eighty Nine Dollars and 50/100 ($2,389,589.50) 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 Sancon Technologies, Inc. Page B-1 Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 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 28TH day of AUGUST, 2019 20 SANCON TECHNOLOGIES, INC. Name of Contractor (Principal) HANOVER INSURANCE COMPANY Name of Surety 5 HUTTON CENTRE DRIVE, 1060 SANTA ANA, CA 92707 Authorized Signature/Title //A, I Authori ed Agen Signatu MICHAEL R. LANGAN, ATTORNEY IN FACT Address of Surety Print Name and Title Sancon Technologies, Inc. Page B-2 714-415-3808 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: ,4- aron C. Harp City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Sancon Technologies, Inc. Page B-3 Notary 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 Los Angeles On P,�- Q 20 ,P before me Notary Public, personally appeared Michael R. Langan _ who proved to me on the basis of satisfacte y evidence to be the person(t) whose name(76) is/W subscribed to the within instrument and acknowledged to me that he/gheftWW executed the same in his/#a~ authorized capacityeft), and that by hisftmftaOr signature($) 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 corre �• , f RICHARD A. AGUILAR Notary Public - California WITNESS my h d and official se Los Angeles County > a. Commission # 2269986 My Comm. Expires Dec 6, 2022 Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ Individual ❑ Corporate Officer Title(s) Title or Type of Document ❑ Partner(s) ❑ Limited ❑ General Number of Pages ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator Date of Document ❑ Other: Signer is representing: Nzime Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for the Attorney -in -Fact. The Power -of Attorney to local representatives of the bonding company must also be attached. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA PUWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing underthe laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Michael R. Langan Of Michael Rushing Langan of Pasadena, CA each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with powerto attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Companyto the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested bytwo Vice Presidents, this 23d day of August, 2018. The Hanover Insurance Company Massachusetts Bay Ins4ance Company Citizens Insurance 7,any of America John C_ Roche, EVP and President THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. r �v The Hanover Insurance Company Massachusetts Bay Insurance Company Crtize ns Insuran`c,, Company of America Tames H. Kawiecki, Vice President On this 23rd day of August, 2018 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. OIAEJ.VAININOawo�`t Diune J. a a re, Ntnar) Fuh is hly C.--Ssion r:xpims 'A.1wh 4.2022 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 28th day of AUGUST 2019 CERTIFIED COPY n Theodore Q Martina„ Vire I mident y ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On September 3, 2019 before me, C.Vizcarra, A Notary Public (insert name and title of the officer) personally appeared Chuck Parsons who proved to me on the basis of satisfactory evidence to be the person) whose name(s) is/a% subscribed to the within instrument and acknowledged to me that heisheAhey executed the same in his/4e+44e+f authorized capacity(ies), and that by his/#efi44eif 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. c. viC�Rsa COMM. #2166943 x WITNESS m hand and official seal. Notary Pubtic • Caldornia y Ormye County COMM, es Oct. 30 2020 Signature �• G"i- i�`=�L� (Seal) EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 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 Sancon Technologies, Inc. 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. D. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy period. Claims -made policies require a 10 -year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non -sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 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. Sancon Technologies, Inc. Page C-2 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. 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. Sancon Technologies, Inc. Page C-3 C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may 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. Sancon Technologies, Inc. Page C-4 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. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Sancon Technologies, Inc. Page C-5 Reyes, Raymund From: EXIGIS RiskWorks <notifications@ riskworks.com > Sent: Tuesday, September 03, 2019 2:36 PM To: Reyes, Raymund Subject: City of Newport Beach: Notice of Compliance for Sancon Technologies, Inc. Dear Business Partner, The insurance documentation submitted on behalf of Sancon Technologies, Inc. satisfies the minimum insurance requirements for City of Newport Beach and has been verified as compliant. No further action is required at this time. You will receive a renewal notice requesting updated insurance documents in advance of expiration. If you have any questions, please contact EXIGIS Risk Management Services at support,exi is.com or 800- 430-1589. Thank you for your cooperation and timely fulfillment of this important request. Sincerely, EXIGIS Risk Management Services On behalf of City of Newport Beach 800-430-1589 support@exi ig s.com Organizational Unit: City of Newport Beach -> Public Works Agreement Name: SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Agreement Number: 7538-1 City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT Contract No. 7538-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 7538-1 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: IZ-1 f Sol Date Cq NOTA I - 2323 Bidder's Telephone and Fax Numbers 77gOs'3 41CI a X C 3 Bidder's License No(s). and Classification(s) /00000) M17 DIR Registration Number �?nl ` Jiz WOLOMJLS r /N6. Bidder (' Q- /,P?-&Q)0rx-&3T Bidder's Authorized Signature and Title Bidder's Address CA q? Bidder's email address: S)Ov.1i SAN coA. (0gl SM City of Newport Beach Page 1 SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT (C-7538-1), bidding on July 9, 2019 10:00 AM (Pacific) Printed 07!0912019 Bid Results Bidder Details Vendor Name Sancon Technologies, Inc. Address 5841 Engineer Dr. Huntington Beach, CA 92649 United States Respondee Ryan Helmuth Respondee Title Project Manager Phone 714-891-2323 Ext. Email ryan@sancon.com Vendor Type DGS,CADIR License # 774055 CADIR 1000008879 Bid Detail Bid Format Electronic Submitted July 9, 2019 9:36:46 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 183951 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Package Bid Submittal C-7538-1 Sancon Technologies Inc.pdf General Attachment Bid Bond Bid Bond C-7538-1 Sancon Technologies Inc.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment BASE BID (Award to be based on the lowest base bid amount PLUS the additive alternative bid item identified herein) 1 Mobilization LS 1 $230,650.00 $230,650.00 2 Surveying Services LS 1 $2,500.00 $2,500.00 3 Traffic Control LS 1 $84,605.00 $84,605.00 4 Signing & Striping LS 1 $18,605.00 $18,605.00 5 Clean And Provide Preliminary Inspection Of Existing Sewer, Including CCTV LF 11375 $8.75 $99,531.25 City of Newport Beach Page 2 SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT (C-7538-1), bidding on July 9, 2019 10:00 AM (Pacific) Printed 07/09/2019 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Install Cured -In -Place Pipe Lining Within Existing 6 -inch Sewer LF 200 $63.50 $12,700.00 7 Install Cured -In -Place Pipe Lining Within Existing 8 -inch Sewer LF 8645 $33.75 $291,768.75 8 Install Cured -In -Place Pipe Lining Within Existing 10 -inch Sewer LF 1375 $35.00 $48,125.00 9 Re -Establish Existing Service Lateral EA 390 $50.00 $19,500.00 10 Grind Protruding Lateral Flush With The Existing Sewer's Interior Prior To Insertion Of The Liner EA 20 $1,575.00 $31,500.00 11 Replace existing 6" force main by pipe -bursting method LF 1157 $184.00 $212,888.00 12 Area 23 6 -inch Sewer (Up to 5.0 -ft deep) LF 20 $600.00 $12,000.00 13 Point Repair Host Pipe (Up to 5.0 -ft Depth) (6 -ft Length) EA 1 $14,000.00 $14,000.00 14 Additional point repair host pipe per foot (Up to 5.0 -ft Depth) LF 1 $1,400.00 $1,400.00 15 Point Repair Host Pipe (5.1 -ft to 10.0 -ft Depth) (6 -ft Length) EA 3 $13,333.00 $39,999.00 16 Additional point repair host pipe per foot (5.1 -ft to 10.1 -ft Depth) LF 1 $1,500.00 $1,500.00 17 Point Repair Host Pipe (10.1 -ft to 15.0 -ft Depth) (6 -ft Length) EA 1 $13,000.00 $13,000.00 18 Additional point repair host pipe per foot (10.1 -ft to 15.0 -ft Depth) LF 1 $1,600.00 $1,600.00 19 Provide Post Inspection of Lined Sewer, including CCTV LF 11375 $1.00 $11,375.00 20 Construct Pavement Restoration per CNB Std -1 05-L SF 2000 $50.00 $100,000.00 21 Furnish and Install Shallow 48 -inch DIA Manhole EA 1 $12,000.00 $12,000.00 City of Newport Beach Page 3 SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT (C-7538-1), bidding on July 9, 2019 10:00 AM (Pacific) Printed 07/09/2019 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 22 Remove Clean-out and Replace with Manhole (Case 1) EA 4 $14,000.00 $56,000.00 23 Remove Clean-out (Case II) EA 24 Provide Bypassing of Existing Sewer Flows LS 25 Provide As -Built Plans (Sewer) 2 $6,000.00 1 $65,000.00 $12,000.00 $65,000.00 LS 1 $500.00 $500.0( 26 Clean And Provide Preliminary Inspection Of Existing Storm Drain, Including CCTV Recordings LF 3000 $20.00 $60,000.0( 27 Install Cured -In -Place Pipe Lining within Existing 15 -Inch CMP Storm Drain, Including CCN Recordings LF 210 $241.75 $50,767.50 28 Install Cured -In -Place Pipe Lining within Existing 18 -Inch CMP Storm Drain, Including CCTV Recordings LF 190 $157.00 $29,830.00 29 Install Cured -In -Place Pipe Lining within Existing 24 -Inch CMP Storm Drain, Including CCN Recordings LF 90 $312.00 $28,080.00 30 Install Cured -In -Place Pipe Lining within Existing 30 -Inch CMP Storm Drain, Including CCTV Recordings LF 90 $250.00 $22,500.00 31 Install Cured -In -Place Pipe Lining within Existing 36 -Inch CMP Storm Drain, Including CCN Recordings LF 380 $147.00 $55,860.00 32 Install Cured -In -Place Pipe Lining within Existing 48 -Inch CMP Storm Drain, Including CCTV Recordings LF 230 $292.00 $67,160.00 33 Install Cured -In -Place Pipe Lining within Existing 22 -Inch by 36 -Inch CMP Arch Storm Drain, Including CCTV Recordings LF 260 $140.00 $36,400.00 34 Install Cured -In -Place Pipe Lining within Existing 36 -Inch by 58 -Inch CMP Arch Storm Drain, Including CCTV Recordings LF 170 $595.00 $101,150.00 35 Expose and Remove Existing 6 -Inch CMP Storm Drain LF 10 $126.00 $1,260.00 36 Expose and Remove Existing 18 -Inch CMP Storm Drain LF 420 $115.00 $48,300.00 37 Install 12 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing LF 10 $500.00 $5,000.00 City of Newport Beach $5,000.00 Page 4 SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT (C-7538-1), bidding on July 9, 2019 10:00 AM (Pacific) Printed 07/09/2019 Bid Results ADDITIVE ALTERNATIVE (Award to be based on the lowest base bid amount PLUS the additive alternative bid item identified herein) Type Item Code UOM Qty Unit Price Line Total Comment 38 Install 18 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing Subtotal $45,000.00 LF 420 $438.00 $183,960.00 39 Remove and Replace 18x18 Brooks Box Catch Basin with Galvanized Grate (10th Street) and Remove and Construct Concrete Assess Ramp CADIR EA 1 $5,000.00 $5,000.00 40 Install 30 -inch HDPE Drop Inlet - San Joaquin Hills Road/Back Bay Drive San Clemente, CA 92673 EA 1 $12,000.00 $12,000.00 41 Install 24 -Inch CMP Storm Drain "Point Repair" Mocon Trenchless Pipe bursting 565735 1000009594 $116,445.00 LF 25 $1,575.00 $39,375.00 42 Install 30 -Inch CMP Storm Drain "Point Repair" United States LF 30 $2,100.00 $63,000.00 43 Extend Storm Drain Manhole Shaft And Adjust Rim To Grade LS 1 $8,000.00 $8,000.00 44 Trim Tree and/or Brush EA 4 $2,500.00 $10,000.00 45 Provide Bypassing of Existing Storm Drain Flows LS 1 $14,200.00 $14,200.00 46 Underground Obstruction Removal (Allowance) ALLOW 1 $50,000.00 $50,000.00 47 Provide As -Built Record Storm Drain Drawings (Fixed) LS 1 $5,000.00 $5,000.00 48 Infiltration Control (Allowance) ALLOW 1 $50,000.00 $50,000.00 49 Replace Landscaping LS 1 $5,000.00 $5,000.00 Subtotal $2,344,589.50 ADDITIVE ALTERNATIVE (Award to be based on the lowest base bid amount PLUS the additive alternative bid item identified herein) 50 Sewer Line & Clarifier Installation at City Yard - Residue Drying Area LS 1 $45,000.00 $45,000.00 Subtotal $45,000.00 Total $2,389,589.50 Subcontractors Name & Address Description License Num CADIR Amount Type GCI Construction, Inc Dlg and replace, point repairs, 755356 1000001150 $898,219.00 CADIR 1031 Calle Recodo, STE D pavement work San Clemente, CA 92673 United States Mocon Trenchless Pipe bursting 565735 1000009594 $116,445.00 49950 jefferson st Ste C-200 Indio, CA 92201 United States City of Newport Beach SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT (C-7538-1), bidding on July 9, 2019 10:00 AM (Pacific) Bid Results Page 5 Printed 07/09/2019 Name & Address Description License Num CADIR Amount Type Performance Pipeline Sectional liners 825824 1000014327 $100,500.00 Technologies 5305 Industrial Dr Huntington Beach, CA 92649 United States Pipe Tec Inc Clean and TV, protruding 987784 1000006547 $138,528.75 5103 Elton Street lateral removal Baldwin Park, CA 91706 United States Page 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 SEWER &STORM DRAIN SYSTEMS REHABILITATION PROJECT CONTRACT NO 7538-1 DATE: (o w Z'1 � \ ft BY: ' Acti g City E n er TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. CONTRACT 1. Revise the Bid Date and Time to the following: Bid Date: July 9, 2019 at 10:00 a.m. B. PROPOSAL (BID LINE ITEMS) 1. The Bid Line Items list on PlanetBids has been updated for the following: a. Revise Item #11 to "Replace Existing 6" Force Main by Pipe -Bursting Method". b. Increase Item #20 (Construct Pavement Restoration per CNB Std -105-L) to 2000 SF. C. SPECIAL PROVISIONS: 1. Replace cover sheet [i] with the attachment. 2. The sewer force main will no longer be relined and will utilize pipe -bursting instead. Replace Item No. 11 in 9-3 Payment with the following: Item No 11 Replace Existing 64nch AC Sewer Force Main by the Pipe -Bursting Method: Work under this item shall include providing access excavations at the beginning and end of the work and at existing angle point(s) within the system Page 2 of 3 including shoring (Contractor to assume 3.5' to 6.5' for depth of existing sewer force main), removing existing angle points within the system including thrust blocks, replacing existing pipe by the pipe -bursting method, replacing existing angle points within the system including necessary fittings, couplings and thrust blocks this will also include general maintenance to obtain access to affected manholes and all other work items as required to complete the work in place. 3. Add Section 50043 SEWER FORCE MAIN REHABILITATION by PIPE - BURSTING METHOD. Insert attached 11 sheets. D. PLANS: 1. APPENDIX B — SEWER MAIN LINING & REPAIRS PLANS: Replace Sheets 1, 6-351 38 and 4144 with the attached. 2. APPENDIX C —STORM DRAIN SYSTEM REHABILITATION PROJECT PLANS: Replace Sheet 1 with the attachment. 3. APPENDIX C —STORM DRAIN SYSTEM REHABILITATION PROJECT PLANS: Replace detail Sheet 24 with the attachment. E. CLARIFICATION: 1, APPENDIX C — STORM DRAIN SYSTEM REHABILIATION PROJECT PLANS: SHEET 9, OBJ ID. 3765, Access to the storm drain outlet is by foot only, there is no vehicular access. 2. APPENDIX C —STORM DRAIN SYSTEM REHABILIATION PROJECT PLANS: SHEET 15, OBJ ID. 1387, Access to the CB 1 is accessible by foot only, there is no vehicular access. 3. APPENDIX C —STORM DRAIN SYSTEM REHABILIATION PROJECT PLANS: SHEET 191 OBJ ID. 2903, Access may be granted to the Emergency Access road off north side of Jamboree Road. The access road does not directly lead to the outlet of the storm drain pipe, but access to the pipe is available by foot only approximately 400 feet. Usage of the Emergency Access road is only available during work hours and may not be used as a staging work area and/or storage area for the job site. 4. APPENDIX C —STORM DRAIN SYSTEM REHABILIATION PROJECT PLANS: SHEET 20, OBJ ID. 2919 & 2920, Access may be granted to the Emergency Access road off north side of Jamboree Road. The access road does not directly lead to the outlet of the storm drain pipe, but access to the pipe is available by foot only approximately 80 feet. Usage of the Emergency Access road is only available during work hours and may not be used as a staging work area and/or storage area for the job site. Page 3 of 3 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. 1 have carefully examined this Addendum and have included full payment in my Proposal. )atita, or &o I/O�P�� Bidddeer's Name (Please Printy (L�/�� Date & Tule VW Attachments: - Special Provisions, Cover Sheet Cj Section 500-3 Sewer Force Main Rehabilitation by Pipe -Bursting Method - Appendix B — Sewer Main Lining & Repairs Plans, Sheets 1, 6-35, 38, 4144 Appendix C — Storm Drain System Rehabilitation Project Plans, Sheet 1 Appendix C — Storm Drain System Rehabilitation Project Plans, Sheet 24 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT CONTRACT NO. C-7538-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 3 3 3 4 4 4 4 4 4 4 4 4 5 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 8 6-9 LIQUIDATED DAMAGES 9 6-11 SEQUENCE OF CONSTRUCTION 9 6-11.1 Multiple Headings 9 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 10 10 500-3 SEWER FORCE MAIN REHABILITATION by PIPE -BURSTING METHOD. 500-3.1 Requirements. 500-3.1.1 General. It is the intent of this section to covers the work necessary to furnish and install, complete and in place, high density polyethylene pipe (HDPE) pipe by the pipe bursting method for the replacement of the existing AC sewer force main. This includes excavation, shoring and replacement of access/insertion pits, removal and replacement of join points, angle points, connections to manholes and placing replacement pipelines into service. Contractor shall have a minimum of three (3) pipe bursting projects of similar diameter, length, soil type and installation conditions successfully completed within the last 3 years. The following systems may be used: • Pipe Insertion Method (PIM). • TT Technology method. • Tenbusch method. • Vermeer Hammerhead mole method. • Or Equal. 500-3.1.2 Submittals. a. The Contractor shall submit catalog cuts, specifications, dimensioned drawings, the proposed diameters of bursting head and expander to be used, manufacturer's recommendation for installation, installation details and sketches, and other pertinent information for the HDPE pipe installation work. All materials provided shall be fully in accordance with the requirements of the reference sections specified herein. b. The Contractor shall submit detail drawings and a written description of the construction procedure, sequence to bypass sewage flow (Section 306-2), install pipe, and connection to the sewer manhole. c. The Contractor shall submit Pre- and Post -CCTV Inspection videos. See Section 500-1.1.4 and 500-1.1.5. d. The Contractor shall submit a copy of the technician's certification(s) for the operation of the fusion equipment. e. Submit debeading process and equipment for use in removing the internal bead for the newly joined HDPE pipe sections. 500-3.1.3 Quality Assurance. Quality assurance procedures shall be performed by the pipe manufacturer fully in accordance with the requirements of this specification. The certification shall include certified laboratory data confirming that said tests have been performed on a sample of the pipe to be provided under this contract, or pipe from that production run, and that satisfactory results were obtained. Fusion joining and other procedures necessary for correct assembly of the pipe shall be done only by personnel trained in those skills and have three years of experience in fusion joining, to the satisfaction of the Engineer and the pipe manufacturer/supplier. Only those tools designed for the aforementioned procedures, and approved by the pipe manufacturer or supplier and the Engineer, shall be used for assembly of pipe fittings to ensure proper installation. The heater plate shall be equipped with suitable means to measure the temperature of plate surfaces and to assure uniform heating such as thermometers or pyrometers. Pipe insertion equipment shall be operated only by technicians who have a minimum of three years of experience in the installation of the pipe as specified herein. The technician's experience shall be documented in the bid submittal. The Contractor shall videotape the installed pipe after existing services have been reconnected and manhole work has been completed. The original television inspection videotape shall be provided to the Engineer for approval. The Contractor and/or Subcontractor performing the pipe bursting work, if applicable, shall provide to the City a warranty to be in force and effect for a period of one (1) year from the date of final project acceptance by the City. The warranty shall require the Contractor and/or Subcontractor to repair or replace the pipe should leakage, separation, collapse or other failure result from faulty materials or installation as determined by the Engineer. The Contractor shall furnish a manufacturer's certificate affidavit of compliance for all HDPE pipe and fittings furnished confirming that the materials supplied fully conform to the requirements specified herein. The Contractor shall perform trial fusion welds and submit samples to the Engineer for review prior to installation of the pipe. Full penetration welds shall provide a homogeneous material across the cross section of the weld. The fusion machine employed for the trial welds shall be the same machine to be utilized for the installation work. 500-3.1.4 Delivery, Storage and Handling. The Contractor shall exercise special care during the unloading, handling, and storage of all polyethylene pipe to ensure that the pipe is not cut, gouged, scored or otherwise damaged. Any pipe segment which has cuts in the pipe wall exceeding 10 percent of the wall thickness shall be cut out and removed from the site at the Contractor's cost. The pipe shall be stored so that it is not deformed axially or circumferentially. 500-4.1 Products. 500-4.1.1 General. Piping used for pipe bursting shall be High Density Polyethylene (HDPE) pipe as specified. Pipe shall be joined by butt fusion welding, as specified herein. The Contractor shall furnish and install high-density polyethylene pipe (HDPE) and all appurtenances as specified herein, complete in place. HDPE pipe and fittings specified herein shall be used only in association with pipe bursting construction methods. Fusion equipment shall be operated only by technicians who have been certified by the pipe manufacturer or supplier and who have a minimum of three (3) years of experience fusion welding 4 -inch or larger diameter HDPE pipelines. 500-4.1.2 Submittals. a. The Contractor shall furnish a manufacturer's certificate affidavit of compliance for all HDPE pipe and fittings furnished confirming that the materials supplied fully conform to the requirements specified herein prior to ordering materials. b. The Contractor shall submit a copy of the technicians' certification(s) for the operation of the fusion equipment. c. Submit debeading process and equipment for use in removing the internal bead for the newly joined HDPE pipe sections. d. The Contractor shall perform trial fusion welds and submit samples to the Engineer for review prior to installation of the pipe. Full penetration welds shall provide a homogeneous material across the cross section of the weld. The fusion machine employed for the trial welds shall be the same machine to be utilized for the installation work. 500-4.1.3 Quality Assurance. Except as modified in this Section, all materials used in the manufacture or installation of the pipe shall be tested in accordance with the requirements of the Applicable ASTM standards. All installed pipe shall be cleaned and televised in accordance with Section 500-1.1.4. and 500-1.1.5 500-4.1.4 Delivery, Storage and Handling. The Contractor shall exercise special care during the unloading, A. handling, and storage of all polyethylene pipe to ensure that the pipe is not cut, gouged, scored or otherwise damaged. Any pipe segment which has cuts in the pipe wall exceeding 10 percent of the wall thickness shall be cut out and removed from the site at the Contractor's cost. The pipe shall be stored so that it is not deformed axially or circumferentially. All pipe without an ultraviolet inhibitor shall not be stored uncovered outside. 500-4.1.5 Piping Materials. HDPE pipe, fittings, couplings, and appurtenances shall be furnished in accordance with the requirements specified herein. Referenced pipe sizes are nominal pipe diameters. Pipe and fittings shall be high density, high molecular weight polyethylene with a cell classification of 345434D, as defined in ASTM D 3350. In addition, the material shall be listed by the Plastic Pipe Institute with a designation of PE 3408 and shall be classified as a Type III, Class C, Category 5, Grade P34 material, as defined in ASTM D 1248. Pipe Color • Inside: The inner wall shall be white, light green, light red (vitrified clay color), or natural. Yellow, black, and light purple are not acceptable. • Outside: The outer wall shall be black, white, light green, light red (vitrified clay color), or natural. Yellow and light purple are not acceptable. • Both the inside and outside may be the same color. Fittings shall be of the same material and class as the pipe. Identification of pipe and fittings shall be in accordance with ASTM D 3350. Pipe and fittings shall be made from virgin material. No rework compound, except that obtained from the manufacturers own production of the same formulation, shall be used. Pipe and fittings shall be homogeneous throughout and shall be free of visible cracks, holes, foreign material, blisters, or other deleterious faults. Dimensions of pipe and fittings shall be in accordance with ASTM F 714. Pipe and fittings shall be at SDR 11 for force mains. Pipe and fittings shall have a minimum pressure rating of one hundred (100) psi at seventy three and four -tenth degrees Fahrenheit (73.4°F). The physical properties of the pipe and fittings material shall be as follows: PROPERTY TEST METHOD VALUE Density ASTM D 1505 0.955 gm/cc Melt Index ASTM D 1238 0.14 gm/10 min Environmental Stress- Cracking Resistance a ASTM D 1693 > 5,000 hr > 800 hr Tensile Strength, Yield b ASTM D 638 3,200 psi Elongation at Break c ASTM D 638 > 750 percent Vicat Softening Temperature ASTM D 1525 257° F Brittleness Temperature ASTM D 746 < -180° F Flexural Modulus ASTM D 3350 125,000 psi Modulus of Elasticity ASTM D 638 105,000 psi Hardness ASTM D 2240 65 Shore D Coefficient of Linear Thermal Expansion d ASTM D 696 8.3x10-5 in/in/°F 1.2x10-4 in/in/°F Long Term Strength e ASTM D 2837 1,600 psi 800 psi a - Condition A, B & C @ 0°F; Compressed Ring @ 50°F b - Type IV specimen c - Type IV specimen d - Molded specimen; Extruded pipe e - @ 73°F; @ 140°F 500-4.1.6 Markings. Pipe materials shall be legibly marked by the pipe manufacturer. The following shall be printed on the pipe: 1. Name and trademark of manufacturer. 2. Nominal pipe size. 3. Dimension Ratio (DR). 4. The letters PE followed by the polyethylene grade per ASTM D1248, followed by the Hydrostatic Design Basis in hundreds of psi. 5. Manufacturing Standard Reference. 6. A production code from which the date and place of manufacture can be determined. 500-4.1.7 Joints. Joints in HDPE pipe shall be made using thermal butt -fusion welding equipment designed for the specific purpose of permanently connecting HDPE pipes. This equipment shall be capable of squarely facing the pipe ends to be joined, properly heating each pipe end to the temperature range specified by the pipe manufacturer, and applying and sustaining the appropriate pressure, as recommended by the pipe manufacturer. Test joints may be requested at the Inspector's discretion to ensure the quality of the joints. For pressure pipe installation, the butt -fusion welding machine shall be outfitted with a measuring and recording unit that documents the conditions existing during the fusion of each individual weld. A printout that includes the date and time each joint was made, the joint number, the initials of the machine operator, the platen temperature at the time of mating, the pressure during the heating cycle, the time period for the heating cycle, the pressure during the soak cycle, and the time period of the soak cycle shall be machine -generated and delivered to the Engineer at the end of each work shift. • The recording unit shall be a DataLogger, as manufactured by McElroy Manufacturing, Inc., or approved equal. Fusion equipment shall be operated by certified technicians. A copy of the technician's certification shall be provided to the District prior to the start of the work. Furthermore, all technicians performing butt -fusion welding on this project shall have a minimum of two (2) years experience operating the same equipment used hereon. Butt -fusion welding equipment shall be as follows, or approved equal: • McElroy No. 412 Hydraulic Fusion Machine, McElroy Manufacturing, Tulsa, Oklahoma. • Proweld Field 12 (315)-R, Asahi/America, Malden, Massachusetts. 500-4.1.8 Fittings. The Contractor shall provide fabricated fittings where required. Fabricated fittings shall be of the same material as, and shall have a minimum pressure rating equal to, the pipeline material. If the fitting is in-line with the pipeline (i.e., a flange adapter), then the I.D. of the fitting shall be the same as the pipe. If the fitting is off-line (i.e., a tee), then the fitting shall have an I.D. in accordance with the plans. Unless otherwise required, all fittings shall be butt -fusion welded or flanged. 500-4.1.9 Field Closure (Electrofusion) Couplings. Field closure couplings shall be electrofusion couplings designed and manufactured in accordance with ASTM F-1055 for use with pipe conforming to ASTM D2513/3035, - 714 and with Butt fittings conforming to ASTM D3261 as applicable. Electrofusion couplings shall be produced from a pre -blended virgin resin that has a PPI listing of PE3408 which complies with ASTM D3350 and shall tested in accordance with AWWA C906 specification. The electrofusion coupling shall have the following features: 1. Engineered for use on HDPE pipe 2. Dual electrofusion coils 3. Pressure rated for 200 psi for water 4. NSF listed Resin 5. Meets AWWA C906 500-4.1.10 Execution. Sewer pipelines shall be constructed in compliance with the requirements of this Section. Work shall meet or exceed the requirements of these Specifications. The Contractor shall inspect each pipe and fitting prior to butt -fusion welding and again prior to installation. Any damaged pipe or fittings shall be replaced by the Contractor at no additional cost to the City. Prior to butt -fusion welding or installation, each pipe or fitting shall be thoroughly cleaned and shall be kept clean. The material used to clean the pipe and fittings shall be as recommended by the pipe manufacturer. 500-4.1.11 Butt -Fusion Welding. Butt -fusion welds shall be performed in accordance with manufacturer's instructions. The butt -fusion welding procedures are summarized below: • Clean each pipe end with a clean cotton cloth to remove dirt, oil, grease and other foreign materials. • Square (face) the mating surfaces of each of the pipes to be fused. • Bring the two (2) pipe ends together and adjust the pipe locations to ensure proper alignment. • Verify that the surface temperature of the heater plate is between three hundred seventy five degrees Fahrenheit (375°F) to four hundred degrees Fahrenheit (400°F) and then clean the heater surface with a clean cotton cloth. • Insert the heater plate between the pipe ends, bring the ends into firm contact with the heater plate without applying pressure and achieve a proper melt pattern. • After achieving the proper melt bead, remove the heater plate and quickly examine the pipe ends for complete melt. • Once complete melt has been accomplished, rapidly bring the pipe ends together and apply pressure as recommended by the pipe manufacturer. • Hold the pressure constant and at the proper level throughout the cooling period, for the minimum time period recommended by the pipe manufacturer or as necessary to achieve proper cooling. For main sewer installations, the Contractor shall mark each joint with the individual joint number, corresponding to the joint identification number appearing on the printout of the data logger attached to the butt -fusion welding machine. The printout shall be attached to the pipe near the joint for collection by the Engineer. For main sewer installations, the Contractor shall remove the internal melt bead from the welded joint. Bead removal shall be accomplished in a manner that does not score or gouge the pipe. Where pipe laydown area available prevents feasibility of debeading all joints, then the City may allow non-debeading of some joints as required. In no instance will less than 200 feet between internal beads be allowed. 500-4.1.12 Installation. All pipe bursting that require the use of HDPE pipe shall be executed as listed in Section 500-3. Horizontal curves shall be installed by forced bending of the pipe. Minimum curvature radius requirements for HDPE pipe are shown on the table below. All designs of curvilinear sewers are subject to approval by the Engineer. HDPE Pipe DR Minimum Curve Radius <_ 9 20 times pipe O.D. > 9 - 13.5 25 times pipe O.D. > 13.5- 21 27 times pipe O.D. > 21 30 times pipe O.D. Fitting or flange present in bend 100 times pipe O.D. Fittings/joints that are to be assembled after the pipe has been installed shall be butt fused where accessible. Electrofusion couplings shall be used for field closures as needed. All work shall be performed and supervised by personnel experienced in the installation of the pipe by pipe bursting method as specified herein. Installation guidelines from the pipe supplier shall be followed for all installations. The Contractor shall protect facilities from damage by forces generated by the pipe bursting equipment. Adjacent utilities shall be identified by means of USA verification and/or potholing prior to work. Sections of polyethylene pipe shall be joined into continuous lengths on the job site above ground. The joining method shall be the butt fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations and per Section 504-1. The inside weld bead shall be removed by cutting the bead away without scoring the inside wall of the pipe. Insertion/Receiving Pits: Insertion/receiving pits shall be prepared and backfilled in accordance with these specifications. All pits shall be adequately shored and braced, to insure safe work areas in accordance with these specifications. When not indicated in the Contract Documents, the locations for the insertion/receiving pits are to be determined by the Contractor and approved by the Engineer. In considering locations for insertion/receiving pits, the Contractor shall consider the size of the existing sewer and new pipe, locations of obstructions and services, locations of manholes, pulling distances, traffic conditions, and locations of utilities. Insertion pits shall have a maximum slope of 2.5:1 entry slope and shall be shaped to permit as long a radius in the new pipe as feasible. This radius shall not be less than 35 times the outside diameter at pipe. If existing manholes are destroyed or damaged while constructing the insertion/receiving pits, they shall be reconstructed and/or repaired at no cost to the City. The Contractor shall backfill all points where the new pipe has been exposed, such as insertion pits, outside of manholes, lateral connections, critical utility crossings, etc. The backfill material shall be compacted according to the surface restoration required as outlined in these Specifications. The Contract shall excavate to provide air gaps at utility crossings for existing utilities with less than 2'-0" clearance to the outside diameter of the new sewer pipe. All loose soil shall be removed from the excavation prior to backfilling. The Contractor shall physically disconnect the existing force main as needed prior to pipe bursting. The pipe will be installed in a manner so the pipe curve radius is never less than the pipe manufacturer's recommended minimum bending radius. The Contractor shall install the pipe by utilizing static bursting or cone cracking methods. The use of hydraulic or pneumatic bursting devices must be approved by the City. The void created by the bursting device shall be sufficient in size to accommodate the pipe which shall be installed immediately after the void has been formed. Where pipe is installed by pulling in tension, the recommended Safe Pulling Force, according to the pipe supplier, shall not be exceeded. The Contractor shall anchor the pipe to concrete structures or manholes after the pipe has been installed along the length of sewer replaced. The Contractor shall use a water stop or flange adapter, as supplied by the pipe manufacturer that is firmly seated perpendicular to the pipe axis, around the pipe exterior and cast into the structure base or near the structure wall center. The structure or manhole connection shall be made after adequate time has been allowed for the pipe to relax from the applied tension forces, as specified herein. 500-4.1.13 Stress and Strain Relief of HDPE Pipe After Pulling Operations. The Contractor shall allow the pipe to return to its original length and shape in the unstressed state prior to trimming the excess pipe in the manholes. The pipe manufacturer's recommendations shall be followed regarding the relief and normalization of stress and strain due to temporary stretching or elongation after pulling operations are completed. Contractor shall consider temperature and pulling time required when calculating required time for stress and strain relief. Time allowed for stress and strain relief shall be not less than 24 hours without a specific recommendation otherwise from the pipe manufacturer. The Contractor shall allow a minimum of six (6) hours to elapse after pipe bursting mainlines prior to connecting permanent lateral connections to the new main, in order to allow the pipe to relax from the applied tension forces. The Contractor shall provide temporary bypassing as required to prevent overflows from side sewers. 500-4.1.14 Pipe Testing. All tests shall be completed and approved prior to placing of permanent resurfacing. Testing of pipe shall be in conformance with this section. After completion of construction of the pipeline and prior to final pavement restoration, the Contractor shall inspect all new pipelines for obstructions and shall clean all new lines. The Contractor shall inspect the new lines by television camera in accordance with Section 500-1.1.4 and 500-1.1.5 and submit logs and videos to the Engineer. Television inspection shall be witnessed by the Engineer or its appointed delegate. Any lines showing unacceptable pipe construction such as offset joints >1/2" or deformed pipe shape (ovality >7% of pipe diameter) will be rejected and contractor will be required to repair those deficiencies at its own cost. If the post -CCTV inspection indicates that sag(s) may be present which pond water greater than 1 inch in depth for pipes less than ten (10) inches in diameter, or sags greater than two (2) inches for larger piping, then the Contractor shall notify the Engineer immediately. If it is determined by the Engineer that there is a sag or hump in the installed piping after completion of pipe bursting and repair is required, then the Contractor shall repair the sag for the length directed by the Engineer. The sag repair shall be performed per manufacture's recommendations and at no additional costs to the City. All pressure piping shall be tested with water as the test medium. Conduct pressure and leakage tests on all newly installed pressure pipelines. Furnish all necessary equipment, instrumentation, and material including temporary plugs and make all taps in the pipe, as required. The Engineer or its appointed Representative shall be present for all pressure testing. Where any section of pipe is provided with concrete thrust blocking, do not make the pressure test until at least 5 days have elapsed after the thrust blocking is installed. If high -early strength cement is used for thrust blocking, the time may be reduced to 3 days. Conduct the tests on piping after the piping has been completely installed, including all supports, hangers, and anchors. Hydrostatic testing. Expel all air from the piping system prior to testing and apply and maintain the test pressure hereinafter specified by means of a hydraulic force pump. Valve off the piping system when the test pressure is reached and conduct the pressure test for a minimum of 2 hours, reopening the isolation valve only as necessary to restore the test pressure. The pump suction shall be in a barrel or similar device, or metered so that the amount of water required to maintain the test pressure may be measured accurately. Pressure side sewers may be tested for a minimum period of fifteen (15) minutes. Repairs of defects that are discovered as a result of inspection or tests shall be made with new materials. Caulking of screwed joints, cracks, or holes will not be accepted. Tests shall be repeated after defects have been eliminated at no additional cost to the City. For pressure sewers, the minimum test pressure shall be one hundred fifty percent (150%) of maximum design operating pressure measured at the lowest point of the pipeline section being tested, or 50 psi, whichever is greater. 500-4.1.15 Measurement and Payment. Payment for completed pipe -bursting will be made as shown in the Bid. Unless otherwise specified, the pipe -bursting will be measured along the longitudinal axis along the finished surface between insertion and exit points (manholes, access pits) and shall not include the inside dimensions of any structures. The price paid per linear foot of pipe -bursting shall include full compensation for furnishing all labor, materials, tools, equipment, apparatus, and incidentals for doing all the work required including the post - inspection video. APPROVED: PUBLIC WORKS DEPARTMENT SEWERMAINMAIN LINI�f'G AND REPAIRS / I C-7538-1 WORKS R.C.E. NO. 47961 DATE: 4/=, -16 -) I lj APPROVED: DATE: G� 1 - `c ACTINCATY ENGINE R.C.E. NO. 46214 APPROVED: `fir' r UTILITIES D ECTOR R.C.E. NO. 61527 wl�l DFN & CIVIL ENGINEERS ��-"`LAND SURVEYORSSOCInTFIS PLANNERS cn. No. 40496 * Exp. 3-31-21 2552 WHITE ROAD, SUITE B, IRVINE, CA 92614 sf (949) 660-0110 FAX: 660-0418 9T C F 4F .r �`--- 6 J 19 DAVID L. BA PE 40496 DATE TITLE SHEET DATE: V l0 -/7 DESIGNED: SK I DRAWN: MJ/SK CHECKED: DATE: SK /DB 1 06/03/2019 C OQ, IPATRtfK ARCINL A, T -.E. NO. 707 SENT GINEER DATE: ��19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 S -5312-S SHEET OF 45 aytt`e ,4 • CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR C/) °tAl R02-007 03 MHR02-005 MHR02 7±' I D=5t' _ D= •� ,•. � - ��_ 3 Vii: _ BLVD =-• _ WEST BALBOA OCSD 1 E' I 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 1 - LINE R02_007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 1 17 S -5312 -SI SHEET 6 OF 45 aytt`e ,4 • CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR BAY AVENUE WEST c~n R02006 uwpng nn -,4 J D=7t' N 15 1 r � k I co _. MHR04_004 1 WEST BALBOA BLVD OCSD 18" � LOCATION MAP AREA 2 - LINE R02_006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT I 100 50 0 100 SCALE IN FEET INCH = 100 FEET 1966-369-001 C-7538-1 1 17 S-5312—SI SHEET 7 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG w Lu MHR04_005 cn D=5.8± BAY AVENUE R04_007 F- N r LEGEND -�- EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR w jq4lE MHR04_003 D=6±' :7 WEST WEST BALBOA BLV OCSD 18" I - 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 3 - LINE R04_007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 17 S -5,312 -SI SHEET 8 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG AL LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR Lu Lu MHR04_003 c/)r D=s±' BAY AVENUE WEST R04_006 Lu Lu MHR04_004 J I --- D=4.4t' _ WEST BALBOA BLVD o- OCSD 1 it 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 4 - LINE R04_006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 W C-7538-1 S -5312 -SI SHEET 9 OF 45 o, CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG JL BAY MHR06_003 D=4.5t' �I MHR06_002 D=6±' F WEST Lu oLli o � �I cn 0 LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR MHR06_004 D=5f' PLX R06_004 AND 0 AVENUE 1 4 M 4 BALBOA BLVD_ 0 CST 18T OCEAN � FRONT r WEST. 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 5 - LINE R06_003 & R06_004 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 �11ol� � S -5312 -SI SHEET 10 OF 45 Wow �O CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG SEE 40' SCALE PLAN ON SHEET 41 AND DETAIL SHEET 45 LMHR08_009 I Fr;FNin —>— EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR Lu � � I ' ~ O I WEST BALBOA 6C—SD 18� $ I MHROB-002 I D=6±' R08-002 0-4 OCEAN FRONT ALLEY W WEST OCEAN FRONT LOCATION MAP AREA 6 - LINES R08 -0 11 & R08002 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BLVD — - i ti 100 50 0 100 SCALE IN FEET INCH = 100 FEET 4� .pCJ O 6 1966-369-001 =~ C-7538-1 S-5312—SI SHEET 11 OF o, CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG LEGEND —>— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR WEST BAY AVE L w 0.7 VJ BLVD �— WEST BALBOA�BLVD UCSD 13- MHR09_003 D=3.5±' 14DMHR09_001 MHR09_002 =am' D=5±' o R09_002 CD OCEAN FRONT ALLEY W = -w WEST OCEAN FRONT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 7 - LINE R09_002 & R09_003 CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 7o' PUBLIC WORKS DEPARTMENT S-5312—Si SHEET 12 of 4s CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR ol WEST BAY AVE Lu LHR21_003 MHR21Q _002 R21_002 z D=5f' D=6t' R21_003 Lu Lu z ry Q J "' MHR21_001 D=6±' MHR11 (OCSD) MHR21 (OCSD) Fo i t, OCSD 18" `WEST BALBOA BLVD LHR11_006 I D=5±' MHR11_001 0 D=8.5±' o WEST R11_002 NT ALLEY W MHR11_002 D=5f' OCEAN Lu -0 Q o z Q J FRONT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 8 - LINES R21_003, R21002, R 11 _002, & R 11 _003 CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 PUBLIC WORKS DEPARTMENT S -5312-S SHEET 13 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG I � 1 z �!.Am W w Ia 0 -,SOUTH � BAY FRONT '31_056 LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR Lu Z: w 1 Q 1 Q 0- 0 O SEE SHEET 421 FOR 40' SCALE PLAN 1 AND DETAIL 1 SHEET 45 L31 LOCATION MAP AREA 9 - LINE L31056 & L31055 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 I ol \ S-5,312—SI SHEET 14 OF 45 o, CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG PARK b P MHL31_058 D=6±' J ui O ::D w 1 Q Go 0 co z J 0 U � SOUTH LEGEND —>— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR I .:w Y. AVENUE r:. . MHL31_050 � D=4f' `I ui z w a m ZD BAY 0 0 I J U-1 z w a Q z 0 7Q AVE LOCATION MAP AREA 10 - LINE L31088 & L31080 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT N 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 � 10 S -5312—S SHEET 15 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR MHL31_099 D=7t' RONT BAY ...- f ui Lu :D I Lu ui Q � a a .JF I ZD z m G Q MHL31_098 _ D=7t' ,;d BALBOA LOCATION MAP AREA 11 -LINE L31_084 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AVENUE 0 J 9, IITT ;l 1� r�9.. 100 50 0 100 SCALE IN FEET INCH = 100 FEET 1966-369-001 7538-1 S -5312-S I SHEET 16 OF 45 *I CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR L31_028 BAY FRONT NORTH . � �► � MHL31_037 MHL31_038 D=5t' I D=5±' Aar l-Lj -I! 4 I I W W I I Q J Z W I- _ MAP AREA 12 - LINE L31028 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C 7 5 3 77-1-1 �7o' S-5312—SI SHEET 17 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR NORTH BAY FRONT � --� L31_025 �- MHL31_043 I MHL31_045 D=G±' - D=4.1t' moi,. Imo' W W I Lu ::D ::D l r a LL Z I ::D LSI Lu LSI I 100 50 0 100 a a "".' 1 INCH = 100 FEET a U) I = L1J ? I l r a LL Z Q O � I 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 13 -LINE L31025 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 1 17 S -5312 -SI SHEET 18 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG z w Q ;f `1 97,!. J I PARK MHL31_023 D=4.6t' Lu I z of Q LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR J Q MHL31_024 Q D=4.2f' U SEE SHEET 43 FOR 40' SCALE PLAN AND DETAIL ON SHEET 45 0 I z LOCATION MAP AREA 14 - LINE L31_035 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Jim - I AVENUE m- 100 50 0 100 SCALE IN FEET INCH = 100 FEET 1966-369-001 C-7538-1 17 S -5,312 -SI SHEET 19 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR HARBOR ISLAND DRIVE LOCATION MAP AREA 15 -LINE L68_010 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT l� 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 1 17 S -5312 -SI SHEET 20 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG MHL28_086 D=6.5t' MHL28_084 D=6.5f' LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR Is 24" DIP OCSD • h 12 1 ?8 � Es 9 LOCATION MAP AREA 16 - LINES L28109 THROUGH L28113 CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 PUBLIC WORKS DEPARTMENT S -5312-S SCALE IN FEET INCH = 100 FEET SHEET 21 OF 45 o, CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG 0 �A_ I - "T MHL15_045 D=9.4t' L15_050 10 MHL15_044 D=7t' OCEAN r"R J MHL15_051 D=8.3t' LEGEND —>— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR Lu .•f411� F t _ a a� w w u - BOULEVARD 1� FERNLEAF RAMP FORCED MAIN w A t `u I 1LL- S 0 1oVF � ui ST z I I w LOCATION MAP AREA 17- LINE L15_050 & L15_061 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 101 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 � 10 S -5312-S SHEET 22 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG ` JAW / P QQ� fl �O \LL.11 4r 4 4 4 MHL15_110 FORCE MAIN MHL15_109 D=5f' L15_156 LEGEND 0 O i EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR LOCATION MAP AREA 18 - LINE L15_155, L15_156, L15_158 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT \dell I UFT STATION MHL15�1,07 D=9f' \ L15_155 MHL15_108 D=5±' 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 I ol \ S -5,312 -SI SHEET 23 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG MHG22_056 ,i D=6.5±' '0004 �.` / i f np MHG22_049 D=9.5±' / LEGEND -�- EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR a_ A 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 19 - LINE G22_058 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 ""\\ S -5,312 -SI SHEET 24 OF 45 o r�o LEGEND CALL TOLL FREE 1-800-422-4133 —>— EXISTING SEWER ■ BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR VIA $ LIDO — — cn ry w Q 9 MHF01_051 D=8t' Lu Z Q X Q Q MHF01_038 D=1 0±' v-®-_- MHF01_049 f;jar� NORDY D=7t' Lu I � I = Q = zQ Lu U X LI >- � r I MHF01_048 D=7f' _Q Q ¢ I Q QI >I > I I — — -ULIDO SICT ,Mow —� LOCATION MAP AREA 20 - LINE F01069 & F01067 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 � 11 o S -5312—S SHEET 25 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG I I ` II I I MHF01_113 1 D=10f' y/ STA. t 10+00 LEGEND 0 O EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR / VIAo- QjaN vw cp STRADA DIJON F01 MHF01_114 D=6±' STA. t 12+82 i VIA EBOLI v om SEE 40' SCALE PLAN I ON SHEET 44 AND 8" CNB DETAIL ON SHEET 45 Ir FORCE MAIN I VIA FLORENCE VI I VIA 10,10, FF$J�0 LOCATION MAP AREA 21 - LINE F01_134 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 17 S -5,312 -SI SHEET 26 OF 45 FW r�a LEGEND CALL TOLL FREE 1-800-422-4133 EXISTING SEWER BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR Noo - 1 --- 44 s s* D05_ 1500 MHD05_150TD=1±' , \ N/ LOCATION MAP AREA 22 - LINE D05_149 & D05_150 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 I ol \ S-5,312—SI SHEET 27 OF 45 o, CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG SEE 40' SCALE PLAN ON SHEET 38 LEGEND —>— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR INSTALL NEW M/H — E18_12�TH .T= LOCATION MAP AREA 23 - LINE E18_121 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT rt N 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 �11ol� S -5312—S SHEET 28 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG �O L=f 10.0' APPROXIMATE ANGLE POINT MHD34_014 D=4t' LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR ,_.n LANCASTER I� H z Icn �co LOCATION MAP AREA 24 - LINE D34_015 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 ""\\ S-531 2-S SHEET 29 OF 45 o r�o LEGEND CALL TOLL FREE 1-800-422-4133 —>— EXISTING SEWER ■ BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR IYL co s'f } fn w .mfi l jf n+ TV WEST COAST .... N� SEASHORE HIGHWAY DRIVE e— e— OCEAN cf) FRONT D34_077 U' ALLEY W C MHD34_076 zINSTALL NEW Q D=6±' Q M/H 168.5' FROM MHD34_076 ui OCEAN FRONT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 25 - LINE D34_077 CITY OF NEWPORT BEACH 0-753 -0 C-7538-1 1 " '1"� PUBLIC WORKS DEPARTMENT S-5312-5 SHEET 30 of 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR /fir, I MHD34_057 D=6±' uiLu w �b - — - or- Mly" WEST COAST LOCATION MAP AREA 26 - LINE D34_057 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 HIGHWAY 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 1, ol \ S-531 2—S SHEET 31 OF 45 FW r�a LEGEND CALL TOLL FREE 1-800-422-4133 EXISTING SEWER BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE pCSDl LAMPHOLE POINT REPAIR 000 P 00 :p p MHH04 JAMBOREE D=14t' � - 1 t ' MHH03 D=9.Of' 1 LOCATION MAP AREA 27 - LINES H_002, H_003, & H_004 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT M M H W W 2 N W III cn 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 ""\\ S-531 2—S SHEET 32 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG DOMINGO DRNE MHH02cm Q M H W H_002 co W W N JAMBOREE SEA ISLAND DRIVE LOCATION MAP AREA 27 - LINES H_001 & H_002 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR ROAD MHH01 I D=8.5t' o o 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 ""\\ S-531 2-S SHEET 33 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG c: GP�P� dl A.C. FORCE MAIN Nt~ A a LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR \ 62ND STREET QHS WASTEWATER PUMP \\ STATION WETWELL MHD34_047 D=13.6±' MHD34_095 640 Er VCP ' SEWERy 4� APPROXIMATE ANGLE POINT tZ �l �T�FFT LOCATION MAP AREA 28 - LINE D34_060 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT qr u STS FFT W W co fui n ^- z J 2 V APPROXIMATE ANGLE POINT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 ""\\ S-531 2—S SHEET 34 OF 45 CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG 8" VCP wr SEWER Lu c=n APPROXIMATE Lu ANGLE POINT w%' I' A.C. \ FORCE MAIN �R APPROXIMATE \ , ANGLE POINT 0/x \ GAO n m o D '{ \Ilk F � Q I LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR APPROXIMATE ANGLE POINT LOCATION MAP AREA 28 - LINE D34_060 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - L=f 10.0' MHD34_014�= " D=4t' O � 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 17 S -5,312 -SI SHEET 35 OF 45 Wo`.k o, o CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG a 41 ep, 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET CONSTRUCTION NOTES NO. DESCRIPTION CITY OF COSTA MESA LEGEND —>— EXISTING SEWER SEWER TO BE SLIPLINED ® MANHOLE LAMPHOLE POINT REPAIR F r �� GUTTER LIP mi NOTES: CONTRACTOR TO POTHOLE HORIZONTAL AND VERTICAL JOIN POINTS FOR NEW CONSTRUCTION. INFORMATION OBTAINED FROM S -5300-S AS BUILTS DATED 9/17/92. SEE SHEET 39 FOR EXISTING STORM DRAIN PROFILE. SEE SHEET 40 FOR EXISTING 6' LATERAL PROFILE. O1 JOIN EXISTING 6' VCP LATERAL. USE 6 -INCH MR02-66 REPAIR COUPLING, AS MANUFACTURED BY MISSION RUBBER OFURNISH AND INSTALL SHALLOW MANHOLE PER SSPPWC STD. PLAN 201-2 FRAME AND COVER PER CNB STD- 112-L AND STD -409-L O3 FURNISH AND INSTALL 6" VCP SEWER LINE PER CNB STD -105 -L -C O4 CONSTRUCT PAVEMENT RESTORATION PER CNB STD -105-L IMPROVEMENT PLAN AREA 23 - LINE E18121 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 <,« S -5312-S SHEET 38 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG F 4 t al EXIST. SCE EXIST. 1 Or WATER EXIST. CATV ��� SrA. t10+7ZW EXIST. TEL j I EXIST 9' WATER EXIST 9' SEWER OAST. PULL BOX i Fr;FNn -�- EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR BAY AVENUE WEST MHR08-008 D---&5.0' UKQM EXIST. CATV POINT REPAIR -APPROXIMATE LOCATION CONTRACTOR TO VERIFY J W BAY AVENUE SECTION IS APPROXIMATELY 9' PCC OVER COMPACTED SAND THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND N ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. IMPROVEMENT PLAN AREA 6 - LINE R08_011 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET 1966-369-001 C-7538-1 ""\\ S -5312-S SHEET 41 OF 45 tt`e r4 -o • CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG II EX. r GAS EX. 8" VCP SEWER EX. 4' CIP WATER EX. ELEC. CONDUIT 11 LMHL31-067 D-5±' STA. f 10+00.00 EX. TELE. CABLE L31_056 POINT REPAIR -APPROXIMATE LOCATION CONTRACTOR TO VERIFY LEGEND O O POINT REPAIR STA. t 11+35.00 rIL31_055 EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR MHL31_066 D=5.7f' STA. f 11+37.37 SOUTH BAY FRONT SOUTH BAY FRONT SECTION IS APPROXIMATELY 4" PCC THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. IMPROVEMENT PLAN AREA 9 - LINE L31056 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET r,Nv P(o pY ~ r 1966-369-001 C-7538-1 S -5312 -SI SHEET 42 OF CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG u, EX. 8' NCP SEWER Z EX. 4 WATER �I Lu ei r` -_w. . ALLEY C/L C 0 EX. SIDEWALK Lu z Q PARK MHL31-02 0 D--4.6±' - STA. t 10+00 LEGEND MHL31_024 E> - D=4.2f' STA. t 13+02 O O WE I IN EX. 4' GAS 7 wb POINT REPAIR -APPROXIMATE LOCATION CONTRACTOR TO VERIFY POINT REPAIR STA. f 10+65 PARK AVENUE SECTION IS APPROXIMATELY 8" PCC ALLEY BETWEEN MARINE AVENUE & GRAND CANAL IS APPROXIMATELY 6' PCC THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR 0 z AVENUE cD - N 40 20 0 40 IMPROVEMENT PLAN AREA 14- LINE L31035 CITY OF NEWPORT BEACH 1966-369-001 SCALE IN FEET INCH = 40 FEET C-7538-1 PUBLIC WORKS DEPARTMENT S -5312-S I SHEET 43 of CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG lu MHF01_113 D=10f' STA f 10+00 Fr\P POINT REPAIR STA t 1 CATV �\ ELECTRICAL . CATV ---�,_ POINT REPAIR—APPROXIMATE LOCATION \ CONTRACTOR TO VERIFY 8' CNB FORCE MAIN /�— VIA LIDO C/L VIA EBOLI SECTION IS APPROXIMATELY 2" AC OVER 6" WARRENITE LEGEND —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR MHF01_114 D --6t: s STA. t 12+82 THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. IMPROVEMENT PLAN AREA 21 - LINE F01 134 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET I PoRl pY ~ r 1966-369-001 C-7538-1 I S-5312—SI SHEET 44 OF PUBLIC WORKS DEPARTMENT STORM DRAIN SYSTEM REHABILITATION PROJECT C- 38-1 APPROVED: 7K2,gilivDATE: P LIC 0 IRECTOR R.C.E. NO. 47961 4APPROVED: DATE: - -% • VrA ACT G CITY ENGI EER R.C.E. NO. 46214 APPROVED: DATE: UTILIT14 DIRECTOR R.C.E. NO. 61527 p�kpFEss /ONq LAW a C 69867 v A EXP: 09/30/202,0 9 1 %,Ple CIF vc,�-P, �� DESIGNED: I DRAWN: TITLE SHEET CITYOF NEWPORT BEACH III AUSCHER R.C.E. N0.79012 C-7538-1 SENIOR CINL ENGINEER PUBLIC WORKS DEPARTMENT D -5400-S I SHEET 1 of 24 1/2 INCH b GALVANIZED STEEL BARS, WELD TO PROTECTION BAR, AT 6 INCHES O.C. AND TO BAND AT 120 (3 LOCATIONS). BEND GALVANIZED STEEL PLATE AND WELD. 1/4 INCH x 3 INCH GALVANIZED STEEL BAND. BEND 2 INCH FLANGE AT ENDS. \,--1/2 INCH .6 GALVANIZED STEEL. PROTECTION BAR 1/4 INCH x 6 INCH �5/8 INCH 6 x 6 INCH GALVANIZED DIA -GALVANIZED MACHINE BOLT STEEL PLATE. 1 PROTECTION BAR aoo SEE NOTE 6 I STANDARD HDPE "TEE" SECTION HDPE > Cl -4 m 4 INCH P.C.0 SLAB SLOPE TO DRAIN--/_ 30" r 11 WRAP WITH ONE THICKNESS OF 15 POUND FELT PAPER, SHAPE OPENING FOR SMOOTH CMP ami 1 INVERT ELEV. A JOINT CONNECT TO CMP WITH P.C.C. COLLAR, IN ACCORDANCE WITH DETAIL AT RIGHT NOTES: 1. V, Dl, D2 AND ELEVATION A SHALL BE SHOWN ON THE CONSTRUCTION PLANS. 2. GRATE ASSEMBLY SHALL BE FABRICATED TO FIT HDPE OF SIZE D2. 3. GRATE ASSEMBLY SHALL BE GALVANIZED AFTER FABRICATION. 4. R.C.P. SHALL BE SIZED TO FIT FUTURE CATCH BASIN DESIGN. 5. GRATE ASSEMBLY SHALL BE FABRICATED TO FIT THE OUTSIDE DIAMETER OF STANDARD JUNCTION STRUCTURE SHAFT IF INDICATED ON CONSTRUCTION PLANS. 6. 1/2 INCH WIDE SLOTS OR 1/2 INCH TO 1 INCH 0 HPLES. 7. D1 GAUGE SHALL BE SAME AS D2. HDPE DROP INLET NOT TO SCALE DETAIL SHEET CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7538-1 V D -5400-S SHEET 24 OF 24 on on Page 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM N0.2 SEWER 8r STORM DRAIN SYSTEMS REHABILITATION PROJECT CONTRACT NO 7538-1 DATE: �7 — 3 -19 BY: Act' g City En . eer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. PROPOSAL (BID LINE ITEMS): The Bid Line Items list on Planeti3ids has been updated for the following: a. Change Item #48 "Sewer Line & Clar er Installation at City Yard — Residue Drying Area" under Additive Alternate to Item #50. b. Add Item #48 `Infiltration Control" with an allowance of $50,000.00. c. Add Item #49 "Replace Landscaping" as a Lump Sum. B. SPECIAL PROVISIONS: 1. Add Section 24 .2 Self Performance and change as follows: The Contractor shall perform, with its own organization, Contract work amounting to at least 25 percent of the Contract Price expect that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated Page 2 of 2 percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Revise the following items in Section 9-3 Payment: a. Revise the last sentence in Bid Items No. 35 through 38 to: "The Contractor should be aware that working in the storm drain system will require dewatering and a Wellpoint System will need to be provided." b. Change Item No. 48 under Additive Alternate Bid Item to Item No. 50. c. Add Item No, 48 Infiltration Control (Allowance): Work under this item shall include an allowance for infiltration potential and unforeseen infiltration conditions, as directed by the City Engineer. All work under this bid item requires prior written approval from the Engineer. This item may be removed or reduced in the contract at the Engineer's discretion. c. Add Item No, 49 Replace Landscaping: Work under this item shall include replacing landscape and irrigation affected by any storm drain or sewer work. Landscape and irrigation should be restored to existing conditions. This work includes, but is not limited to, Sheet 12 of 24 in the Storm Drain Plans. 3. Revision in Section 500-1.1.1 General: Change all mentions of ASTM F 1216-93 to ASTM 1`121646. C. PLANS: 1. Replace Sheet 12 of Storm Drain Pians with attached. 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. Bidder's Name (Please Date Sigy�ture &Title lt/1�8p�� Pl�ti Attachments: - Storm Drain Plans Sheet 72 of 24 TASK AREA 1 LOCATION MAP NOT TO SCALE El 30" GUN( \ \ WATER 16"H I G 1 PRESSURE \` GAS LINE Off\ \ CONSTRUCTION NOTES 1O PROTECT IN PLACE. �8 REMOVE EXISTING 18" CMP 11 INSTALL 18" SDR 35 PVC PIPE, PIPE BEDDING AND BACK— FILL, AND AC PAVEMENT PER CNB STD 105—L—A AND CNB 105—L—F. NEW 18' SDR35 PVC PIPE TO MAINTAIN EXISTING PIPE SLOPE �5 GROUT PIPE ANNULUS `\\ \ �o V I �18 WA� W14'cCSP 44 OPRES GAS S INE IN, / / / 491MEDIUM(1 \ i 24"DIP \ �\ E \ 1 GAS LINE \ _ OCSD �\ 40 20 0 40 6mm� SCALE IN FEET 1 INCH = 40 FEET 3837) 0 CALL TOLL FREE 1-800-227-2600 BEFORE YOU OIG TASK AREA 1 E. COAST HWY & CAMEO HIGHLANDS DR - OBJ ID. 3837 CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D -5400-S SHEET 12 OF 24 In CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT CONTRACT NO. C-7538-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 3 3 3 4 4 4 4 4 4 4 4 4 5 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 8 6-9 LIQUIDATED DAMAGES 9 6-11 SEQUENCE OF CONSTRUCTION 9 6-11.1 Multiple Headings 9 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 10 10 7-1.2 Temporary Utility Services 10 7-2 LABOR 10 7-2.2 Prevailing Wages 10 7-7 COOPERATION AND COLLATERAL WORK 10 7-8 WORK SITE MAINTENANCE 10 7-8.4 Storage of Equipment and Materials 10 7-8.4.2 Storage in Public Streets 10 7-8.5 Sanitary Sewers 11 7-8.5.2 Sewage Bypass and Pumping Plan 11 7-8.5.4 Minimum Flow Objectives 11 7-8.5.5 Requirements 11 7-8.5.6 Existing Wastewater Flows 12 7-8.5.7 Submittals 12 7-8.5.8 Job Conditions 13 7-8.6 Water Pollution Control 13 7-8.6.2 Best Management Practices (BMPs) 13 7-8.6.4 Dewatering 13 7-8.6.5 Payment. 14 7-8.7 Products 14 7-8.8 Execution 15 7-8.8.1 General 15 7-8.8.2 Damages 17 7-8.9 Payment 17 7-8.10 STORM DRAIN FLOW BY-PASS SYSTEM 17 7-10 SAFETY 17 7-10.3 Haul Routes 17 7-10.4 Safety 17 7-10.4.1 Work Site Safety 17 7-10.5 Security and Protective Devices 18 7-10.5.3 Steel Plate Covers 18 SECTION 9 - MEASUREMENT AND PAYMENT 18 9-2 LUMP SUM WORK 18 9-3 PAYMENT 18 9-3.1 General 18 9-3.2 Partial and Final Payment. 29 SECTION 200 — ROCK MATERIALS 29 200-2 UNTREATED BASE MATERIALS 29 200-2.1 General 29 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 29 201-1 PORTLAND CEMENT CONCRETE 29 201-1.1 Requirements 29 201-1.1.2 Concrete Specified by Class and Alternate Class 29 201-2 REINFORCEMENT FOR CONCRETE 30 201-2.2 Steel Reinforcement 30 201-2.2.1 Reinforcing Steel 30 201-7 NON -MASONRY GROUT 30 201-7.2 Quick Setting Grout 30 201-8 SLURRY CEMENT BACKFILL 31 201-8.1 General 31 201-8.2 Materials 31 201-8.3 Mixing 32 SECTION 203 — BITUMINOUS MATERIALS 32 203-5 SLURRY SEAL 32 203-5.1 General 32 203-5.4 Emulsion -Aggregate Slurry (EAS) 32 203-5.4.1 General 32 203-5.4.2 Materials 32 203-6 ASPHALT CONCRETE 33 203-6.5 Type III Asphalt Concrete Mixtures 33 203-11 ASPHALT RUBBER HOT MIX (ARHM) 33 203-11.3 Composition and Grading 33 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 33 214-4 PAINT FOR STRIPING AND MARKINGS 33 214-4.1 General 33 214-6 PAVEMENT MARKERS 33 214-6.3 Non -Reflective Pavement Markers 33 214-6.3.1 General 33 214-6.4 Retroreflective Pavement Markers 33 214-6.4.1 General 33 SECTION 215 - TRAFFIC SIGNS 33 PART 3 - CONSTRUCTION METHODS 34 SECTION 300 - EARTHWORK 34 300-1 CLEARING AND GRUBBING 34 300-1.3 Removal and Disposal of Materials 34 300-1.3.1 General 34 300-1.3.2 Requirements 34 SECTION 302 - ROADWAY SURFACING 35 302-4 SLURRY SEAL SURFACING 35 302-4.8 Spreading and Application 35 302-4.9 Field Sampling and Testing 35 302-5 ASPHALT CONCRETE PAVEMENT 35 302-5.1 General 35 302-5.4 Tack Coat 36 302-5.8 Manholes (and Other Structures) 36 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 36 302-6.7 Traffic and Use Provisions 36 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 36 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 36 303-5.1 Requirements 36 303-5.1.1 General 36 303-5.4 Joints 36 303-5.4.1 General 36 303-5.5 Finishing 37 303-5.5.2 Curb 37 303-5.5.4 Gutter 37 303-7 COLORED CONCRETE 37 303-7.1 General 37 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 37 306-1 OPEN TRENCH OPERATIONS 37 306-1.1.5 Removal and Replacement of Surface Improvements 37 306-1.1.6 Bracing Excavations 37 306-1.2.1 Bedding 38 306-1.3 Backfill and Densification 38 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES 38 306-2.7 Shutdowns of Existing Pipelines 38 306-2.7.3 Temporary Bypasses 38 SECTION 314—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 41 500-1 SEWER PIPELINE REHABILITATION. 39 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 39 314-2.1 General 39 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 39 314-4.1 General 39 314-4.2 Control of Alignment and Layout 39 314-4.2.1 General 39 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 40 314-4.4.1 General 40 314-4.4.2 Surface Preparation 40 314-5 PAVEMENT MARKERS 40 314-5.1 General 40 SECTION 315 - TRAFFIC SIGN INSTALLATION 40 PART 5 — PIPELINE SYSTEM REHABILITATION 41 SECTION 500 — PIPELINE, MANHOLE AND STRUCTURE REHABILITATION 41 500-1 SEWER PIPELINE REHABILITATION. 41 500-1.1 Requirements. 41 500-1.1.1 General. 41 500-1.1.4 Cleaning and Preliminary Inspection. 42 500-1.1.5 Television Inspection. 42 500-1.1.7 Miscellaneous. 43 500-1.1.9 Measurement and Payment. 44 500-1.2 Pipeline Point Repair/ Replacement. 44 500-1.2.1 General. 44 500-1.2.2 Materials. 46 500-1.2.3 Excavation. 46 500-1.2.6 Installation and Field Inspection. 46 500-1.3 High -Density Polyethylene (HDPE) Solid -Wall Pipe Liner. 46 500-1.4 Cured in- Place (CIPP Liner). 46 500-1.4.2 Material Composition and Testing. 46 500-1.4.3 Resin and Tube Acceptance. 47 500-1.4.4 Chemical Resistance 47 500-1.4.5 Installation 47 500-1.4.6 Curing 48 500-1.5 PVC Pipe Lining System. 48 500-1.7 Deformed / Re- formed HDPE Pipe Liner. 48 500-1.8 CCFRPM Liner Pipe. 48 500-1.9 External In -Place Wrap. 48 500-1.10 Folded and Re- formed PVC Pipe Liner. 48 500-1.10.2 Type A Folded and Re- formed PVC Liner. 48 500-1.10.3 Type B Folded and Re- formed PVC Liner. 49 500-1.10.4 End Seals 50 500-1.11 HDPE Spirally -Wound Profile Wall Liner Pipe. 50 500-1.12 Polyvinyl Chloride (PVC) Closed Profile Liner Pipe. 50 500-1.13 Spiral Wound Polyvinyl Chloride (PVC) Pipe Liner. 50 500-2 STORM DRAIN PIPELINE REHABILITATION. 50 500-2.1 Requirements. 50 500-2.1.1 General. 50 500-2.1.2 Submittals 50 500-2.1.4 Cleaning and Preliminary Inspection. 51 500-2.1.5 Television Inspection. 52 500-2.1.7 Miscellaneous. 52 500-2.1.9 Measurement and Payment. 53 500-2.2 Pipeline Point Repair/ Replacement. 53 500-2.2.1 General. 53 500-2.2.3 Material Composition and Testing. 54 500-2.2.4 Chemical Resistance 54 500-2.2.6 Installation and Field Inspection. 54 500-2.4 Cured in- Place (CIPP Liner). 56 500-2.4.1 General 56 500-2.4.2 Material Composition and Testing. 56 500-2.4.4 Chemical Resistance 56 500-2.4.5 Installation 56 Add Section 500-2.14 Void Filling 56 IJ'►a��i�uI1�1.7_'►;if�.7_'►dd[���1��i�a� f SECTION 600 - ACCESS 58 600-1 GENERAL 58 600-2 VEHICULAR ACCESS 59 600-3 PEDESTRIAN ACCESS 59 SECTION 601— WORK AREA TRAFFIC CONTROL 59 601-1 GENERAL 59 601-2 TRAFFIC CONTROL PLAN (TCP) 59 PART 8 - LANDSCAPING AND IRRIGATION 61 SECTION 800 - MATERIALS 61 800-1 LANDSCAPING MATERIAL 61 800-1.1 Topsoil 61 800-1.1.1 General 61 SECTION 801 - INSTALLATION 61 801-1 General 61 801-6 MAINTENANCE AND PLANT ESTABLISHMENT 62 APPENDIX A — FOR REFERENCE ONLY 1 STORM DRAIN PROFILES & ASSESSMENT FORMS 1 APPENDIX 8 2 SEWER MAIN LINING & REPAIRS PLANS 2 APPENDIX C 3 STORM DRAIN SYSTEM REHABILITATION PROJECT PLANS 3 IV] APPENDIX D -ADDITIVE ALTERNATE SEWER LINE & CLARIFIER INSTALLATION PLAN CITY YARD - RESIDUE DRYING AREA [VI] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SEWER & STORM DRAIN SYSTEMS REHABILITATION PROJECT CONTRACT NO. C-7538-1 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. S -5312-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 SYMR01 S 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 valid "A" and/or Pipeline Specialty Contractor "C-34" license. If the contractor only possesses a "C-34" license, then all roadway and parkway repairs shall be performed Page 1 of 62 by a contractor with an "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. The Contractor shall submit the following documentation with the bid package: a. Documentation that the Contractor is certified and licensed for the CIPP lining process. b. Documentation that the Contractor is certified and licensed for installation of trenchless point repair liner. c. Documentation that the Contractor has a minimum of two (2) years installation experience and has installed a minimum of 5,000 lineal feet of CIPP liner using the Contractor's own forces. d. Documentation that the Contractor has a minimum of two (2) years installation experience and has installed a minimum of 2,000 lineal feet of trenchless point repair liner using the Contractor's own forces. e. Documentation shall list agency, project name, date installed, agency contact person and phone number. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of (1) distributing construction notices to affected residents; (2) construction surveying; (3) pre and post CCTV recording of sewer main and storm drain lines; (4) hydro -cleaning existing sewer main and storm drain lines; (5) constructing sewer point repair and storm drain point repair (6) removing sewer cleanout (lamp hole) and constructing manhole; (7) grinding protruding lateral; (8) lining existing sewer main and existing Corrugated Metal Pipe (CMP); (9) re -opening existing service lateral; (10) plugging or bypassing existing sewers and storm drains as necessary for new work; (11) potholing and exposing existing storm drain lines and utilities; (12) trench excavating and replacing pipe sections; (13) resurfacing trenches in the roadway and/or parkway, including installing pavement striping and markers; (14) grouting and filling voids within existing CMP; (15) installing storm drain inlet riser; (16) all other incidental items to be completed in place required by the Plans and Specifications. In addition the Contractor shall observe the following: 1. All contacts with the individual residents shall include a City representative. Page 2 of 62 2. The Contractor will not request the use of the individual properties water or power during the course of its work. 3. The Contractor will not access the work area through the front of the residences, unless otherwise directed by the Engineer. 4. The yards shall be secured from both visual and physical intrusion by means of screened fencing in conjunction with the work. 5. All individual yard fencing, walls and/or gates, shall be restored to a condition equal to or better than that which existed prior to the start of work. 6. The Contractor will restore/ replace all hardscaping, landscaping and irrigation improvements to a condition equal to or better than that which existed prior to the start of work, unless otherwise provided for on the plans or in these specifications. 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 restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 -hours in advance of any work. Page 3 of 62 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. 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 Page 4 of 62 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 Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by 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. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes 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 Page 5 of 62 shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 200 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 shall not perform work on Balboa Peninsula between Memorial Day to Labor Day without prior approval by the Engineer. If the installation including preliminary cuts cannot be completed in the specified normal working hours then lining between only one manhole to manhole reach per day will be allowed. No double runs. All live laterals must be opened with a preliminary cut to relieve the flow the same day as the installation. The preliminary cuts shall be a minimum of a 3 -inch smooth round cut. Final lateral cuts will be completed during Page 6 of 62 normal working hours on the next working day. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, Special Inspection fees will be charged against the Contractor, see 2-11. The fees will be deducted from any amounts due the Contractor. The Contractor shall not disrupt a service to a business or school within the project limits during normal working hours, without written consent of the business or school owner(s) or its authorized representative. In lieu of pumping (bypassing), and after verification of lateral location(s), the Contractor may elect to perform the lining during non -business hours and therefore deviate from the standard working day. The Contractor shall coordinate with the business owner(s) or school administrator(s) or their authorized representative and the City to determine the necessity of water service(s) and operating hours of each business or school affected by the work. The Contractor shall notify the Engineer five (5) working days prior to the need of this option. If the Engineer concurs, the Special Inspection fee requirements established per 2-11 will be waived, if not the Contractor will be responsible for the fees. If pumping (bypassing) is required to divert lateral flows from businesses or schools located within the project area, no deviation from the standard working day will be allowed. 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. For those locations where night work is allowed in order to minimize disruption to the community, the following requirements shall apply: A. Night work hours shall be considered to be from 7:30 p.m. to 6:30 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. Storm Drain System Rehabilitation night work locations on East Coast Highway between Fernleaf Avenue and Goldenrod Avenue may not occur from Thanksgiving Day through January 1 St, New Year Day. C. The Engineer must approve all requests for night work. D. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. E. All roads shall be open to traffic by 6:30 a.m. Page 7 of 62 Sewer Main lining night work locations: Sewer Object ID Location Area 6 — Line R08_11 Bay Ave W Area 18 — Line L15_155, L15_156 Glen Drive & L15_158 Area 22 — Line D05_149 & West Coast Highway D05_150 Area 27 — Lin H_001, H_002, Jamboree Road H_003 & H 004 Storm Drain System Rehabilitation night work locations: Storm Drain Object ID I Location 129952, and 683 2919-2920 2903 2932 3527 3528 5268 3529 3531 10th Street to West Balboa Boulevard Jamboree Road northeast of Sea Vista Drive Jamboree Road at Sea Vista Drive Jamboree Road southwest of Sea Vista Drive East Coast Highway at Fernleaf Avenue East Coast Highway south of Fernleaf Avenue East Coast Highway south of Fernleaf Avenue East Coast Highway north of Goldenrod Avenue East Coast Highway north of Goldenrod Avenue The following days are designated City holidays and are non -working days: 1. January 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (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. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a set of plans to the Engineer. Retention payment and bonds will not be released until the "As -Built" plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain "As -Built" drawings of Page 8 of 62 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 "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 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. 6-11 SEQUENCE OF CONSTRUCTION 6-11.1 Multiple Headings In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain two or more construction headings. However, the Contractor will not be allowed to have multiple phases of work occurring that have the corresponding traffic control devices in conflict with each other. Total open trench at any one time is not to exceed 500 linear feet. Page 9 of 62 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 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. 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 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. 7-7 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. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to Page 10 of 62 obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.5 Sanitary Sewers 7-8.5.2 Sewage Bypass and Pumping Plan The Contractor shall bypass all sewage flows during sewer related construction operations as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the Contractor shall provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120% of the peak flow as specified by the City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than one foot above the crown of the incoming sewer pipe. Plans for bypassing shall be submitted by the Contractor to the City for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the City does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability for sewage spills under this Contract. This Section specifies the requirements for temporary bypassing of sewers during internal television inspection, cleaning operations, sewer rehabilitation, and construction. 7-8.5.4 Minimum Flow Objectives By installing and operating a flow bypass system, the Contractor shall limit the flow in each sewer segment as follows: a. Heavy -Duty Mechanical Cleaning: 2 -inch depth (upstream) b. TV Inspection (post -cleaning): Zero (0) inch depth C. Liner Installation: Zero (0) inch d. Construction: Zero (0) inch e. TV Inspection (post -lining): Zero (0) inch depth 7-8.5.5 Requirements The Contractor shall: a. Provide labor, materials, and supervision to temporarily bypass flow around the Contractor's work. b. Notify the Engineer prior to bypassing sewage flow. C. Have the entire bypassing system in place and tested before bypassing any sewage. Page 11 of 62 d. Notify the Engineer of any sewage spills immediately upon discovering the spill. 7-8.5.6 Existing Wastewater Flows The existing flows in the sewers affected by this project have not been measured by the City. It is the Contractor's responsibility to design and provide adequate size pump(s) as required to pump the existing sewer flow including low and high flow periods. The Contractor shall provide various means (gravity diversion and/or pumping system) to bypass the amount of flow that is actually encountered. 7-8.5.7 Submittals The Contractor shall submit drawings and complete design data showing methods and equipment it proposes to utilize in sewer bypassing for approval by the Engineer. The submittal shall include the following information: 1. Drawings indicating the location of temporary sewer plugs and bypass discharge lines. 2. Capacities of pumps, prime movers, and standby equipment. 3. Design calculations proving adequacy of the system and selected equipment. 4. Standby power source. 5. Staffing plan for maintaining equipment for 24-hour continuous, reliable operation on weekdays and/or weekend days. 6. Traffic Control Plan. 7. Noise Control Plan. 8. Plan showing the existing sewer line and the proposed points of flow interruption and/or flow diversion. 9. Construction time schedule showing anticipated times of flow interruption and/or flow diversion. A description of the equipment to be used including: a. Size of suction and discharge pipe diameter and pipe material. b. Size and model of pumps, including horsepower, speed, voltage, phase, fuel type, and fuel consumption. c. Bury depth, backfill material, pipe material, temporary surface restoration, and permanent surface restoration material for portions of bypass pipe to be buried. d. Generator (if used) make, model, horsepower, speed, voltage, phase, fuel type, and fuel consumption. e. Total Design Head calculations. Page 12 of 62 f. Noise rating for all equipment. g. Security and protection of bypass system. h. Standby equipment that will be provided on-site in case of emergency. 10. Spill Contingency plan per 7-8.5.3. 7-8.5.8 Job Conditions Protection: In areas where flows are bypassed, all bypass flow shall be discharged as approved by the Engineer. No bypassing to the ground surface, receiving waters, storm drains, or bypassing which results in groundwater contamination or potential health hazards shall be permitted. Scheduling: The bypassing system shall not be shut down between shifts, on holidays or weekends, or during work stoppages without written permission from the Engineer. Contractor shall notify all parties whose service laterals will be out of service and to advise against water usage until the main line is back in service. In no case will the Contractor remove the bypass without informing the Engineer. 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 plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-8.6.4 Dewatering Delete subsection in total and substitute with the following "Dewatering shall be performed by the Contractor as necessary for construction of the Work and shall Page 13 of 62 include storm drain, subsurface and surface water. Dewatering shall be performed in conformance with NPDES Permit No. CAG918002 and/ or NPDES Permit CAG998001 as defined by the location of the Construction site and all other applicable local, state and Federal laws and permits issued by jurisdictional regulatory agencies. Permits necessary for treatment and disposal of accumulated water shall be obtained by the Contractor. Accumulated water shall be treated prior to disposal as required by a permit. The Contractor shall submit a working drawing and related supporting information per 2-5.3 detailing its proposed plan and methodology of dewatering and treatment and disposal of accumulated water. The plan shall identify the location, type and size of dewatering devices, pits and related equipment, the size and type of materials composing the collection system, the size and type of equipment to be used to retain and treat accumulated water, and the proposed disposal locations. The proposed disposal location will be either a storm drain system or receiving body of water as determine by the location of the Construction site. The Contractor shall provide the minimum number of pits necessary to allow for the construction and not affect areas outside the work zone." 7-8.6.5 Payment. Delete Subsection in total and substitute with the following: Unless otherwise provided in the specifications, no payment for implementation and maintenance of BMPs shall be considered. The cost thereof shall be considered as included in the price bid for the construction or installation of the items to which implementation and maintenance of BMPs is required, incidental or appurtenant. Said cost shall also include full compensation for all labor and materials including required disposal of materials. 7-8.7 Products 7-8.7.1 Materials The Contractor shall provide temporary pumps, conduits, and other equipment to bypass the sewer flow and all storm drain related construction operations, as required. Contractor shall furnish the necessary labor and supervision to set up and operate the pumping and bypass system including furnishing the necessary equipment and making arrangements to obtain power as required. Engine -driven pumps, used only for bypassing 8 -inch and sewer larger mains, shall be equipped with mufflers and/or shall be enclosed to keep the noise level less than 60db or 10db above ambient noise levels when measured at the property lines closest to the noise source. Sewer lateral bypass pumps must be electric -driven and shall comply with the same noise requirements as engine -driven pumps. Pumps and bypass lines shall be of adequate capacity and size to handle the flows. The Contractor shall maintain on-site sufficient equipment and materials to ensure continuous and successful operation of the bypass and dewatering systems. If pumping is required, the Contractor shall provide standby pumps which shall be fueled and operational at all times and/or provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120 percent of the peak flow as specified by the Page 14 of 62 City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than one foot above the crown of the incoming storm drain pipe. Plans for bypassing shall be submitted by the Contractor to the Engineer for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the Engineer does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability under this Contract. The Contractor shall maintain on site a sufficient number of valves, tees, elbows, connections, tools, sewer plugs, piping, and other parts or system hardware to ensure immediate repair or modification of any part of the system as necessary. All piping, joints and accessories shall be designed to withstand at least twice the maximum system pressure, or 50 psi, whichever is greater. If at any time the bypass system is damaged, it shall be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the Engineer. The Contractor shall respond to any damages or defects to the bypass system within 30 minutes of discovery of such damages or defects. All costs associated with repair and replacement of the bypass system shall be the sole responsibility of the Contractor." 7-8.8 Execution 7-8.8.1 General The Contractor shall keep, where appropriate, the rehabilitated pipe section free from water during rehabilitation. Disposal of water shall not damage property nor create a public nuisance. The Contractor shall have pumping equipment and machinery in good working condition on hand for emergencies and shall have workmen available for its operation. Dewatering requirements are listed 7-8.6.4. During bypass pumping, sewage shall not be leaked, dumped or spilled onto any area outside the sewer system. When bypass pumping operations are complete, all piping shall be drained into the sanitary sewer prior to disassembly. In the event that sewage accidentally drains into the storm drainage system or the street, the Contractor shall immediately stop the overflow, notify the Engineer and take the necessary action to clean up and disinfect the spillage to the satisfaction of the Engineer. If sewage is spilled onto public or private property, the Contractor shall wash down, clean up, and disinfect the spillage to the satisfaction of the property owner and the Engineer. Bypass system shall only be operated when the weather forecasts indicate that no rain is predicted for at least five (5) days. All pipes and equipment within the manholes shall be immediately removed when rain is predicted within 24 hours. The Contractor shall take all necessary precautions, including constant monitoring of bypass pumping to prevent sewage spills due to back-up and/or overflow resulting from breakage or blockage of the bypass system. The Contractor shall provide experienced personnel knowledgeable in the operation of the bypass equipment to monitor each bypass when the bypass is installed and operating. At no time shall the bypass system Page 15 of 62 be left unattended during operation by the designated personnel. The Contractor shall be liable for all cleanup, damages, and resultant fines in the event of a spill. Bypass pumps shall be self -priming, designed, for raw sewage applications, resistant to ragging and capable of passing a minimum 3 -inch solid sphere. The pumping system shall be equipped with sound attenuation to limit the noise to meet the City's noise ordinance. Back-up pumps providing 100% redundancy shall be on-site and connected at all times. In multi -pump applications, the back-up pump shall be equal in capacity under the same pumping conditions as the largest duty pump. Provide pumps that pump over the full range of flows for each set-up. Temporary piping can be placed above ground only if it will be in service for no more than one calendar day or is within an area protected by approved traffic control plans. All other temporary piping shall be placed in a recessed trench. At all street crossing, temporary resurfacing of recessed trenches shall be flush with the existing grade. When the temporary pipeline crosses a wheelchair ramp, sidewalk or driveway the pipeline will be installed within a recessed trench or provide an asphalt mound ramped at a slope not greater than 1:12. Remove manhole or cleanout sections or make connections to existing sewer and construct temporary bypass pumping structures at access location indicated on the Drawings and as required to provide adequate suction conduit. The pumps and piping shall be protected from damage, vandalism, and/or theft to the maximum extent possible and as shown on the drawings. The bypass system (all equipment) shall be fully tested prior to commencing bypass operation including the following as a minimum: 1. Pressure test the piping to at least 50 psi with potable water prior to introducing sewage to the line. 2. Inspect the piping for leaks and repair or replace leaking sections and joints. 3. Test pumping system, including back-up pumps. All material and equipment identified in the spill contingency plan, including control measures in the event of a spill shall be on-site prior to commencing bypass operation. Upon completion of bypass pumping operations, and after the receipt of written permission from the Engineer, remove piping, restore property to pre -construction condition and restore pavement. All labor, materials, equipment, and incidentals associated with the temporary controls and diversions required to maintain uninterrupted flow in all existing sewer lines associated with this project shall be borne by the Contractor. Page 16 of 62 7-8.8.2 Damages The Contractor shall repair without cost to the City any damage that may result from the Contractor's negligence, inadequate or improper installation, maintenance and operation of bypassing and a dewatering system including mechanical or electrical failures. 7-8.9 Payment Measurement for bypass pumping will be on a lump sum basis in the appropriate bid item. This work shall be pro -ratable based on the percentage of work completed but the value of work shall not exceed the 100% value of the bid item. The scope of work for payment shall include all items required in this specification." 7-8.10 STORM DRAIN FLOW BY-PASS SYSTEM "The Contractor shall bypass all storm drain flows during storm drain related construction operations, as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the Contractor shall provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120 percent of the peak flow as specified by the City and shall also be designed to include tidal influx and/or tidal influence. The effluent level in the bypass pumping manhole shall not be allowed to rise more than one foot above the crown of the incoming storm drain pipe. Plans for bypassing shall be submitted by the Contractor to the Engineer for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the Engineer does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability under this Contract. The Contractor should be aware that working in the storm drain system may be affected by surface, tidal and storm drain water. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. Page 17 of 62 The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. Contract will be awarded based on the lowest base bid amount plus the additive alternative bid item identified herein. The following items of work pertain to the bid items included within the Proposal: BASE BID ITEMS: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, the cost of all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, obtaining an equipment and material storage site, potholing utilities, preparing and updating construction schedules as requested by the Engineer, attending construction meetings, providing and maintaining 6' high construction chain link fence with screen around work areas, preparing the sewer and storm drain bypass plans, installing and operating the sewer and storm drain bypass systems, completing all reporting documents, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, uninstalling the sewer and storm drain flow bypass systems, removing all USA markings and restore pavement surfaces to pre -construction conditions (Sand blasting is not Page 18 of 62 permitted) and providing any required reporting documentation as noted in these Contract Documents. Item No. 2 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 3 Traffic Control: Work under this item shall include, but not be limited to all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing four (4) CMSs and updating messages on the CMSs as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, an approved traffic control plan and City requirements. In addition, the Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting — a traffic control plan showing typical closures and detour plan(s). A traffic control plan is required for work along and affecting Jamboree Road, Coast Highway and 10th Street (at W. Bay Avenue and W. Balboa Boulevard) and shall be prepared and signed by a California registered Traffic Engineer. The Contractor shall be responsible for processing and obtaining approval and traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK W.A.T.C.H.), Latest Edition. Item No. 4 Signing and Striping: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing pavement striping and markers, installing pavement striping, markings and markers, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. ITEMS No. 5 TO No. 25 ARE EXCLUSIVE TO SEWER WORK Item No. 5 Clean and Provide Preliminary Inspection of Existing Sewer, Including CCTV: Work under this item shall include using high -velocity hydraulic (hydro -cleaning) equipment to clean the existing sewer and then using CCTV inspection for the entire reach that is to be lined, and all other work items as required to complete the work in place. Item No. 6 Install Cured -In -Place Pipe Lining Within Existing 6 -inch Sewer: Work under this item shall include installing a CIPP liner within the existing sewer, this will Page 19 of 62 also include general maintenance to obtain access to affected manholes and all other work items as required to complete the work in place. Item No. 7 Install Cured -In -Place Pipe Lining Within Existing 8 -inch Sewer: Work under this item shall include installing a CIPP liner within the existing sewer, this will also include general maintenance to obtain access to affected manholes and all other work items as required to complete the work in place. Item No. 8 Install Cured -In -Place Pipe Lining Within Existing 10 -inch Sewer: Work under this item shall include installing a CIPP liner within the existing sewer, this will also include general maintenance to obtain access to affected manholes and all other work items as required to complete the work in place. Item No. 9 Re- Establish Existing Service Lateral: Work under this item shall include re-establishing the existing service lateral by remote -control cutting device, and all other work items as required to complete the work in place. Item No. 10 Grind Protruding Lateral Flush with the Existing Sewer's Interior Prior to Insertion of the Liner: Work under this item shall include grounding as close to flush with the host pipe's interior as practicable prior to insertion of the liner, and all other work items as required to complete the work in place. Item No. 11 Install Cured -In -Place Pipe Lining Within Existing 6 -inch Sewer Force Main: Work under this item shall include removing existing angle point(s) within the system including thrust block, installing a CIPP liner within the existing sewer force main, replacing angle point(s) including necessary fittings, couplings and thrust blocks removing and replacing existing angle points within the system including thrust blocks this will also include general maintenance to obtain access to affected manholes and all other work items as required to complete the work in place. Item No. 12 Area 23 6 -inch Sewer (Up to 5.0 -ft deeps Work under this item shall include installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing repair couplings, placing bedding and base, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 13 Point repair host pipe (Up to 5.0 -ft deep) (6 -ft Length): Work under this item shall include repair of the host pipe per Point Repair Detail herein and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing repair couplings, installing service lateral to reconnect existing, placing bedding and base, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing Page 20 of 62 utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Contractor to assume 6.0 -lineal feet for this item. See Line Segment Table on Sheets 36 and 37 of sewer plans for depth at each line. Item No. 14 Additional point repair host pipe per foot (Up to 5.0 -ft deep): Work under this item shall include installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing repair couplings, installing service lateral to reconnect existing, placing bedding and base, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. See Line Segment Table on Sheets 36 and 37 of sewer plans for depth at each line. Item No. 15 Point repair host pipe (5.1 -ft to 10.0 -ft deep) (6 -ft Length): Work under this item shall include repair of the host pipe per Point Repair Detail herein and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing repair couplings, installing service lateral to reconnect existing, placing bedding and base, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Contractor to assume 6.0' for this item. See Line Segment Table on Sheets 36 and 37 of sewer plans for depth at each line. Item No. 16 Additional point repair host pipe per foot (5.1 -ft to 10.0 -ft deep): Work under this item shall include installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing repair couplings, installing service lateral to reconnect existing, placing bedding and base, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. See Line Segment Table on Sheets 36 and 37 of sewer plans for depth at each line. Item No. 17 Point repair host pipe (10.1 -ft to 15.0 -ft deep) (6 -ft Length) : Work under this item shall include repair of the host pipe per Point Repair Detail herein and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing repair couplings, installing service lateral to Page 21 of 62 reconnect existing, placing bedding and base, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Contractor to assume 6.0 -ft for this item. See Line Segment Table on Sheets 36 and 37 of sewer plans for depth at each line. Item No. 18 Additional point repair host pipe per foot (10.1 -ft to 15.0 -ft deep): Work under this item shall include installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing repair couplings, installing service lateral to reconnect existing, placing bedding and base, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. See Line Segment Table on Sheets 36 and 37 of sewer plans for depth at each line. Item No. 19 Provide Post Inspection of Lined Sewer, Including CCTV: Work under this item shall include using CCTV inspection for the entire reach that has been lined, and all other work items as required to complete the work in place. Item No. 20 Construct Pavement Restoration per CNB Std -105-L: Work under this item shall include pavement restoration per CNB Std -105-L A, B, C, E and F including cold milling the existing asphalt roadway to a depth below existing finished grade as shown on the standards, a 2" minimum AC Finish Course, tack coating, restripe traffic lanes/markings within removal area and all other traffic striping damaged during construction and all other work items as required to complete the work in place. If unauthorized removals expose wet subgrade conditions, the cost of all remedial work to bridge the pavement shall be borne by the Contractor. This work item is specific to Area 23 — Line E18_121, sheet 38 of 45 of the Sewer Main Lining and Repairs Plans. Item No. 21 Furnish and Install Shallow 48 -inch DIA Manhole: Work under this item shall include constructing P.C.C. manhole base per CNB Std -401-L, manhole shaft per SPPWC Std Plan 201-2, and frame and cover per CNB Std -1 12-L and 409-L including but not limited to, pavement or natural ground removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, adjusting, lowering and raising to grade as needed during construction, potholing of all existing utilities, connections to existing and/or new facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Item No. 22 Remove Clean-out and Replace with Manhole (CASE 1): Work under this item shall include removing the existing clean-out and constructing P.C.C. Manhole Page 22 of 62 per CNB Std -401-L including but not limited to, pavement or natural ground removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, adjusting, lowering and raising to grade as needed during construction, potholing of all existing utilities, connections to existing and/or new facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Item No. 23 Remove Clean-out (CASE II): Work under this item shall include removing the existing clean-out and install a tight -fitting plug or stopper in the line and one (1) sack slurry backfill the excavation to within two (2) inches below the existing A.C. section or within four (4) inches of the original finish surface and capping the excavation per current City standards including but not limited to, pavement or natural ground removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, potholing of all existing utilities, connections to existing and/or new facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, restore the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. Item No. 24 Provide Bypassing of Existing Sewer Flows: Work under this item shall include providing, installing, protecting and removing any temporary sewer force main used during construction and all other work necessary to provide temporary sewer main bypassing or any other means of sewer main bypassing. Contractor shall submit a plan for bypassing sewer main during construction. Any effort relating to the sewer main bypassing will be paid as a part of this bid item. Item No. 25 Provide As -Built Plans (Sewer). Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $3,500.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. ITEMS No. 26 TO No. 47 ARE EXCLUSIVE TO STORM DRAIN WORK Item No. 26 Cleaning, Exploratory Work, and Preliminary Inspection of Existing CMP Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for locating the existing pipe inlets and/or outlets by removing excess sand, dirt, debris, tree branches, brush, and all other items which may interfere with the subsequent work; and performing the preliminary cleaning and television inspection described in the Contract Documents. Once the pipe is exposed, any excess materials Page 23 of 62 shall be disposed of by the Contractor. The Contractor shall use a vacuum truck when performing the preliminary cleaning for the storm drains as noted in the Contract Documents. All water used for cleaning shall be collected before entering Newport Beach waterways or bay. This item shall include a brief written report on each location noting existing conditions and pipe condition. Any observations made during the initial inspection and CCTV review shall be incorporated in the pipe lining installations and/or pipe point repairs. Item No. 27 Install Cured -In -Place Pipe Lining within Existing 15 -Inch CMP Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 28 Install Cured -In -Place Pipe Lining within Existing 18 -Inch CMP Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 29 Install Cured -In -Place Pipe Lining within Existing 24 -Inch CMP Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 30 Install Cured -In -Place Pipe Lining within Existing 30 -Inch CMP Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and Page 24 of 62 materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 31 Install Cured -In -Place Pipe Lining within Existing 36 -Inch CMP Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 32 Install Cured -In -Place Pipe Lining within Existing 48 -Inch CMP Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 33 Install Cured -In -Place Pipe Lining within Existing 22 -Inch by 36 -Inch CMP Arch Storm Drain, Including Post Installation CCTV Recordings: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 34 Install Cured -In -Place Pipe Lining within Existing 36 -Inch by 58 -Inch CMP Arch Storm Drain, Including Post Installation CCTV Recordings: Work under this Page 25 of 62 item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing cured -in-place pipe; controlling surface water and groundwater fluctuations; grout and fill void at CIPP transition to existing storm drain pipe with contact grout and slurry cement backfill as specified in the Contract Documents; performing all required material testing and post -installation CCTV inspection; and all other work necessary to install the pipe complete in place. During field inspection, observations may reveal irregular pipe shape, the Contractor shall confirm pipe condition and take the appropriate actions prior to procuring materials and installing lining. Item No. 35 Expose and Remove Existing 6 -Inch CMP Storm Drain: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for by-passing existing storm drain; controlling surface water and groundwater fluctuations; trenching and shoring; exposing, excavating, removing, and disposing of the existing 6 -inch CMP storm drain line and excavated materials; protecting existing utilities; and all other work items as required for performing the work complete and in place. The Contractor should be aware that working in the storm drain system may be affected by surface, tidal and storm drain water. Item No. 36 Expose and Remove Existing 18 -Inch CMP Storm Drain: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for by-passing existing storm drain; controlling surface water and groundwater fluctuations; trenching and shoring; exposing, excavating, removing, and disposing of the existing 18 -inch CMP storm drain line and excavated materials; protecting existing utilities; and all other work items as required for performing the work complete and in place. The Contractor should be aware that working in the storm drain system may be affected by surface, tidal and storm drain water. Item No. 37 Install 12 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing an 12 -inch SDR 35 PVC pipe to match existing storm drain pipe grade; protecting existing utilities; dewatering, backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. The Contractor should be aware that working in the storm drain system may be affected by surface, tidal and storm drain water. Item No. 38 Install 18 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing an 18 -inch SDR 35 PVC pipe to match existing storm drain pipe grade; protecting existing utilities; dewatering, backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. The Contractor should be Page 26 of 62 aware that working in the storm drain system may be affected by surface, tidal and storm drain water. Item No. 39 Remove and Replace 18x18 Brooks Box Catch Basin with Galvanized Grate (10th Street) and Remove and Construct Concrete Access Ramp: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for removing and disposing of the existing storm drain box; removing and replacing concrete spandrel and access ramp; furnish and installing a 18x18 Brooks box catch basin with galvanized grate; constructing concrete access ramp per City Standards; protecting existing utilities; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. The Contractor should be aware that working in the storm drain system may be affected by surface, tidal and storm drain water. Item No. 40 Install 30 -inch HDPE Drop Inlet — San Joaquin Hills Road/Back Bay Drive: Work under this item shall include, but not be limited to, providing all the necessary labor, trenching, equipment, and materials for removing and disposing of the existing CMP storm drain riser; furnish and installing a 30 -inch HDPE Drop Inlet with concrete collar and connect to existing storm drain pipe; furnish and installing lid and protection bars and adjust to grade; protecting existing utilities; and all other work items as required for performing the work complete and in place. Item No. 41 Install 24 -Inch CMP Storm Drain "Point Repair" (HammerHead Trenchless Point Repair): Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a resin impregnated fiberglass repair (HammerHead Trenchless Point Repair or Engineer approved equal) into the existing pipe using an inflatable element and air pressure for the specified damaged section of the pipe as indicated on the drawings. The Contractor shall make arrangements, at no cost to the City, for a manufacturer's representative to be present during placement of the HammerHead Trenchless Point Repair, to ensure all work is done in accordance with the manufacture's specifications. Item No. 42 Install 30 -Inch CMP Storm Drain "Point Repair" (HammerHead Trenchless Point Repair): Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a resin impregnated fiberglass repair (HammerHead Trenchless Point Repair or Engineer approved equal) into the existing pipe using an inflatable element and air pressure for the specified damaged section of the pipe as indicated on the drawings. Curing of the resin impregnated fiberglass repair shall be accomplished at ambient temperature and shall result in a hard, impermeable, corrosion resistant repair within the existing 30 -inch CMP storm drain. The Contractor shall make arrangements, at no cost to the City, for a manufacturer's representative to be present during placement of the HammerHead Trenchless Point Repair, to ensure all work is done in accordance with the manufacture's specifications. Item No. 43 Extend Storm Drain Manhole Shaft And Adjust Rim To Grade: Work under this item shall include, but not be limited to, providing all the necessary labor, Page 27 of 62 equipment, and materials for constructing manhole shaft and raise to match existing grade per City Standard; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Item No. 44 Trim Tree and/or Brush: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for trimming existing brush and/or trees as directed by the Engineer; disposing of excess materials; restoring surface to match adjacent area; and all other work items as required for performing the work complete and in place. This work shall be limited to areas directly adjacent to the storm drain pipe inlet, outlet, or access point. Item No. 45 Provide Bypassing of Existing Storm Drain Flows: Work under this item shall include providing, installing, protecting and removing any temporary storm drain pipes used during construction and all other work necessary to provide temporary storm drain bypassing or any other means of storm drain bypassing. Contractor shall submit a plan for bypassing storm drain during construction. Any effort relating to the storm drain bypassing will be paid as a part of this bid item. The Contractor should be aware that working in the storm drain system may be affected by surface, tidal and storm drain water. Item No. 46 Underground Obstruction Removal (Allowance): Work under this item shall include an allowance to accommodate unknown underground obstructions and unforeseen conditions, as directed by the City Engineer. In particular the costs for removing physical obstructions such as boulders, deformed pipe, or concrete in the storm drain line that block access by a camera and cannot be removed with cleaning. All work under this bid item requires prior written approval from the Engineer. This item may be removed or reduced in the contract at the Engineer's discretion. Item No. 47 Provide Storm Drain As -Built Record Drawings (Fixed): Work under this item shall include all actions necessary to provide as -built record drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000.00 is determined for this bid item. The intent of this preset amount is to emphasize to the Contractor the importance of as -built drawings ADDITIVE ALTERNATE BID ITEM: Item No. 48 Sewer Line & Clarifier Installation at City Yard — Residue Drying Area: Work under this item shall include providing all the necessary labor, equipment and materials to install the sewer line, connections and cleanout per City standards, 1500 gallon IW3 industrial clarifier, manhole cover and frame assemblies, constructing P.C.C. drying slab area and approach, constructing AC pavement, filling/caping pipe and outlet/inlet, including but not limited to, pavement and concrete removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground Page 28 of 62 and surface water, backfill, compaction, disposal of excess excavated materials, adjusting, lowering and raising manholes to grade as needed during construction, connections to existing and/or new facilities, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, restoring the work area to its original condition and state of usefulness as soon as practicable and all other work items as required to complete the work in place. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. All epoxy coated rebar patching material shall be compatible with the coating material, inert in concrete, meet the requirements of Annex 1 of ASTM A775, and obtained from the manufacturer of the epoxy resin that was used to originally coat the rebars. Ship epoxy -coated rebars with only plastic tags secured to rebars by nylon or plastic ties." Page 29 of 62 201-2 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. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. 201-7.4 Contact Grout The Contractor shall grout the voids below and around the storm drain in accordance with 500-1.14 Void Filling. Grout must consist of Type II Portland cement, fly ash, and water. Use from 2.4 to 2.7 parts fly ash to 1 part Portland cement by weight. Use enough water to produce the following grout efflux times determined under California Test 541, Part D: 1. From 10 to 26 seconds Cement. Portland cement shall comply with ASTM C150, except CsS content of Type II cement must not exceed 65 percent. Type II Portland cement shall comply with following: 1. Alkali content must not exceed 0.60 percent by mass of alkalies as Na2O + 0.658 K2O when determined under AASHTO T 105. 2. Autoclave expansion must not exceed 0.50 percent. Fly Ash. Fly ash must comply with AASHTO M 295, Class C or Class F. Fly ash sources must be on the most recent edition of the Caltrans "Authorized Material List for Cementitious Materials for use in Concrete". Chemical Admixtures. Chemical admixtures may be used. Use the dosage recommended by the admixture manufacturer. Chemical admixtures must comply with section 201-1.2.4, subparagraphs "a" through "c", and "e". Type E water reducing and accelerating admixtures shall not be used. Use of a water -reducing admixture or a water -reducing and retarding admixture shall not reduce the specified cementitious material content by more than 5 percent by weight. The resulting concrete must contain at least 505 pounds of cementitious Page 30 of 62 material per cubic yard. If the cementitious material content is reduced, use at least the admixture dosage used in authorizing the admixture as shown on the Caltrans `Authorized Material List for Chemical Admixture for us in Concrete.' Add Section 201-8 SLURRY CEMENT BACKFILL 201-8 SLURRY CEMENT BACKFILL 201-8.1 General The Contractor shall fill the voids in the materials below the invert of the storm drain as specified in 500-1.14 Void Filling. Slurry cement backfill shall be a fluid workable mixture of aggregate, cement, and water. 201-8.2 Materials Aggregate. The aggregate must be one of the following: 1. Commercial -quality concrete sand 2. Excavated or imported material in any combination, free of organic material and other deleterious substances and complying with the gradation requirements shown in the following table: Sieve Size Percentage Passing 1-1191, 100 ill 80-100 3/4" 60-100 3/8" 50-100 No. 4 40-80 No. 100 10-40 Cement. Portland cement must comply with ASTM C150, except the C3S content of Type II cement must not exceed 65 percent. Blended cement must comply with portland blast -furnace slag cement, Type IS (MS), or portland-pozzolan cement, Type IP (MS), specified in AASHTO M 240, except: 1. Maximum limits on pozzolan content do not apply 2. Blended cement must be composed of Type II or V cement and SCM produced by one of the following methods: a. Intergrinding of portland cement clinker and granulated blast furnace slag, GGBFS, or pozzolan b. Blending of Portland cement and either GGBFS or finely divided pozzolan c. Combination of intergrinding and blending Types II and V Portland cement must comply with the following: Page 31 of 62 1. Alkali content must not exceed 0.60 percent by mass of alkalies as Na2O + 0.658 K2O when determined under AASHTO T 105. 2. Autoclave expansion must not exceed 0.50 percent. Water. The water must be free from oils, salts, and other impurities that adversely affect the backfill. Proportion slurry cement backfill by weight or volume. The backfill must contain at least 188 pounds of cement per cubic yard and enough water to produce a fluid workable mix that flows and can be pumped without segregation during placement. 201-8.3 Mixing Mix materials thoroughly by machine. Use a pugmill, rotary drum, or other authorized mixer. Mix until cement and water are thoroughly dispersed. SECTION 203 — BITUMINOUS MATERIALS 203-5 SLURRY SEAL 203-5.1 General Slurry seal shall be emulsion -aggregate slurry (EAS) conforming to 203-5.4. 203-5.4 Emulsion -Aggregate Slurry (EAS) 203-5.4.1 General Emulsion -aggregate slurring (EAS) shall be Type I-CQS-1 h conforming to 203-3 203-5.4.2 Materials 203-5.4.2.2 Emulsified Asphalt Emulsified asphalt shall be of quick set type. 203-5.4.2.4 Latex Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2'/2 percent of weight of the emulsified asphalt. Latex -added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. Page 32 of 62 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -132 -PG 64-10 (20% max RAP). 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading Asphalt rubber hot mix finish course shall be ARHM-GG-C. 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. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). Page 33 of 62 New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2'/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed 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 Page 34 of 62 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. SECTION 302 - ROADWAY SURFACING 302-4 SLURRY SEAL SURFACING 302-4.8 Spreading and Application Slurry seal shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and/or pedestrians upon slurry that has not been sufficiently cured, the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Upon the completion of the day's slurry seal or seal coating, streets and parking lots shall be temporarily striped within 24 hours. Final striping shall be installed no more than ten (10) working days after placement of slurry seal. Prior to applying slurry seal, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all locations with weeds shall be treated by an approved weed -killer before any slurry seal is applied. 302-4.9 Field Sampling and Testing Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry seal mix. The Contractor shall apply the slurry seal test sections as directed by the Engineer. No slurry seal shall be applied until the test slurry seal sections have been approved the Engineer. The costs of these slurry seal tests shall be included in the contract price paid for slurry seal and no additional compensation shall be made by the City to the Contractor. Field samples that do not meet the requirements of Table 302-4.9.1 shall be re -tested. The Contractor shall be responsible for all cost associated with the re -testing. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks'/4-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. Page 35 of 62 302-5.4 Tack Coat Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by 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. 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. Page 36 of 62 303-5.5 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. 303-7 COLORED CONCRETE 303-7.1 General Delete the first sentence and replace with the following: Colored concrete shall be produced by Method B (Integral Color) as described in Section 303-7.3. SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation 306-1.1.5 Removal and Replacement of Surface Improvements The thickness of the existing pavement and base sections will vary. The Contract shall assume the following existing minimum pavement sections. The type and depth of the existing pavement and base sections shown below were obtained from improvement plans and the City does not guarantee the accuracy of this determination. All storm drain trenching and resurfacing shall be per the City's Standard Drawings STD -105 -L- B, STD -105 -L -C, STD -105 -L -D, and STD -105 -L -F. Street Pavement Structural Section 10th Street 14" AC over 10" AB 306-1.1.6 Bracing Excavations Unless otherwise provided in the specifications, no payment will be made for trench shoring. The cost thereof shall be considered as included in the bid price for the construction or installation of the items to which such is required, incidental or appurtenant. Said cost shall include full compensation for all required labor, materials, and performing all work as specified to brace excavations or provide an equivalent Page 37 of 62 method for protection of workers per Section 6707 of the California Labor Code. No other measurement or additional compensation will be allowed therefore. The Contractor shall use shoring complying with the CAL/OSHA construction safety orders for constructing the work shown on the Plans. 306-1.2 Installation of Pipe 306-1.2.1 Bedding Pipe bedding shall conform to the City's Standard Drawing STD106-L and as modified per these specifications. Bedding material shall be clean, well graded, imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90 percent and shall be a minimum thickness of twelve (12) inches. 306-1.3 Backfill and Densification Backfill material shall conform to the City's Standard Drawing STD106-L. 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES 306-2.7 Shutdowns of Existing Pipelines 306-2.7.3 Temporary Bypasses The Contractor will be responsible for the installation of a temporary by-pass system as described in these special provisions and the plans. The Contractor can commence installation of new mains once the temporary by-pass system is in place. The Contractor shall have the by-pass line inspected by City personnel prior to commencing the project. If at any time, the temporary by-pass sewer system is damaged, it will be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the City. The Contractor shall adhere to the following special provisions when installing temporary by-pass systems: 1. Water service shall be maintained to all customers at all times except as necessary to install the temporary by-pass system. The Contractor's method of Page 38 of 62 providing such continuous service shall be approved by the City prior to construction. 2. It is recommended that two (2) 2 -inch steel by-pass lines shall be installed, one on either side of the alley adjacent to the meter boxes. All temporary piping crossing streets shall be buried and paved flush with the existing surface. 3. The Contractor shall make arrangements with the City's Utilities Division for the by-pass systems. The Contractor shall be responsible for disinfection and flushing the by-pass systems as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. The Contractor will then remove meters and connect services to temporary by- pass systems. Upon acceptance by the City of new water mains, after the water services have been reinstalled by the Contractor, the Contractor will disconnect the temporary by-pass system at each service connection and reinstall meters. The temporary water main by-pass system installed at any given time shall not exceed the water services between any single alley section (from local street intersection to local street intersection) unless approved in writing by the City in advance of the work, including specific limits of the proposed by-pass. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer. 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 Page 39 of 62 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. 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 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. Page 40 of 62 PART 5 — PIPELINE SYSTEM REHABILITATION SECTION 500 — PIPELINE, MANHOLE AND STRUCTURE REHABILITATION 500-1 SEWER PIPELINE REHABILITATION. 500-1.1 Requirements. 500-1.1.1 General. Add the following: The Contractor shall field verify the existing pipe's diameter at the manholes and lengths prior to ordering liner materials. The Contractor shall notify the Engineer of any discrepancies between information obtained in the field and project specifications. Installation of the sewer lining shall be performed by a Contractor licensed by the manufacture/ owner of the process. Bidders are required to submit copies of such licenses with their bids. A bidder's failure to do so shall render the bid non- responsive. Minimum pipe liner wall thickness: The minimum liner's wall thickness shall be verified as calculated per ASTM F 1216-93, Appendix X1, "Fully Deteriorated Gravity Pipe Condition". The physical properties listed below shall be used in the ASTM F 1216-93 calculations. The Contractor shall submit with the bid one clear, accurate and legible copy of the calculations, signed by a registered Civil Engineer in the State of California. Unless otherwise demonstrated by the calculations (CIPP only) the minimum liner wall thickness allowed shall be 0.168 inches for 6 -inch, 0.225 inches for 8 inch, 0.280 inches for 10 inch, 0.336 inches for 12 inch. If the calculations are not included with the bid proposal, the bid shall be considered non- responsive. Mean Diameter (D)= 6", 8" and 10" Depth of pipe (H) = Assume 10' for 6, 8" and 10". Height of water above top of pipe (HW)= Assume 7' for 6", 8" and 10". H2O highway loads Soil Modulus (E's) = 1000 psi Soil Density = 120 pcf Enhancement factor (K)= 7 Ovality= (q) 2% Factor of safety (N) = 2 Flexural strength (m) in accordance with ASTM D790. Provided by the proposed liner manufacturer. Instantaneous Flexural Modulus (E i) in accordance with ASTM D 790. Provided by the proposed liner manufacturer. Long term Flexural Modulus (E L) in accordance with ASTM D 2990. Provided by the proposed liner manufacturer. Page 41 of 62 All other variables are per accepted industry standards or per the proposed liner manufacturer recommendation, which ever is greater. To determine the thickness (t) of the proposed liner the following rearranged equation shall be used: (as determined by ASTM F 1216) 2 1/3 t = 0.721D (NgtC) ELRWB'Es If the pipe liner process requires a thicker DR for the site, or existing pipeline condition designed with a 2 to 1 safety factor the Contractor shall provide the thicker pipe liner. Cured- in- Place Liner (CIPP) designs shall use a minimum of 15% extra thickness to compensate for resin migration/ seal factor to fill joints, cracked or deteriorated pipelines. 500-1.1.4 Cleaning and Preliminary Inspection. Delete the second paragraph and replace with the following: The Contractor shall use High- Velocity Hydraulic (Hydro- Cleaning) Equipment (per (b)) to clean the pipelines. The Contractor shall assume that the pipes require normal cleaning (two to three passes). If the Engineer orders additional cleaning, the cost for the additional cleaning shall be paid per Subsection 3-3. The Contractor shall use a vacuum truck or approved equal to pick- up all debris before it can continue downstream. The Contractor shall dispose of all debris removed from the pipeline, in accordance with current applicable regulations. Any hazardous waste material encountered during the project shall be considered as a changed condition in accordance with 3-4. It is the responsibility of the Contractor to take adequate measures to ensure that no debris is allowed to enter the District's trunk sewer. If at any time debris does enter the District's trunk sewer, the Contractor shall clean the trunk sewer to a point downstream as determined by and to the satisfaction of the District. All costs of debris removal and cleaning of the District's trunk sewer shall be borne by the Contractor and no additional compensation will be allowed therefor. 500-1.1.5 Television Inspection. Add the following: Unless otherwise specified, original digital storage devices, log sheets and reports shall be submitted to the Engineer within two (2) working days from the date of inspection. Progress payments will be withheld pending receipt of any outstanding digital storage devices, log sheets and reports." Replace the fourth paragraph with the following: "CCTV inspection shall be performed utilizing a rotating- lens video camera system. Page 42 of 62 The pre- lining video inspection and recording performed with this camera shall stop at each lateral and the head rotated to look up the lateral to identify if the lateral is active, plugged or has roots that could interfere with the complete reinstatement. If the CIPP alternative is installed, then the following shall apply. The post- lining inspection shall include looking up all laterals that had roots identified in them on the pre- lining video to verify that the resin has not run up the lateral and combined with the roots to plug the lateral. The pre- inspection and post- inspection video will be performed while the upstream lines are plugged or bypassed. The line shall be dry except for flow from the laterals in the section of the line being televised. 500-1.1.7 Miscellaneous. (a) Service Connections Add the following: All protruding laterals that are encountered during the pre- lining inspection videotape shall be ground as close to flush with the host pipe's interior as practicable prior to insertion of the liner. Payment for grinding protruding laterals shall be considered to be included in the contract unit price for each lateral ground and no other compensation will be allowed therefor. All costs for required point repairs or excavations made for the service connections which are found plugged by the rehabilitation process, shall be paid for by the Contractor. To prevent maintenance problems such as roots, infiltration, exfiltration, or loss of backfill material into the newly lined pipe, all plugged service connections identified in the pre- lining videotape shall not be opened unless specifically directed by the Engineer. Delete the second paragraph and replace with the following: "Service connections shall be re-established as quickly as possible, not to exceed the next working day, after completion of each pipe liner installation, refer to 6-7.2. It is the Contractor's responsibility to determine if service(s) require bypasses to provide for a successful lining installation. When the service connection is re-established, the invert of the service connection shall match the bottom of the reinstated service opening. The service opening cuts shall conform to the shape and size of the inside diameter of the existing service connection. The new edge shall be smooth and crack free with no loose or abraded material." Add to the third paragraph the following: "The Contractor shall be responsible for all coupons (cutouts, cookies or residual pieces) generated by the remote control device used to re-establish individual service laterals from within the sewer pipe. The Page 43 of 62 Contractor shall use whatever means available and acceptable to the Engineer to capture the coupons at the nearest downstream manhole. Approval by the Engineer does not in anyway relieve the Contractor of the full responsibilities provided for in this Section. Each coupon shall be physically removed from the manhole, and counted in the presence of the Engineer. The number of coupons removed shall equal the number of services re-established. If the numbers do not equal, the Contractor shall make every effort to locate and capture the missing coupon(s) even if it has traveled downstream of the initial work area." Add to the third paragraph the following: "Payment for re-establishing service connections shall be considered to be included in the contract unit price for each lateral opened and no other compensation will be allowed therefor." (a) Segmented Liner Pipes Delete entire subsection. 500-1.1.9 Measurement and Payment. Delete the second paragraph and replace with the following: "Payment for lining completed will be made as shown in the Bid. Unless otherwise specified, the liner will be measured along the longitudinal axis along the finished surface between insertion and exit points (manholes, excavations) and shall not include the inside dimensions of any structures. The price paid per linear foot of pipe lined shall include full compensation for furnishing all labor, materials, tools, equipment, apparatus, and incidentals for doing all the work required including the post -inspection video. 500-1.2 Pipeline Point Repair/ Replacement. 500-1.2.1 General. Delete Subsection in total and substitute with the following: "The Contractor shall be responsible for making repairs to the host pipe prior to rehabilitation as noted in the Lines Segment Table. Final determination for the limits of repair will be made during the pre- lining video per 5 00-1.15. In no case shall the repair be less than six (6) feet in length. The work shall include at a minimum, determining the location of any point repair(s) during the pre -lining video inspection of the pipeline, identifying effected lateral(s) within the repair limits, locating all interfering utilities, excavation, dewatering, temporary flow bypassing, pipe repairs or replacement, re -connecting laterals, 1 -sack slurry backfilling and surface restoration. Contractor shall be responsible for re -connecting all laterals within the limits of the repair to meet or exceed City Standards. Page 44 of 62 The price per linear foot for pipeline point repair shall be considered full compensation for furnishing and installing all fittings, connections, seals, and special work shown on the Plans and in the Specifications. Additionally, the unit price shall include all labor, materials and equipment required; removal of interfering portions of existing sewers, storm drains, and other improvements, as required; closing or removing of abandoned pipelines and structures, if required; excavation of the trench and/or access/insertion pits; shoring; control of ground and surface waters; preparation of the subgrade; placing and joining of pipe, including any necessary annular space grouting; reconnection of service lateral(s); 1 -sack slurry backfilling of the trench and/or access/insertion pits; temporary and/or permanent resurfacing; and all other work necessary for pipeline point repair, complete and in place and no other measurement or additional compensation will be allowed therefor. When it has been determined by the Engineer that a void exists around the outside diameter of the host pipe that does not require a point repair, the Contractor shall field mark the location of the void on the finished surface by calculating a distance from the nearest manhole to the void and marking the area clearly with paint. The Contractor shall make the required access/insertion hole for slurry backfilling of the void after the installation of the liner has been successfully completed to provide additional protection of the finish product. The cost for such work shall be considered extra work and paid per Subsection 3-3. When it has been determined by the Engineer that the base of an existing manhole requires modifications for the acceptance of the proposed liner. The Contractor shall make the required modifications to the manhole base so that it will resemble a standard City manhole. Manhole rehabilitation will require at a minimum: core drilling through the manhole base, reconfiguration of the manhole channel and installation of approximately six lineal feet of sewer pipe, size to equal existing main line. The cost for such work shall be considered extra work and paid per Subsection 3-3. When it has been determined by the Engineer that the host pipe cannot be successfully lined because of a clean out. The Contractor shall remove the clean out including all existing wyes and other sewer pipe fittings as required for a successful lining installation. After the host pipe is successfully lined the Contractor shall furnish and install a standard 48" diameter sewer manhole per STD -401-L (CASE 1) or at the discretion of the Engineer install a tight -fitting plug or stopper in the line (CASE 11) and one (1) sack slurry backfill the excavation to within one (1) inch below the existing A.C. section or within four (4) inches of the original finish surface and capping the excavation per current City standards. It is the responsibility of the Contractor to take adequate measures to protect existing gas flaps in District manholes during the lining process. If it is determined by the City and/or District that the gas flap has been damaged it shall be fixed or replaced to the satisfaction of the District. All costs of repairing or replacing the gas flap shall be borne by the Contractor and no additional compensation will be allowed therefor." Page 45 of 62 500-1.2.2 Materials. Delete the section and replace with the following: The repair pipe material shall be SDR -35 PVC and shall comply with 207-17. 500-1.2.3 Excavation. Delete the section and replace with the following: All trenching and excavation shall conform to 306 and as modified per these specifications. 500-1.2.6 Installation and Field Inspection. Delete the first sentence and replace with the following: The installation of the replacement pipe and/or repair work, and re-establishing the connection of the service lateral(s) shall conform to 306 and as modified per these specifications. 500-1.3 High -Density Polyethylene (HDPE) Solid -Wall Pipe Liner. Delete the entire subsection. 500-1.4 Cured in- Place (CIPP Liner). 500-1.4.2 Material Composition and Testing. Add the following: The side of the liner exposed to the sewer flow after inversion is completed shall have a layer of polyurethane bonded to it, with a minimum thickness of 0.01- inch and shall be pinhole free. All seams and patches in the polyurethane coating shall be inspected under a black light. The tube shall be put under a vacuum at the factory and submerged in a die bath to verify that it is pinhole free. The factory test results for each length of felt tube to be installed shall be submitted to the Engineer before installation. The felt tube shall be continuous and of sufficient length to extend the entire reach (from entry to end or exit point) to be rehabilitated. No joints or laps will be permitted between manholes The factory test results for each batch of resin shall be submitted to the Engineer before installation. One 8 -inch -long restrained and cured sample shall be taken from the downstream manhole and checked by the City's inspector using ASTM D 2122- 90 to verify the minimum wall thickness. Delete the second paragraph and replace with the following: Testing of the installed CIPP liner is required for this project. The physical properties of the installed CIPP liner shall be verified through field sampling and laboratory testing as approved by the Engineer. An 8 -inch long sample shall be cut from each section of the pipe liner that Page 46 of 62 has been inserted through a same diameter pipe mold, at the upstream downstream and any intermediate manholes in accordance with ASTM F 1216 sections 8.1.1 and 8.1.2. One sample shall be taken for each installation of pipe liner. The samples shall be tagged with information including, but not limited to, the location of sample(s), date, pipe diameter and written verification by the City's inspector. The sample shall be submitted to a certified laboratory, which has been pre- approved by the Engineer and tested in accordance with ASTM D 638 and ASTM 790 to confirm that the pipe liner conforms to the minimum requirements of Table 500-1.4.2 (A). Test results are due within 30 calendar days from the date the samples were taken. The Contractor shall be responsible for repairing non- complaint pipe liner in accordance with 500-1.4.8. Payment for testing shall be considered to be included in the price bid per lineal foot lined and no other compensation will be allowed therefor. The Contractor shall submit to the Engineer with the Bid, three certified laboratories that can perform the required ASTM testing for this project. The laboratories shall be within the Los Angeles or Orange County area. The Contractor will be responsible for delivery of the sample(s) to the laboratory within 48 hours after the sample has been obtained. 500-1.4.3 Resin and Tube Acceptance. Add the following: The Contractor shall designate a location where the uncured resin in the original containers and the unimpregnated felt tube liner shall be vacuum impregnated prior to installation. The Contractor shall allow the engineer to inspect all materials and procedures. The Contractor shall pay all inspection costs required for this wet out process and shall include this cost in the bid price. 500-1.4.4 Chemical Resistance Add the following: As an alternative, chemical resistance testing for CIPP liner system may be in accordance with ASTM D5813. Delete the second sentence and replace with the following: Proof of meeting either of these requirements shall be provided with the bid. A bidder's failure to do so shall render their bid non-responsive. 500-1.4.5 Installation Add the following: The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage, stretching during installation and loss of resin through cracks and irregularities in the host pipe. The Contractor shall use either an end- stop or hold- back mechanism to prevent the felt tube from extending into conduits, which are not to be rehabilitated. Page 47 of 62 500-1.4.6 Curing Add the following: The heat source shall be fitted with monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated liner and the existing pipe invert at the remote maintenance hole to determine the temperature during cure. The time required to cure is a function of the pipeline section diameter and length and shall be determined by the Contractor in accordance with the lining manufacturer's instructions. The Contractor shall be responsible for determining when curing has been accomplished to meet the specified properties. Care shall be taken during the elevated curing temperatures so as not to over stress the fiber felt liner. The cured liner shall have a smooth finish inside. Any roughness that may affect the hydraulic conditions shall be removed by sanding or trimming the "fins" or folds. The Contractor may either apply a sealant compatible with the material to areas where sanding has taken place or reline from manhole to manhole as approved by the City. After the cool -down period, the liner shall be cut off in the manhole. The cut shall be smooth and parallel with the manhole wall. The finished liner shall not protrude into the manhole over two inches. If the manhole has been lined through, the top half of liner pipe may be cut off even with the top of the shelf leaving the channel lined and shall not extend above the shelf. 500-1.5 PVC Pipe Lining System. Delete the entire subsection. 500-1.7 Deformed / Re- formed HDPE Pipe Liner. Delete the entire subsection. 500-1.8 CCFRPM Liner Pipe. Delete the entire subsection. 500-1.9 External In -Place Wrap. Delete the entire subsection. 500-1.10 Folded and Re- formed PVC Pipe Liner. 500-1.10.2 Type A Folded and Re- formed PVC Liner. Add the following to (c) Material and Equipment Acceptance: The factory test results for each coil of pipe shall be submitted to the City before installation. Page 48 of 62 Replace the first sentence of (f) Installation and Field Inspection #7 with the following: Testing of the installed PVC liner is required for this project. The physical properties of the installed PVC liner shall be verified through field sampling and laboratory testing as approved by the Engineer. The Contractor shall submit to the Engineer with the Bid, three certified laboratories that can perform the required ASTM testing for this project. The laboratories shall be within the Los Angeles or Orange County area. The Contractor will be responsible for delivery of the sample(s) to the laboratory within 48 hours after the sample has been obtained. Add the following: The samples shall be tagged with information including, but not limited to, the location of sample(s), date, pipe diameter and written verification by the City's inspector. Test results are due within 30 calendar days from the date the samples were taken. The Contractor shall be responsible for repairing non- complaint pipe liner in accordance with 500-1.10.6. Before installation, the pipe coils shall be checked by the City's inspector using ASTM D 2122- 90 to verify the minimum wall thickness specified in the requirements of 500- 1.1.1 and the calculations provided by the Contractor at the time of bid. 500-1.10.3 Type B Folded and Re- formed PVC Liner. Add the following to (c) Material and Equipment Acceptance: The factory test results for each coil of pipe shall be submitted to the City before installation. Replace the first sentence of (f) Installation and Field Inspection #6 with the following: Testing of the installed PVC liner is required for this project. The physical properties of the installed PVC liner shall be verified through field sampling and laboratory testing as approved by the Engineer. The Contractor shall submit to the Engineer with the Bid, three certified laboratories that can perform the required ASTM testing for this project. The laboratories shall be within the Los Angeles or Orange County area. The Contractor will be responsible for delivery of the sample(s) to the laboratory within 48 hours after the sample has been obtained. Add the following: The samples shall be tagged with information including, but not limited to, the location of sample(s), date, pipe diameter and written verification by the City's inspector. Test results are due within 30 calendar days from the date the samples were taken. The Contractor shall be responsible for repairing non- complaint pipe liner in accordance with 500-1.10.6. Before installation, the pipe coils shall be checked by the City's inspector using ASTM D 2122- 90 to verify the minimum wall thickness specified in the requirements of 500- 1.1.1 and the calculations provided by the Contractor at the time of bid. Page 49 of 62 500-1.10.4 End Seals Delete and substitute with the following: After installation the liner shall be cut off in the manhole. The cut shall be smooth and parallel with the manhole wall. The finished liner shall not protrude into the manhole over two inches. If the manhole has been lined through, the top half of liner pipe may be cut off even with the top of the shelf leaving the channel lined. 500-1.11 HDPE Spirally -Wound Profile Wall Liner Pipe. Delete the entire subsection. 500-1.12 Polyvinyl Chloride (PVC) Closed Profile Liner Pipe. Delete the entire subsection. 500-1.13 Spiral Wound Polyvinyl Chloride (PVC) Pipe Liner. 500-2 STORM DRAIN PIPELINE REHABILITATION. 500-2.1 Requirements. 500-2.1.1 General. Add the following: The Contractor shall field verify the existing pipe's diameter at the manholes and lengths prior to ordering liner materials. The Contractor shall notify the Engineer of any discrepancies between information obtained in the field and project specifications. 500-2.1.2 Submittals Add to this section: 1. The Contractor shall submit the following documentation as part of the submittal package following award of the Contract: a. Submit shop drawings in accordance with the Standard Specifications for Public Works Construction, including points of insertion and methodologies. b. Submit documentation of resistance testing for the proposed felt and resin system in accordance with ASTM 1216 and/or D5813 or the Standard Specifications for Public Works Construction. c. Submit documentation of design calculations and assumptions for thickness and hydraulic capacity in accordance with ASTM F1216 for fully deteriorated pipe, gravity flow. Page 50 of 62 d. Submit liner size, liner and resin materials, and resin manufacturer's heating requirements. e. Submit manufacturer's installation instructions including recommendations for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing." f. Submit manufacturer's installation instructions including recommendations for transportation, storage, temperature, control, handling, inserting, curing, trimming and finishing." 500-2.1.4 Cleaning and Preliminary Inspection. Delete the second paragraph and replace with the following: The Contractor shall use High- Velocity Hydraulic (Hydro- Cleaning) Equipment (per (b)) to clean the pipelines. The Contractor shall assume that the pipes require normal cleaning (two to three passes). If the Engineer orders additional cleaning, the cost for the additional cleaning shall be paid per Subsection 3-3. Add to this section: "Water shall be provided as defined in section 7-1.2. The Contractor shall use a vacuum truck or approved equal to pick-up water used for flushing during the cleaning operations and all debris removed from the pipeline in accordance with current applicable regulations. Any hazardous waste material encountered during the project shall be considered as a changed condition in accordance with 3-4. The water shall not be allowed to flow onto any portions of streets or pedestrian travel way, or directly into Newport Bay. The Contractor shall use a vacuum truck or approved equal to pick-up all debris before it can continue downstream for the following storm drains: 1. Object ID: 3523 2. Object ID: 3527 3. Object ID: 3528 4. Object ID: 5268 5. Object ID: 3529 6. Object ID: 3531 7. Object ID: 1386 8. Object ID: 1387 9. Object ID: 2475 10. Object ID: 3639 11. Object ID: 2932 12. Object ID: 2919 13. Object ID: 2920 14. Object ID: 2903 15. Object ID: 3713 16. Object ID: 3768B 17. Object ID: 3765 Page 51 of 62 18. Object ID: 3575A 19. Object ID: 3685 20. Object ID: 2910 21. Object ID: 2909 22. Object ID: 129952 23. Object ID: 683 24. Object ID: 683A 25. Object ID: 3837 26. Object ID: 1420 27. Object ID: 3805 28. Object ID: 3769 It is the responsibility of the Contractor to take adequate measures to ensure that no debris is allowed to enter the City storm drain system. If at any time debris does enter the City storm drain system, the Contractor shall clean the City storm drain line to a point downstream as determined by and to the satisfaction of the City staff Engineer. All costs of debris removal and cleaning of the City storm drain line shall be borne by the Contractor and no additional compensation will be allowed therefor. 500-2.1.5 Television Inspection. Add to this section: "Any obstruction encountered that will prevent liner insertion shall be called to the attention of the Engineer. If the obstruction cannot be removed by conventional cleaning equipment, then the Contractor shall excavate to uncover and remove or repair the obstruction as defined in section 500-2.2. The presence of an obstruction shall be demonstrated to the Engineer at the site of each obstruction. Removal of such obstructions shall be authorized in writing by the Engineer. Obstructions may include, but not be limited to, offset or separated joints, protruding laterals or other such obstructions not shown on plans or in Appendix A, or any sharp object which may damage the liner." Add the following: Unless otherwise specified, original digital storage devices, log sheets and reports shall be submitted to the Engineer within two (2) working days from the date of inspection. Progress payments will be withheld pending receipt of any outstanding digital storage devices, log sheets and reports." Replace the fourth paragraph with the following: "CCTV inspection shall be performed utilizing a rotating- lens video camera system. 500-2.1.7 Miscellaneous. Change (c) to read: " (c) Access/Insertion Pits. Access pits excavated in paved streets shall be covered with steel plates until resurfacing has been completed. The steel plates may be removed during the work hours at locations where entry is required but shall be replaced at the end of the work day. The plates shall be of a type that will support all Page 52 of 62 types of vehicular traffic at the work location; and shall be pinned down to prevent displacement of the plate by traffic vibration. The steel plate shall overlap the maximum dimensions of any excavation to provide a minimum of 12 -inches of bearing support between the pavement surface and the plate. To prevent inflow of surface water and excessive vibration, the Contractor shall place and maintain a berm of temporary resurfacing material, equal to the thickness of the steel plate, around the entire perimeter. The berms shall be maintained daily and a stockpile of temporary resurfacing material shall be available at the job site during the entire period that plates are in use. The installation of steel plates shall in no way relieve the Contractor from the responsibility of installing proper and adequate barricades and warning devices adjacent to and around the excavations." 500-2.1.9 Measurement and Payment. Delete the second paragraph and replace with the following: "Payment for lining completed will be made as shown in the Bid. Unless otherwise specified, the liner will be measured along the longitudinal axis along the finished surface between insertion and exit points (manholes, excavations) and shall not include the inside dimensions of any structures. The price paid per linear foot of pipe lined shall include full compensation for furnishing all labor, materials, tools, equipment, apparatus, and incidentals for doing all the work required including the post -inspection video. 500-2.2 Pipeline Point Repair/ Replacement. 500-2.2.1 General. Delete Subsection in total and substitute with the following: "The Contractor shall be responsible for making repairs of damaged section of the storm drain pipe, location as specified on the Plans, by installing a resin impregnated fiberglass repair into the existing storm drain pipe using an inflatable element and air pressure. Final determination for the limits of repair will be made during the pre -lining video per 5 00- 1.15. In no case shall the repair be less than four (4) feet in length. The following is a list of industry standard references • ASTM F1216, "Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin - Impregnated Tube" • ASTM D790, "Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials" • ASTM D543, "Practices for Evaluating the Resistance of Plastics to Chemical Reagents" • NSF 14, SE10990, "Rehabilitation by Point Repair of Existing Pipe" Page 53 of 62 500-2.2.3 Material Composition and Testing. Delete the section and replace with the following: The Pipe Point Repair material shall be the following: 1. The liner utilized shall be fabricated from a two-sided fiberglass mat, comprised of a chopped fiberglass mat on one side sewn to a woven fiberglass mat; or knitted fiberglass matting for repairs in elbows or bends. 2. The resin utilized shall be an ambient cure, two-part silicate resin system mixed at a 2:1 ratio by volume (Part B: Part A). 3. The installed system must be certified by NSF International to NSF14- dwv, the Uniform Plumbing Code, and the International Plumbing Code in accordance with NSF SE 10990, "Rehabilitation by Point Repair of Existing Pipe", product standard. 500-2.2.4 Chemical Resistance Replace the first sentence of this section with: "The Pipeline Point Repair cured composite material shall be established through testing completed in accordance with ASTM D543. Curing of the resin impregnated fiberglass repair shall be accomplished at ambient temperature and shall result in a hard, impermeable, corrosion resistant repair within the existing CMP storm drain pipe. Exposure should be for a minimum of one month at 73.4°F (230C). During this period, the test specimens shall maintain flexural properties above the minimums specified in below in section 500-2.2.6. The following chemical solutions shall be used fortesting: Chemical Solution Concentration, Tap water H 6-9 100 Nitric acid 5 Phosphoric acid 10 Sulfuric acid 10 Gasoline 100 Vegetable oil 100 Detergent / Soap 0.1 500-2.2.6 Installation and Field Inspection. A. Delete the first sentence and replace with the following: The installation of trenchless point repair work shall be placed to conform to the shape of the structure without impeding the flow regime at the confluence of adjacent storm drain systems. B. The length of repair shall extend 1 -foot into the undamaged host pipe at Page 54 of 62 each end of the repair. C. The amount of fiberglass material required for the repair and the amount of resin required to saturate the fiberglass materials shall be as recommend by the point repair manufacturer. The fiberglass material shall be thoroughly wet with the resin in accordance with the point repair manufacturer's specifications. D. Install and secure a protective sleeve around the fixed diameter packer and generously lubricate it with a releasing agent, silicone spray or similar. Wrap the cover fiberglass material around the packer with the chopped fiberglass mat side against the packer. Secure the repair to the packer with binding wire or acceptable ties spaced approximately 18 - inch to 24 -inch apart. Using binding wire or acceptable tie, string a tag line from the leading edge of the repair to the front of the packer to prevent slippage of the repair when being pulled into the pipeline. E. Insert the packer into the host pipe and center the area of the defect on the repair. Slowly inflate the packer to a safe working pressure while listening for the binding wire or tie to pop. Tie off the positioning rope. Hang the test sample in a manhole to monitor cure. F. Allow the repair to cure for the time as recommended by the point repair manufacturer. G. Check the test sample to verify the material is fully cured. Deflate and remove the packer. H. Use CCTV to inspect and examine the repair to ensure the fiberglass material with resin is properly installed at the damaged storm drain pipe section. I. The Contractor shall make arrangements, at no cost to the City, for a manufacturer's representative to be present during placement of the Trenchless Point Repair to ensure all work is completed in accordance with the manufacturer's specifications. J. The trenchless point repair is applicable for sectional pipe repairs from 3 inch to 60 inch in diameter and 2 feet to 8 feet in length. Longer repairs may be accomplished by install multiple repairs end to end with a minimum 1 inch to 2 inch overlap of material where the repairs are joined. K. After installation, the cured repair shall meet the minimum flexural properties listed in ASTM F1216. Table 1: Property Test Method Minimum Value psi Flexural strength D790 4,500 Flexural modulus D790 250,000 L. Wall thickness calculations for the point repair shall be mad in accordance with ASTM F1216 Appendix XI. Page 55 of 62 500-2.4 Cured in- Place (CIPP Liner). 500-2.4.1 General Replace the first sentence of this section with: "CIPP liner for the rehabilitation of pipelines shall use an approved thermosetting polyester resin, vinylester resin, or epoxy resin -impregnated flexible tube installed by an inversion method using a hydrostatic head." 500-2.4.2 Material Composition and Testing. Revise this section to delete the term "epoxy resin" and replace it with the term "polyester resin, vinylester resin or epoxy resin. 500-2.4.4 Chemical Resistance Replace the first sentence of this section with: "The CIPP liner system furnished shall include a polyester resin, vinylester resin or epoxy resin meeting the resistance test requirements of ASTM 1216 and/or D5813 or the Standard Specifications for Public Works Construction. Proof of meeting these requirements shall be provided to the Engineer." 500-2.4.5 Installation Add after the first paragraph: "Voids in the host pipeline shall be filled in accordance with section 500-2.14. Slurry cement backfill shall be placed to conform to the shape of the structure without filling the bottom corrugation." Add Section 500-2.14 Void Filling 500-2.14 Void Filling 500-2.14.1 General Voids below and around the storm drain shall be filled as specified herein. Voids shall be filled before installation of pipeliners wherever pipeliners are shown on the Plans. Wherever there are voids in the materials below the invert of the storm drain that are greater than 3 -inches deep, one -sack slurry shall be used to fill the voids. Wherever there are voids in the materials around the culvert that are greater than 6inches deep, contact grout shall be used to fill the voids. If grout is used to fill voids, the Contactor shall submit a grouting plan as outlined in 500-2.14.2. Page 56 of 62 500-2.14.2 Submittals Submit a grouting plan in accordance with 2-5.3 Submittals. The grouting plan must include: 1. Order of work 2. Maximum injection pressures 3. Details and data for drilling and grouting equipment 4. Plans for controlling groundwater and existing storm drain flows 5. Pressure gauge, recorder, and field equipment certifications, including calibrations by an independent testing agency 6. Sample printout of the form for recording grouting operations. Form must show the following tabulated information for each grout port: a. Part location b. Pressure c. Volume d. Start and end time 7. Schedule of grout port installations and method for obtaining probe -depth dimensions at grout ports; tabulation of locations and dimensions 8. Storm drain strut details as necessary 9. Method for monitoring deformation of storm drain pipe or concrete lining 10. Grout mix design, including: a. Densities and viscosity b. Initial set time c. Materials and the independent testing agency's test data including: i. Time of initial setting under ASTM C266 ii. Compressive strength results at 1, 3, and 7 days for 10, 12, and 14 -second grout efflux times. d. Grout working time before 15 percent change in density or viscosity occurs. e. Compressive strength under California Test 551, Part 1 at 7 -days with 12 seconds efflux time. Follow the procedures for moist cure. The 7 -day compressive strength shall be at least 750 psi. 500-2.14.3 Materials (a) Contact Grout. Grout shall be contact grout as specified in section 201-7.4. A grouting plan shall be submitted to the Engineer in accordance with 2-5.3 Submittals. (b) Slurry Cement Backfill. Slurry cement backfill shall be slurry cement as specified in section 201-8. 500-2.14.4 Construction Install grout ports either from the ground surface or from within the conduit. Install valves or removable plugs at grout ports. Probe at each grout port location. The probe Page 57 of 62 must fit through the grout ports and be rigid enough to sense probe refusal. Extend grout ports through the invert of the paving using steel pipes or suitable packers. Grout ports must be watertight. Do not weld grout ports to galvanized surfaces. Pump grout into voids until it appears that all water and air has been ejected. Plug grout ports or close port valves as soon as the grout pumping stops. The maximum injection pressure at the nozzle must not exceed 5 psi for fluid, unsanded grout mix. Monitor the storm drain for deformations and cracks. If cracking occurs reduce the grout injection pressure. If deformation of the existing structure exceeds '/2 -inch at any locations, reduce the injection pressure. The Contractor shall repair any permanent deformations or cracks resulting from the Contractor's grouting work at no expense to the City. Grout penetration shall be verified by the Contractor. The method of verifying the penetration of the grout shall be submitted to the Engineer in accordance with 2-5.3 Submittals. 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 Notice will be prepared by the Contractor and reviewed and approved by the City. The Notice 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 Contractor. Page 58 of 62 600-2 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. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to four (4) 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. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, a traffic control plan showing typical closures and detour plan(s). The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the Page 59 of 62 traffic control plan. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. A traffic control plan is required for work along and affecting Jamboree Road and East Coast Highway (between Fernleaf Avenue and Goldenrod Avenue) and 10th Street (W. Balboa Boulevard and W. Bay Avenue) shall be prepared and signed by a California registered Traffic Engineer. 2. Emergency vehicle access shall be maintained at all times. 3. 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. 4. All advanced warning sign installations shall be reflectorized and/or lighted. 5. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 6. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 7. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 8. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 9. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. Page 60 of 62 PART 8 — LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIAL 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). SECTION 801 - INSTALLATION 801-1 General The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet with the City's Urban Forester a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forester for inspection. Upon inspection, the Urban Forester may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. Page 61 of 62 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 801-6 MAINTENANCE AND PLANT ESTABLISHMENT The maintenance and plant establishment period shall be for a period of (90) calendar days. Page 62 of 62 APPENDIX A - FOR REFERENCE ONLY STORM DRAIN PROFILES & ASSESSMENT FORMS STORM DRAIN ASSESSMENT FORM Site Information: Street: Seaward Rd. U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3713 Storm Drain Information: Task Area: 1 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 43.1' Shape (circle one) ircular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 4638 Quick Maintenance Rating (QMR): 2100 Overall Pipe Rating (OPR): 50 Height: 18" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: East Coast H U/S Manhole: Catch Basin D/S Manhole: Outlet Structure Object ID: 3765 Storm Drain Information: Task Area: 1 U/S MH Location: Sidewalk D/S MH Location: Ravine Sewer Use: Stormwater Length Surveyed: 89.9' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 31300 Quick Maintenance Rating (QMR): 4A00 Overall Pipe Rating (OPR): 103 Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Height: 24" Diameter: 24" RCP PVC HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: East Coast H U/S Manhole: Manhole D/S Manhole: Inlet Structure Object ID: 3768B Storm Drain Information: Task Area: 1 U/S MH Location: N/A D/S MH Location: Ravine Sewer Use: Stormwater Length Surveyed: 59.4' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3A00 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 36 Height: 30" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 30" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: Undocumented Manhole 2 S�rtcce Corrosion 30" CMP nlet Structure ST22 004 rSi,rfocc Corrosion at 59.4' 59.4' OBJECT ID: 37686 NOT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Seaward Rd. U/S Manhole: Catch Basin D/S Manhole: Arch Culvert Object ID: 3769 Storm Drain Information: STORM DRAIN ASSESSMENT FORM Task Area: 1 U/S MH Location: Sidewalk D/S MH Location: N/A Sewer Use: Stormwater Length Surveyed: 79.9' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Ratinq and Rating Index: Quick Structural Rating (QSR): 5249 Quick Maintenance Rating (QMR): 4121 Overall Pipe Rating (OPR): 67 Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Height: 24" Diameter: 24" RCP PVC HDPE Lining Material: Concrete If "Yes" — Year Relined: N/A Relining Material: Concrete OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. CB22_024 To of curb Elevation 86.95 ole at 29.4' Inlet Elevation 83.05 acture Multiple outlet El—ti- 24° CMP 82.55 Deformed acture Nul Yiple & 71.3' °r 4.9 Arch Storm Drain Line 22_01)47 Surface Hissing Wd at 33.2' rack Nultiple/ h—ture I..ong.-t,dmd Crack Mdltlpl of 4.9' at Fractur 7g,g' Lon gltud�nc[ at 71.5' Flaw Line Elevation 40.30 OBJECT ID: 3769 NOT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Seaward Rd. U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3805 Storm Drain Information: Task Area: 1 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 332.0' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Ratinq and Rating Index: Quick Structural Rating (QSR): 5348 Quick Maintenance Rating (QMR): 4122 Overall Pipe Rating (OPR): 232 CB23_014 0 ofrb Elevation 129.6Cu5 � /Crack Mult'ple 123.90 S,Jo— M'ssing Wall/ Suriaee C---- at orroslorat 190.6' Crack Multiple/ Fracture Multiple at 172.1' Height: 30" RCP PVC 0" CMP Crack Multiple/ Frart.rre Mu t-ple 3320' at 213.9' Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 30" HDPE Lining Material: Concrete If "Yes" — Year Relined: 1983 Relining Material: Concrete Surface l issing Wall/ Surface Corroslor ❑l 209.3' Su,face M'ssing Wall at 232.5' --- CB23_015 Craze Ma tipl at 378.: OBJECT 3805 \ / N07 70 SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: East Coast H U/S Manhole: Catch Basin D/S Manhole: Outlet Structure Object ID: 3837 Storm Drain Information: Task Area: 1 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 94.6' Shape (circle one)Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3800 (3A00) Quick Maintenance Rating (QMR): 3400 (3300) Overall Pipe Rating (OPR): 36 (51) CB24_001 Debris Sett.ad f Inlet of 4.0' 142.11 S1,I Surface Corrosion at 78.8' !votion 14n11 18" CMP Obstacle Rocks at 25-5' OBJECT ID: 3837 NOT TO SCALE Obst— e Rocks of 57.3' 94.6' Height: 18" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: F1ne/Grovel Depo9lts Seined a. 523' ST24_001 knish surface Corr—or at 94.6' 7Dep. F'ne/Gr❑s low Line Elevation Sect ed ❑t 91 6 Approximately 139 ,59 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Completed regular and reverse pull for inspection of the entire pipe. Values from reverse pull inspection are in parentheses. Reverse pull OPRI: 3.0 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Fernleaf Ave. U/S Manhole: Catch Basin D/S Manhole: Manhole Object ID: 3523 Storm Drain Information: Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Street Sewer Use: Stormwater Length Surveyed: 19.6' Shape (circle one) (CircularBox Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3400 Quick Maintenance Rating (QMR): 2200 Overall Pipe Rating (OPR): 16 Height: 30" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 30" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Fernleaf Ave. U/S Manhole: Catch Basin D/S Manhole: Manhole Object ID: 3527 Storm Drain Information: Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 7.7' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3400 Quick Maintenance Rating (QMR): 2100 Overall Pipe Rating (OPR): 14 Height: 36" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Fernleaf Ave. U/S Manhole: Manhole D/S Manhole: Catch Basin Object ID: 3528 Storm Drain Information: Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 124.7' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3100 Quick Maintenance Rating (QMR): 2A00 Overall Pipe Rating (OPR): 174 Height: 36" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Fernleaf Ave. U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 5268 Storm Drain Information: Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 20.3' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3500 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 15 Height: 36" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OBJECT ID: 5268 NOT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Goldenrod Ave. U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3529 Storm Drain Information: Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 44.6' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 31300 Quick Maintenance Rating (QMR): 2100 Overall Pipe Rating (OPR): 56 Height: 36" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Goldenrod Ave. U/S Manhole: Manhole D/S Manhole: Catch Basin Object ID: 3531 Storm Drain Information: Task Area: 2 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 108.3' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3G00 Quick Maintenance Rating (QMR): 21300 Overall Pipe Rating (OPR): 170 MH 21 _074 Height: 36" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: 10th Street U/S Manhole: Catch Basin D/S Manhole: Outlet Object ID: 683 Storm Drain Information: Task Area: 5 U/S MH Location: Sidewalk D/S MH Location: Bay Sewer Use: Stormwater Length Surveyed: 73.6' Shape (circle one) <CEiD Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3A00 Quick Maintenance Rating (QMR): 2A00 Overall Pipe Rating (OPR): 64 Height: 18" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: CD07_020 Start Sur€ace C— 1 - t 11,8, is" CMP ST07 020 = nsr, sarin e 73.fi at 7i5 5' Ea OutEet Pipe under water OBJECT ID: 683 NOT TC SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: 10th Street STORM DRAIN ASSESSMENT FORM Task Area: 5 U/S Manhole: Junction Structure U/S MH Location: Light Highway D/S Manhole: Catch Basin D/S MH Location: Sidewalk Object ID: 129952 Sewer Use: Stormwater Storm Drain Information: Length Surveyed: 317.2' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Ratinq and Rating Index: Quick Structural Rating (QSR): 3,100 Quick Maintenance Rating (QMR): 413C Overall Pipe Rating (OPR): 246 Height: 18" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Back Bav Drive U/S Manhole: Manhole D/S Manhole: Manhole Object ID: 1386 Storm Drain Information: Task Area: 8 U/S MH Location: Easement D/S MH Location: Easement Sewer Use: Stormwater Length Surveyed: 0.0' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): N/A Quick Maintenance Rating (QMR): 4100 Overall Pipe Rating (OPR): 4 Height: 18" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 18" HDPE Lining Material: If "Yes" — Year Lined: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Camera blocked due to configuration of trough. Unable to comDlete reverse Dull due to concrete and rocks blockina access. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: 2950 Perla U/S Manhole: Inlet Structure D/S Manhole: Manhole Object ID: 1387 Storm Drain Information: Task Area: 8 U/S MH Location: Greenbelt D/S MH Location: Easement Sewer Use: Stormwater Length Surveyed: 83.5' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5731 Quick Maintenance Rating (QMR): 4123 Overall Pipe Rating (OPR): 48 Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Height: 18" Diameter: 18" RCP PVC HDPE Lining Material: N/A If "Yes" — Year Lined: Unknown OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Star: Deposits Attached Sta-' I iner Encrustation at 69.1' at 0.0' ;T1 7_047 MW 033 Surface Corrosion I iner Missing Tn of Catch Basin at 1.0' JJall at 59.1' Rim Elevation 34.00 Elevation 66.00 1 S', CMF Flow Line Outlet Elevation 58.00 Liner Missing Alignment Down %NnlI at 22.0' at 27.6' F low _ine Inver- Finish Elevation 27.00 Start -inish Deposits Attached Liner Missing Liner Missing Encrustation at 82.0' 4all at 25.3' Wall at 51.8' Cs 3.-i 03JECT ): 137 NDT TO SALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Vista Bonita U/S Manhole: Inlet Structure D/S Manhole: Manhole Object ID: 1420 Storm Drain Information: Task Area: 9 U/S MH Location: Easement D/S MH Location: Easement Sewer Use: Stormwater Length Surveyed: 131.0' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5100 Quick Maintenance Rating (QMR): 4100 Overall Pipe Rating (OPR): 9 Height: 24" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" HDPE Lining Material: N/A If "Yes" — Year Relined: Relining Material: ST12_OC3 Rim Elevation 75.83 MHI2_009 Flow LineV sing Elevation 75 GO 24" CMP Rim Elevotian 21.90 Flow Lne In Elevatlon 19.4B Flow Line Out Elevation 68.98 Hoe Void Flow Line Invert Vi b� at 48.7' Elevation 16_ O L 131.0' OBJECT ID: 1420 NOT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Downstream access point is missing manhole cover. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: San Joaauin/Back Ba U/S Manhole: Catch Basin D/S Manhole: Manhole Object ID: 2932 Storm Drain Information: Task Area: 11 U/S MH Location: Main Highway D/S MH Location: Parking Lot Sewer Use: Stormwater Length Surveyed: 64.4' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Height: 24" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: Ratinq and Rating Index: Quick Structural Rating (QSR): na Quick Maintenance Rating (QMR): na Overall Pipe Rating (OPR): na Surface Corrosion at 0.0' CB15 042 4.0' F 4.4 C)5,,E�T IC. i47, NOT TO SCALE 24" Clv P JUNCTION STRUCTURF NOTES / RECOMMENDATIONS: End of pipe connects to private 48" CMP. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Jamboree Road U/S Manhole: Catch Basin D/S Manhole: Manhole Object ID: 2932 Storm Drain Information: Task Area: 11 U/S MH Location: Main Highway D/S MH Location: Parking Lot Sewer Use: Stormwater Length Surveyed: 76.3' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 31300 Quick Maintenance Rating (QMR): 4337 Overall Pipe Rating (OPR): 78 Height: 15" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 15" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: End of pipe connects to private 15" CMP at the right-of-way. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Jamboree Road U/S Manhole: Manhole D/S Manhole: Outlet Object ID: 2903 Storm Drain Information: Task Area: 11 U/S MH Location: Sidewalk D/S MH Location: Easement Sewer Use: Stormwater Length Surveyed: 205.3' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 31-00 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 198 Height: 48" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 48" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: MH17_016 Rim Stort Devotion 65.00 Surface Cor-osion 48" CMP Flow Line Outlet Elevation 56.38 ST17 005 Finish Sufcce Corrosion n l 705.3' 205.3' Flow Line Invert Elevation 41.80 OBJECT ID: 2903 NOT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Buried manhole at beginning of pipe. Drains to rip rap at end of OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Jamboree Road U/S Manhole: Manhole D/S Manhole: Outlet Object ID: 2919 Storm Drain Information: Task Area: 11 U/S MH Location: Sidewalk D/S MH Location: Open Ditch Sewer Use: Stormwater Length Surveyed: 231.1' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 51-131-1 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 365 Height: 22" Arch RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Object IDs 2919 and 2920 are the same pipe. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Jamboree Road U/S Manhole: Manhole D/S Manhole: Outlet Object ID: 2920 Storm Drain Information: Task Area: 11 U/S MH Location: Sidewalk D/S MH Location: Open Ditch Sewer Use: Stormwater Length Surveyed: 231.1' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 51-131-1 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 365 Height: 22" Arch RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 36" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Object IDs 2919 and 2920 are the same pipe. OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Jamboree Road U/S Manhole: Inlet Structure D/S Manhole: Outlet Structure Object ID: 2909 Storm Drain Information: Task Area: 11 U/S MH Location: Light Highway D/S MH Location: Light Highway Sewer Use: Stormwater Length Surveyed: 74.0' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 5133D Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 155 STI 7002 Height: 36" Arch RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 .0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 58" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Jamboree Road U/S Manhole: Inlet Structure D/S Manhole: Outlet Structure Object ID: 2910 Storm Drain Information: Task Area: 11 U/S MH Location: Light Highway D/S MH Location: Light Highway Sewer Use: Stormwater Length Surveyed: 74.1' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 513B Quick Maintenance Rating (QMR): 2A00 Overall Pipe Rating (OPR): 74 ST17_002 Height: 36" Arch RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 58" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Dahlia Avenue U/S Manhole: Catch Basin D/S Manhole: Manhole Object ID: 3575 Storm Drain Information: Task Area: 14 U/S MH Location: Sidewalk D/S MH Location: Driveway Sewer Use: Stormwater Length Surveyed: 25.7' (24.3') Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Ratinq and Rating Index: Quick Structural Rating (QSR): 3500 (413A) Quick Maintenance Rating (QMR): N/A (4121) Overall Pipe Rating (OPR): 15 (40) Height: 15" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 15" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: Completed regular and reverse pull inspection. Values from reverse II inspection are in parentheses. Vertical drop at undocumented manhole. Reverse pull OPRI: 3.1 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. STORM DRAIN ASSESSMENT FORM Site Information: Street: Bayside Drive U/S Manhole: Manhole D/S Manhole: Outlet Structure Object ID: 3685 Storm Drain Information: Task Area: 14 U/S MH Location: Driveway D/S MH Location: Bayside Park Sewer Use: Stormwater Length Surveyed: 60.1' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Rating and Rating Index: Quick Structural Rating (QSR): 3A00 Quick Maintenance Rating (QMR): 2100 Overall Pipe Rating (OPR): 38 Height: 15" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 15" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: MH21 _CEO start Outlet Structure Rlm Sur(c ce Corrosion Elevation 62.50 at 0,0 15" CMP ST21_018 Flow Line Inlet Elevation 58.50 Tcp 9�eak- n Flaw Line Outlet In, L dI at 8.5' - Elevation 54.56 Surface Ccrrosi- Flow Line Outlet Elevation 50.79 60.7' OBJECT D. 3685 NDT TO SCALE OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. Site Information: Street: Marguerite Avenue U/S Manhole: Catch Basin D/S Manhole: Catch Basin Object ID: 3639 Storm Drain Information: STORM DRAIN ASSESSMENT FORM Task Area: 14 U/S MH Location: Sidewalk D/S MH Location: Sidewalk Sewer Use: Stormwater Length Surveyed: 18.7' Shape (circle one) Circular Box Pipe Material (circle one) CMP Lined (circle one) Yes No Relined (circle one) Yes No Ratinq and Rating Index: Quick Structural Rating (QSR): 3800 Quick Maintenance Rating (QMR): N/A Overall Pipe Rating (OPR): 24 CB21 106 OBJECT ID: MM NCT TO SCALE Height: 24" RCP PVC Overall Pipe Rating Index (OPRI) <1 (Minor Defects) 1.0-1.9 2.0-2.9 3.0-3.9 4.0-4.9 5.0+ (Most Significant Defects) Diameter: 24" HDPE Lining Material: If "Yes" — Year Relined: Relining Material: Start CB21 S—'cce Corrasion Finish of 0.0 Surface Carrasian� 24" CMP 18.7 Elevation 91.05 OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. NOTES / RECOMMENDATIONS: OPR = the sum of all Structural & Maintenance defect severity levels QSR = rating based on Structural defect observations entered into an inspection. QMR = rating based on Operations & Maintenance defect observations entered into an inspection. OPRI = the average of the OPR. Divide the OPR by the number of Structural & Maintenance observations. QUICK RATINGS: A four character way to prioritze a segment of pipe based on the number and level of defects entered. Highest 2"" Highest Severity 5 4 Severity 2 1f R 95-99 V115-119 Z135+ C 20-24 occurances occurances QSR QUICK STRUCTURAL RATING Rating based on Structural defect observations entered into an inspection. Ex, Broken, cracks, fractures, holes, deformed and collapsed pipe. I QMR Some Quick Ratings will have an letter in the 2"' or 41h position. Each letter defines how many times over it occurred over Nine. Example: 4C3A The level 4 defect was entered between (C) 20 and 24 times The level 3 defect was (A) entered 10 to 14 times. A 10-14 E 30-34 150-54 M 70-74 Q 90-94 U 110-114 Y 130-134 B 15-19 F 35-39 J 55-59 N 75-79 R 95-99 V115-119 Z135+ C 20-24 G 40-44 K 60-64 080-84 S100-104 W 120-124 D 25-29 H 45-49 L 65-69 P 85-89 T 105-109 X 125-129 _SPR STRUCTURAL PIPE RATING Sum of all structural defect severity levels MP ] MAINTENANCE PIPE RATING Sum of all maintenance defect severity levels OPR OVERALL PIPE RATING Sum of all structural & maintenance defect severity levels SPRI STRUCTURAL PIPE RATING INDEX i MPRI (MAINTENANCE PIPE RATING INDEX — — 7. OPRI OVERALL PIPE RATING INDEX QUICK MAINTENANCE RATING Rating based on O&M defect observations entered into an inspection. Ex. Grease, roots, debris, ect. QOR QUICK OVERALL RATING Rating based on combining O&M and Structural defect observations entered into an inspection. NOTE. This is only available inside 1. T. Pipes software and is not part of the NASSCO PACP system. PIPE RATINGS: The sum of the defect severity ratings entered into an inspection. Add (Sum) all the Structural and/or Maintenance observation severity levels together. Example: a line has 3 -level 1, 2 -level 2 and 2 -level 5 defects, The rate for this line would be 17 (3+4+10). CONTINUOUS DEFECTS: Will effect the scoring system by calculating defects over a length of pipe and adding it to the scoring sytem. It is calculated by dividing the length of the continuous defect by 5 and adding that number of defects to the scoring system. Example: level 3 defect was 100ft long start to end. 100/5=20 20 instances of level 3 will be added to the scoring system. PIPE RATINGS INDEX: The average of the Pipe Ratings entered into an inspection. Divide the Pipe Rating by the number of Structural and/or Maintenance observation. Example: The pipe rating example of 17 used above would have a pipe rating index of 2.4. Pipe rating/number of observation 17 / 7 = 2.4 damage, percentage of flow capacity restriction, or the amount of wall loss due to deterioration. The PACP Condition Grading System alone is inadequate for determining if a pipe segment should be rehabilitated or replaced. Many other factors in addition to the internal condition of the segment should be considered. The fact that a segment has significant Grade 4 or Grade 5 defects does not necessarily mean the pipe segment should be immediately rehabilitated. Recent experience by PACP Users has shown that pipe segments with serious defects such as hinge failures may remain largely unchanged for many decades if no deterioration factors such as surcharging, roots, or groundwater are present. What is needed is improved estimates of remaining life or mean time before failure that are based on close monitoring of pipe segments over time. Once we know how much change occurs in pipe segments we can better understand the relationship between defects, deterioration factors, and pipe segment life expectancy. PACP continues to be an excellent tool for benchmarking pipe condition between one inspection and subsequent inspections of the same pipe. Grades are assigned for two categories, Structural, and O&M defects. Grades are as follows; 5 - Most significant defect gradW41t 16_JnL� 4 — Significant �L _ o � �nj' 3 — Moderate defect grad%r-ML r 2 — Minor to Moderater-M { n+ _2V 1 —Minor defect grade--- �i�VLI IAGL� �°llLl 7i'r The PACP Condition Grading System results are entirely dependent on the quality of the PACP defect coding. Errors in the coding will directly result in errors in the Grading. All utilities, engineers, and contractors should make sure the data they are using was coded by experienced technicians who have successfully demonstrated their competence through a formal or informal apprenticeship program. PACP data from inexperienced technicians should be checked and corrected as needed. Errors found in coding should be corrected and the errors brought to the attention of the technician. Pipeline Assessment and Certification Program Version 6.0.1 November 2010 copyright © 2001, NASSCO . . . . . . . . . . . Xcn 4� OCl) w CnC')N ®, —I W A A -a N W A m W0 CD '® 0) CDv m 0 CA W C7D N Ci' W n 171 en o a Q 5 z a W II II CD CC m 3 m w 0� m CD ca W lcj p® co N � 171 NCD - -0 CD c Cn p m n C) ��mv��na3 Qo3 Z A o m A Cie Cie N W A Cie O (A CD c-- 3- �-- k 'C � I I I I Igo (A � CD � M Q m O C V -� ^I CD 0 0 N o 11 II N x 3 rn G 0 Q W N tie cT � ¢� 91 fD OCD r r W OD O CD W CD W CD CO n -- _ eeeeeee� .. � (D N .� CD (D � H SCL B CD CD fp O CD } fD CD = O CL O 3 Q '30 7 7 Q- � 3 Cc � � � r _ rt C/) =r �3 (D CD (n AT 3 0 (DCCzo CD CD 0 + CD CD o � c � rt n c =3A Cie Cie N W �. CA cn -0 CD m m C C1 0 C W W W CA CA co W W n m o� rn m 0 II II r Q CD A ch o Ci � m Z y N -i s � CD cu n o <C7 N Cie i71 �CD CD CD , rn `= m rn 3 on +O T1 =i; 27 O� �� o 3 Cu Cu (7 CD m go z a = -a. h K y, CD < rn a CD m �. v CD m cp W A A -� N W A Cie y o cp s n k W I I I I I go 3 p m to 00 N 00 Cie j co N CD CCD Q co to fo II II C D n Go D CD rn m e �. ! 3 1-i k � CL cQ I` O o Q �,cQ o o CD SU CD -n=r 't3 cDcn } —4•-- G CD CD CD � 5 171 Z 4t -4 CD na(n �w 3 J % C/') C ■ ! ■ ■ • y • i > m ■ Vd X ��//�� cn //ryry C/) �1 z (D 1 V V O O D� CD ��CD C'��C) CDS CD CD - cn CD �! p� CD 6! --ft CD -� CD CD cn ® 0 o C7 o � � ® CD c� cn c ci cn en 0 V CD cm co cn CD 00 CD CL W o (D `� CD cn 0 CD go Q.0-CL� CD CD CD �. 3 8�� ����CD 0� o CL cn n cn = o ' ' cn Q CD o ® 0 o v CLCD v � w CD CD CL ® - , 0 ® w CD 0 C cn cn (Dc� ,� cQ rD cn CD CD cQ O CL v CL �, —n o -f, ® --n o —t, o rD m CD ® CL® CD -�U) c �. c� S?o Cd4 CdQ rD % 0 ( CL CL CL CL Ln 0- Mal 2) (DD rDD rDD CDD (DD t' CD CD �-4 rj W 4�::- `n cn (D cn co 3 r, CD cn CD CD 0 1.1 • ") -A CL =37 --s =;- CD 90 CD CD CD Q— r-4- CD CD CL CD 70 0 (D + (D (0 0 CD �+ o 0 CD C/) CD CD < rD `L 0 (D < 0 • < -1 W CD 2) 0 3cn CD 0 CD 0 � 70 0 II II 3 G) < r—+L 0 rD 0 CD (D c X C: =3 a m r-4- r --I-- 3 X CD CD 3(D G) _0 CD o C/) FF e_,_ 2) 0 =r Q. < 0 CD CD CD 0 e-+ CD 0 U) < 0 2) co (D 0 (D (D -y 0 - CD (C) Cd U) �1 '4 0 CL ul 0 r 0 03 ■ s 3 0 - CD I 0 -h CD CD cn 0 CD 0. cr lC FW l -- CD s 0 CD cn r�7 rr� x 0 m 0 0 4 Y �1 OZZ � Ci ti I1 c� it w O v Ocon ti -y 0 - CD (C) Cd U) �1 '4 0 CL ul 0 r 0 03 ■ s 3 0 - CD I 0 -h CD CD cn 0 CD 0. cr lC FW l -- CD s 0 CD cn r�7 rr� x 0 m 0 0 4 Y PACP Grade and Repair -Priority Coda Relationship Repair-Prioriti- PACPGi�a& Code Ueilaidou Inunediate Severe danrage observed: requires rnunetbate attention. SigzuScant defects observed dw axe likely to 3 or 4 Poor cause sarutary:ewer overflows and Odd operational probknn: give higher priority in terins Fair of repair -fund allocation 2 Some defects ob"wed: must be frequently monitored. I Good No sipuficaut defects observed; may be put on a louver monitorim fregmacy. 0 Excellent Pipe is either new or free from any obsetted defects. APPENDIX B SEWER MAIN LINING & REPAIRS PLANS PUBLIC WORKS DEPARTMENT SEWER MAIN LINING AND REPAIRS C-7538-1 APPROVED: PUBLIC WORKS DIRECTOR APPROVED: ACTING CITY ENGINEER APPROVED: UTILITIES DIRECTOR DATE: R.C.E. NO. 47961 DATE: R.C.E. NO. 46214 DATE: R.C.E. NO. 61527 V*LDEN & CIVIL ENGINEERS LAND SURVEYORS SOCIATES PLANNERS 2552 WHITE ROAD, SUITE B, IRVINE, CA 92614 (949) 660-0110 FAX: 660-0418 DAVID L. BA02N PE 40496 /j/19 DATE TITLE SHEET CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 6 DESIGNED: DRAWN: SK MJ SK CHECKED: DATE: SK/D13 06/03/2019 REVIEWED: PATRICK ARCINIEGA, R.C.E. NO. 707 SENIOR ENGINEER DATE: 1966-369-001 C-7538-1 S-531 2—S SHEET 1 of 45 GENERAL NOTES 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION", CURRENT EDITION AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE ENGINEER DOES NOT ASSUME LIABILITY FOR THE ACCURACY OR EXISTENCE OF THE UNDERGROUND UTILITIES OR STRUCTURES AS REPORTED FROM THE RECORDS EXAMINED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THE LOCATION OF ALL EXISTING UNDERGROUND UTILITIES (BY POTHOLING OR OTHER MEANS). CONTRACTORS SHALL NOTIFY UNDERGROUND SERVICE ALERT (U.S.A.) (800) 227-2600 AT LEAST TWO (2) WORKING DAYS PRIOR TO ANY EXCAVATION AND FIELD VERIFY THAT THE UTILITIES HAVE BEEN MARKED BEFORE EXCAVATING. 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS, UNLESS NOTED OTHERWISE. 4. P.C.C. SHALL BE CLASS 560—C-3250 5. CONTRACTOR SHALL ADJUST CITY UTILITIES (e.g. WATER VAULTS, WATER VALVES, SCO, SURVEY MONUMENTS, SEWER AND STORM DRAIN MANHOLES) FRAMES AND COVERS TO FINISHED GRADE PER CITY STANDARDS. ALL OTHER UTILITIES SHALL BE ADJUSTED TO GRADE BY OTHERS. 6. PROPOSED PAVEMENT AND CURB AND GUTTER SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS UNLESS NOTED OTHERWISE. 7. ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE ATTENTION OF THE ENGINEER. FAILURE TO DO SO WILL PLACE RESPONSIBILITY OF THE CONTRACTOR FOR CORRECTION. 8. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE—VERSA, SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT INSTALLED ACCORDING TO DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT CONTRACTOR'S EXPENSE. 9. THE CONTRACTOR MUST NOTIFY THE CITY OF NEWPORT BEACH PUBLIC WORKS INSPECTOR AT LEAST TWO (2) WORKING DAYS PRIOR TO COMMENCEMENT OF ANY CONSTRUCTION OR FIELD TESTS BY CONTACTING THE NEWPORT BEACH PUBLIC WORKS DEPARTMENT AT (949) 644-3311. 10. ALL UNDERGROUND FACILITIES SHALL BE INSTALLED PRIOR TO SURFACING OF STREETS. THE INSTALLATION OF ALL UNDERGROUND FACILITIES CROSSING EXISTING ARTERIAL HIGHWAYS REQUIRES BORING OR JACKING, UNLESS OTHERWISE PRE—APPROVED BY THE CITY ENGINEER. 11. CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS AND DIMENSIONS BEFORE STARTING WORK. SHOULD CONDITIONS EXIST WHICH ARE CONTRARY TO THOSE SHOWN ON PLANS, THE ENGINEER SHALL BE NOTIFIED BEFORE PROCEEDING WITH WORK. 12. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO ASSURE THAT ALL PIPES, WALLS, ETC. ARE ADEQUATELY BRACED DURING CONSTRUCTION. 13. ALL WORK SHALL CONFORM TO THE DRAWINGS AND SPECIFICATIONS IN ALL RESPECTS AND ALL DEVIATIONS SHALL BE APPROVED BY THE ENGINEER. CONTINUE ON SHEET 3 GENERAL NOTES CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1NZl' r R S-531 2—S SHEET 2 OF 45 GENERAL NOTES (CONTINUE) 14. THE CONTRACTOR SHALL, PRIOR TO THE BEGINNING OF WORK, INSPECT THE THE PROJECT FOR EXISTING SURVEY MONUMENTS AND THEN SCHEDULE A MEETING WITH THE CITY SURVEYOR TO WALK THE PROJECT TO REVIEW THE SURVEY MONUMENTS. THE CONTRACTOR SHALL PROTECT ALL SURVEY MONUMENTS DURING CONSTRUCTION OPERATIONS. IN THE EVENT THAT EXISTING SURVEY MONUMENTS ARE REMOVED OR OTHERWISE DISTURBED DURING THE COURSE OF WORK, THE CONTRACTOR SHALL RESTORE THE AFFECTED SURVEY MONUMENTS AT ITS SOLE EXPENSE. THE CONTRACTOR'S LICENSED SURVEYOR SHALL FILE THE REQUIRED RECORD OR CORNER RECORDS WITH THE COUNTY OF ORANGE UPON MONUMENT RESTORATION. 15. CONTRACTOR SHALL CLEAN UP THE PROJECT SITE AT THE END OF EACH WORK DAY. 16. CONTRACTOR SHALL MAINTAIN VEHICULAR ACCESS TO AND THROUGH THE WORK AT ALL TIMES. 17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO EXISTING UTILITIES, PAVEMENT, CURBS, TRAFFIC STRIPING AND MARKINGS, TRAFFIC SIGNAL EQUIPMENT (INCLUDING DETECTOR LOOPS), STRUCTURES, TREES, LANDSCAPING, AND IRRIGATION SYSTEMS, AS A RESULT OF ITS OPERATIONS, AND WILL BE REQUIRED TO REPAIR. REMODEL OR REPLACE SAME TO THE SATISFACTION OF, AND AS DIRECTED BY THE ENGINEER OR UTILITY COMPANY. 18• THE CONTRACTOR SHALL CONDUCT ITS CONSTRUCTION OPERATIONS IN SUCH A MANNER THAT STORM OR OTHER WATERS MAY PROCEED UNINTERRUPTED ALONG THE STREET OR DRAINAGE COURSES. PRIVATE ENGINEER'S NOTICE TO CONTRACTORS THE EXISTENCE AND LOCATION OF ANY UNDERGROUND UTILITY PIPES OR STRUCTURES SHOWN ON THIS PLAN ARE OBTAINED BY A SEARCH OF AVAILABLE RECORDS. TO THE BEST OF OUR KNOWLEDGE THERE ARE NO EXISTING UTILITIES EXCEPT AS SHOWN ON THESE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN AND ANY OTHER LINES OR STRUCTURES NOT SHOWN ON THESE PLANS. ALL CONTRACTORS AND SUBCONTRACTORS PERFORMING WORK SHOWN ON OR RELATED TO THESE PLANS SHALL CONDUCT THEIR OPERATIONS SO THAT ALL EMPLOYEES ARE PROVIDED A SAFE PLACE TO WORK AND THE PUBLIC IS PROTECTED. ALL CONTRACTORS AND SUBCONTRACTORS SHALL COMPLY WITH THE "OCCUPATIONAL SAFETY AND HEALTH REGULATIONS" OF THE U.S. DEPARTMENT OF LABOR, AND THE STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS' "CONSTRUCTION SAFETY ORDERS'. THE CIVIL ENGINEER SHALL NOT BE RESPONSIBLE IN ANY WAY FOR THE CONTRACTORS' AND SUBCONTRACTORS' COMPLIANCE WITH THE "OCCUPATIONAL SAFETY AND HEALTH REGULATIONS" OF THE U.S. DEPARTMENT OF LABOR OR WITH THE STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS' "CONSTRUCTION SAFETY ORDERS". CONTRACTOR FURTHER AGREES THAT HE SHALL ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE CONDITIONS DURING THE COURSE OF CONSTRUCTION OF THIS PROJECT, INCLUDING SAFETY OF ALL PERSONS AND PROPERTY; THAT THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS; AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY AND HOLD THE OWNER AND THE ENGINEER HARMLESS FROM ANY AND ALL LIABILITY, REAL OR ALLEGED, IN CONNECTION WITH THE PERFORMANCE OF WORK ON THIS PROJECT, EXCEPTING FOR LIABILITY ARISING FROM THE SOLE NEGLIGENCE OF THE OWNER OR THE ENGINEER. EMERGENCY TELEPHONE NUMBERS DAY NIGHT SOUTHERN CALIFORNIA GAS COMPANY (800) 624-8153 (800) 427-2200 SOUTHERN CALIFORNIA EDISON COMPANY (800) 611-1911 (800) 611-1911 AT&T TELEPHONE COMPANY (800) 332-1321 611 CITY OF NEWPORT BEACH UTILITIES DEPARTMENT (949) 644-3011 (949) 644-3717 TIME WARNER CABLE (714) 542-6222 (714) 388-2000 GENERAL NOTES (CONTINUE) �LIFORN CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 PUBLIC WORKS DEPARTMENT S-531 2—S SHEET 3 of 45 AREA 26 AREA 25 AREA 24 LEGEND O APPROXIMATE LOCATION OF SEWERS TO BE POINT REPAIRED & LINED — EXISTING SEWER AREA TO SHEET INDEX AREA NUMBER SHEET NUMBER 1 6 2 7 3 8 21 26 22 27 23 28 24 29 25 30 26 31 28 34-35 m m UP AREA 22 AREA 2 VICINITY MAP NOT TO SCALE VICINITY MAP - WEST CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IDO ISLE AREA 1 �_ AREA 2 AREA 3 1966-369-001 C-7538-1 IIOka S -5312—S SHEET 4 OF AREA 4 AREA TO SHEET INDEX AREA NUMBER SHEET NUMBER 4 9 5 10 6 11 7 12 8 13 9 14 10 15 11 16 12 17 13 18 14 19 15 20 16 21 17 22 18 23 19 24 20 25 27 32-33 AREA 11-1 AREA 17 VICINITY MAP LEGEND NOT TO SCALE O APPROXIMATE LOCATION OF SEWERS TO BE POINT REPAIRED & LINED - EXISTING SEWER VICINITY MAP - EAST CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1 AREA 18 1966-369-001 C-7538-1 11 a` S -5312-S SHEET 5 OF CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG FrFN — — EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR 1— BA"( - cn - R02.007 1 MHR02003 I MHR02-005 a D=7f' IT Or, LJ M <M - o- -o BLVD WEST BALBOA OCSD q I LOCATION MAP AREA 1 - LINE R02_007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 6 OF CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG FrFN - - EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR DtAT /1VCIVUC VVCJ I C7 R02 006 7 MHR0�003 MHR04_004 I D=5.9f' D=7f' _ I ~ N 4 - pP J( - Mc WEST BALBOA BLVD -C� OCSD 18" LOCATION MAP AREA 2 - LINE R02_006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 7 OF Z CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG w Luc FrFN - - EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR 4 W Lu MHR04_003 �rD=6f:, —JA "+ y nn11 / WEST BALBOA BLVD" 6- OCSD 1 f 1� LOCATION MAP AREA 3 - LINE R04_007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 8 OF Z CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG FrFN — — EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR ,u of MHR04_003 � r D=6±' BAY AVENUE WEST _t� T WEST MHR04_004 D=4.4f' Lu Lu BALBOA BLVD OCSD 18" LOCATION MAP AREA 4 - LINE R04_006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a` S-531 2-S SHEET 9 OF Wo .� CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG am-- — BAY MHR06_003 D=4.5±' MHR06_002 D=6±' WEST Lu M W O ry CD ,011w A W -- -� WEST LEGEND —>— EXISTING SEWER No SEWER TO BE SLIPLINED Q MANHOLE O LAMPHOLE POINT REPAIR MHR06--004 D=5t' PIAT 106_004 AND D AVENUE I —0 I BALBOA �9--- BLVD OCSD 18�.� OCEAN LOCATION MAP AREA 5 - LINE R06_003 & R06_004 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FRONT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S -5312—S SHEET 10 OF 45 CALL TOLL FREE 1-800-422-4133 r BEFORE YOU DIG FCjFNn — > — EXISTING SEWER 00 SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR t' SEE 40' SCALE PLAN ON SHEET 41 Iw AND DETAIL SHEET 45 MHR08_008 D=S±' L MHR08_009 e 1O D-6± � BAY AVE W 1 UJ t w c~n b - -a_ WEST BALBOA BLVD OCSD 18� MHR08_001 I MHR08_002 I D=B±' D=6±' R08_002 OCEAN FRONT ALLEY W 00 � 00 ti WEST OCEAN FRONT LOCATION MAP AREA 6 - LINES R08011 & R08002 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET VP(,,z;. 1966-369-001 C-7538-1 S-5312—SI SHEET 11 OF 45 �O CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG I FrFNi n —�— EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR WEST BLVD WEST i BAY AVE ir I _ BALBOAA BLVD OCSD 18" MHR09_003 D=3.5±' MHR09_001 MHR09_002M D=8t' D=5±' o R09_002 14 w OCEAN FRONT ALLEY W 2:: i WEST OCEAN LOCATION MAP AREA 7 - LINE R09002 & R09003 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT �O FRONT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET �$WPo O� A�a, , (�\7nti 1966-369-001 c�trFox�� C-7538-1 S -5312-S SHEET 12 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG I F -r F-Nl n — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR of WEST BAY AVE Lu LHR21- 003 MHR21_002 R21_002 D=5±D=6± R21-003 Lu t. w f_,�w, MHR21_001 D=6±' MHR11 (OCSD) OCSD 18" WEST _ BALBOA MHR11_001 D=8.5t' R11_002 71 0 z Q J i ---< — MHR21 (OCSD) - BLVD LHR11_006 /- D=5±' 0 `J OCEAN FRONT ALLEY W co MHR11_002 J j D=5±' 6 �1 WEST OCEAN FRONT LOCATION MAP AREA 8 — LINES R21_003, R21_002, R11 _002, & R11 _003 CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 PUBLIC WORKS DEPARTMENT S -5312-S 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, SHEET 13 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG w z w a I I I` o SOUTH BAY FRONT I MHL.31_067 D=5±' FrFN — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR MHL31_066 J D=5.7f' MHL31_062 D=6.7t' LOCATION MAP AREA 9 - LINE L31056 & L31055 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a S-531 2—S SHEET 14 OF LLI z I I Q I I I o I I SEE SHEET 421 FOR 40' I SCALE PLAN I 1 AND DETAIL 1 SHEET 45 L31_056 MHL31_066 J D=5.7f' MHL31_062 D=6.7t' LOCATION MAP AREA 9 - LINE L31056 & L31055 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a S-531 2—S SHEET 14 OF LEGEND CALL TOLL FREE 1-800-422-4133 EXISTING SEWER BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR LOCATION MAP AREA 10 - L IN E L31088 & L31080 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT N u 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a S-531 2—S SHEET 15 OF 45 I I I I PARK I AVENUE J�. PJ MHL31_058 MHL31_050 D=6±' D=4f' J Lu Lu Lu p >ZD w w w Q Q Q co00w ,: o y CD / U) z p Z O / Jm O p ! Q SOUTH BAY AVE Do— >-- MHL31_059 MHL31_049 D=7t' D=7t' LOCATION MAP AREA 10 - L IN E L31088 & L31080 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT N u 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a S-531 2—S SHEET 15 OF 45 LEGEND CALL TOLL FREE 1-800-422-4133 EXISTING SEWER BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR 71-R MHL31_099, D=7t' 1 FRpNT LOCATION MAP AREA 11 - L IN E L31084 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT w- co0 _I 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a S-531 2-S SHEET 16 OF —.de- Lu w z I uiz Q � Q I z � m I O � � Q � o MHL31_098 D=7t' BALBOA AVENUE LOCATION MAP AREA 11 - L IN E L31084 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT w- co0 _I 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a S-531 2-S SHEET 16 OF CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG FrFN - - EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR C L31_028 BAY MD=5±' HL31_037 038 D=5±' I 5� I.1 Lu Lu UJI Lu � I � I z z Q I Q C F'• ' J Lu I0 LOCATION MAP AREA 12 - LINE L31028 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 17 OF Z CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG I Fr FNI F) — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR NORTH BAY FRONT � A IL31_025-___--� , , MHL31_043 MHL31_045� ;:y. .� D=6±',.,. D=4.1f'_+ Lu W Lu ' I \Z :z `L I I GL_ co I�i = LLI G I I LOCATION MAP AREA 13 -LINE L31_025 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 18 OF Z CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG Lu z Lu Q I � PARK MHL31_023 I D=4.6±' Lu I z Q I� M O FrFN - - EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR LOCATION MAP AREA 14 - LINE L31035 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 19 OF Z J a MHL31_024 Q D=4.2f' I SEE SHEET 43 AVENUE FOR 40' -SCALE PLAN I AND DETAIL R ON SHEET 45 I I 0 I TV < LOCATION MAP AREA 14 - LINE L31035 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 19 OF Z CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG FrFN — — EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR u=5. /t' D=5.5±' L68_010 LJADDnD ICI Akin nDl\/C LOCATION MAP AREA 15- LINE L68_010 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 IIOka S-5312—SI SHEET 20 OF CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG MHL28_086 D=6.5±' d� k4'c� I Fr FNI F) — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR MHL28_085 D=6.5±' MHL28_084 D=6.5±' ;p. MHL28_083 D=6.5t' \� 24" DIP OCSD `j �O DRIVE MHL28_082 log Og _ MHL28_081 D=6.5t' N LOCATION MAP AREA 16 - LINES L28109 THROUGH L28113 CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 PUBLIC WORKS DEPARTMENT S -5312—S 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET Ak SHEET 21 OF Z CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG FrFN — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR I ... w I Q _ V Q e `® I I z z MHL15_045 _�_LL IQ D=9.4f' Lu U Ll - Ll 5-050 i L15_050 MHL15_044 OCEAN D=7f' BOULEVARD 1� r FERNLEAF RAMP FORCED MAIN z I Q co 061 ui I Lu MHL15_050 D=4.6±' LOCATION MAP AREA 17- LINE L15_050 & L15_061 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, I S -531 2—S SHEET 22 OF CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG I F -r F-Nl n — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR i12, (000� Q MHL15_111 LIFT STATION MHL15_110 FORCE MAIN —� MHL15_109 �► D=5t' L15_156 LOCATION MAP AREA 18 - LINE L15_155, L15_156, L15_158 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 4HM L15a.07 .I .� D=9f' . L15_155 MHL15_108 D=5±' N 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 IIOka S-5312—SI SHEET 23 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG FrFNn — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR 4(1 j MHG22_056 ` D=6.51±' ho Q O/ G� MHG22_049 D=9.5±' -eroNI D s LOCATION MAP AREA 19 - LINE G22_058 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 24 OF Z CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG FrFN — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR VIA LIDO — — 4 MHF01_051 D=8t' r Q Q > > MHF01_038 D=1 Of' —� MHF01_049 'Lr"Il "Ar ,d NORDT Q D=7t'CC `nw U w _ I w z Qz "I I X w X 4 MHF01_051 D=8t' r Q Q > > MHF01_038 D=1 Of' —� MHF01_049 NORDT Q D=7t'CC I w z Q "I I X w w } a I MHF01_048 D=7f' r: I I I Q I Q cn � co Q Q > I I I I LIDO �---- SOU -4-` LOCATION MAP AREA 20 - LINE F01_069 & F01_067 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 25 OF Z LEGEND CALL TOLL FREE 1-800-422-4133 EXISTING SEWER BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR VIAo- DIJON II 7 � o STRADA DIJON m MHF01 113 - MHF01_114 z D=10f'D=6±' o STA. t 10+00 STA. t 12+82 / 110 F01_134 tit VIA EBOLI 01 SEE 40' SCALE PLAN ON SHEET 44 AND 8" CNB DETAIL ON SHEET 45 FORCE MAIN I VIA FLORENCE nk i i A -� FLUC or. OR t eE� V`d LOCATION MAP AREA 21 — LINE F01_134 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT } 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 26 OF Z CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG r I F -r F-Nl n — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR 'N •�� R OCSD D05_ 150 --'C04z �� I MHD05_150 D=1f MHD05_149 005 14��q� \\ D=1.5t' LOCATION MAP AREA 22 - LINE D05_149 & D05_150 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 27 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG FrFN — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR L} MHE18--01 'i NEW M/H D=4t' E18_12�16TH SEE 40' S7ON PLAN LOCATION MAP AREA 23 - LINE E18_121 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ut to A Iu s. 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 28 OF Z CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG �O APPROXIMATE ANGLE POINT MHD34_014 D=4t' FrFN — — EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR s� L=t 10.0' �\ \ tis\ E3 -- MHD34_013 D=4t' `I' co t. o of LANCASTER I y � Lu w IC I� z N : 1� LOCATION MAP AREA 24 - LINE D34_015 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ILU- co 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 29 OF Z CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG FrFN — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR --�rl U)i , i7, WEST COAST HIGHWO r' _ OCEAN cf) FRONT D34_077 U' ALLEY W MHD34_076 z INSTALL NEW • Q 1)=6±' Q M/H 168.5' FRO o w �A _ MHD34_076 OCEAN �'RN LOCATION MAP AREA 25 - LINE D34_077 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 30 OF Z LEGEND CALL TOLL FREE 1-800-422-4133 EXISTING SEWER BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR co y _ py� MHD34_0581 MHD34_057 D=5.3±' D=G±.I - I X51—� I -may 0 / 7 LU I W ftp W af �b I cf) Q 17* ui WEST COAST HIGHWAY 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET LOCATION MAP AREA 26 - LINE D34_057 CITY OF NEWPORT BEACH C-756s—oo1 C-7538-1 PUBLIC WORKS DEPARTMENT S-5312—SI SHEET 31 OF 45 LEGEND CALL TOLL FREE 1-800-422-4133 EXISTING SEWER BEFORE YOU DIG SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR �- - _Cs ,. 'WIC, " � .. or -so s Iii MHH04 JAMBOREE D=14t' r MHH03 D=9.0f' 1 LOCATION MAP AREA 27 - LINES H_002, H_003, & H_004 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 32 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG N M H W W 2 N W w SEA ppN11NGO JAMBOREE ISLAND DRIVE LEGEND — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR LOCATION MAP AREA 27 - LINES H_001 & H_002 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT H-001�MIN ROAD MHH01 I D=8.5±' o o 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET r, 1966-369-001 C-7538-1 a S-531 2—S SHEET 33 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG �pF�T I F -r F-Nl n — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE O LAMPHOLE POINT REPAIR 62ND STREET \ SNS WASTEWATER PUMP \\ STATION WETWELL MHD34_047 D=13.6±' MHD34_095 D=7t' v APPROXIMATE ANGLE POINT LOCATION MAP AREA 28 - LINE D34_060 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT M W 2 co W \ N Lu Z_ J FE _ IT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 34 OF 45 CI o - - z Q 'ra D Cn �ml rte. t ---,i LOCATION MAP AREA 28 - LINE D34_060 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT M W 2 co W \ N Lu Z_ J FE _ IT 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2—S SHEET 34 OF 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG `"' 8" VCP wLo SEWER Lu c=n APPROXIMATE ,LLQ,' ANGLE POINT" p� O Ir A.C. \ " FORCE MAIN APPROXIMATE _ \ ANGLE POINT ��sAF��L* �P� !^ - D I Fr FNI F) — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR APPROXIMATE ANGLE POINT MHD34_014 D=4t' r_ ,J) \ m \m ` LOCATION MAP AREA 28 - LINE D34_060 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT i" ' , - L=f 10.0' 100 50 0 100 SCALE IN FEET 1 INCH = 100 FEET 1966-369-001 C-7538-1 a S-531 2-S SHEET 35 OF Z LINE AREA NUMBER SHEET NUMBER STREET NAME SIZE (IN.) LINEAL FEET LATERALS DEPTH (FT.) COMMENT R02007 1 6 BAY AVENUE WEST 8 489 27 7.5 R02006 2 7 BAY AVENUE WEST 8 404 24 7.5 R04007 3 8 BAY AVENUE WEST 8 401 24 6.3 R04006 4 9 BAY AVENUE WEST 8 397 24 6.3 R06003 5 10 9TH STREET 8 236 0 6 DROP MH D=9' R06004 5 10 BAY AVENUE WEST 8 157 10 5 R08011 6 11 BAY AVENUE WEST 8 72 0 7.7 POINT REPAIR - STA. ±10+31 & ±10+45 R08002 6 11 OCEAN FRONT ALLEY W 8 251 15 8 CONC, PIPE R09002 7 12 OCEAN FRONT ALLEY W 8 250 17 6 CONC, PIPE R09003 7 12 OCEAN FRONT ALLEY W 8 60 3 5 CONC. PIPE R21_003 8 13 ALLEY 8 300 22 8 REPLACE C.O. W/ M.H. R21002 8 13 ALLEY 8 15 0 8 R11 002 8 13 OCEAN FRONT ALLEY W 6 250 18 6 PVC PIPE R11_003 8 13 OCEAN FRONT ALLEY W 8 60 3 8 CONC. PIPE, REPLACE C.O. W/ M.H. L31055 9 14 SOUTH BAY FRONT 8 87 4 5.8 L31056 9 14 SOUTH BAY FRONT 8 137 5 5.8 POINT REPAIR - STA. ±11+35 L31088 10 15 ALLEY 8 300 17 7.7 L31080 10 15 ALLEY 8 300 19 8 L31084 11 16 ALLEY 8 285 15 8.1 L31028 12 17 NORTH BAY FRONT 8 77 5 5.1 L31025 13 18 NORTH BAY FRONT 8 259 10 5 L31035 14 19 ALLEY 8 300 15 4.6 L68010 15 20 HARBOR ISLAND DRIVE 8 250 8 5.7 L28113 16 21 BAYSIDE DRIVE 8 114 2 6.5 L28112 16 21 BAYSIDE DRIVE 8 79 1 6.5 L28111 16 21 BAYSIDE DRIVE 8 128 2 6.5 L28110 16 21 BAYSIDE DRIVE 8 94 1 6.5 L28109 16 21 BAYSIDE DRIVE 8 84 2 6.5 L15050 17 22 OCEAN BOULEVARD 10 309 8 10 PCC STREET L15061 17 22 COVE STREET 8 300 11 8.4 NOTE: ALL PIPES ARE VCP UNLESS NOTED OTHERWISE. LINE SEGMENT TABLE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 a S -5312-S SHEET 36 OF Z LINE AREA NUMBER SHEET NUMBER STREET NAME SIZE (IN.) LINEAL FEET LATERALS DEPTH (FT.) COMMENT L15156 18 23 GLEN DRIVE 8 39 1 7 L15155 18 23 GLEN DRIVE 8 41 0 7 L15158 18 23 GLEN DRIVE 8 196 3 4 G22058 19 24 POLARIS DRIVE 8 400 3 9.5 F01 069 20 25 VIA XANTHE 8 231 13 9 F01067 20 25 VIA YELLA 8 250 12 7.6 F01134 - 21 26 VIA EBOLI 8 320 14 6.3 POINT REPAIR STA. ±10+00.82, 01_113 IS A DROP MH D=10.4' D05_150 22 27 WEST COAST HIGHWAY 8 171 1 12 NO AS-BUILTS, RESTAURANTS D05_149 22 27 WEST COAST HIGHWAY 8 376 8 8 NO AS-BUILTS, RESTAURANTS E18 121 23 28 16TH STREET 6 30 0 5 INSTALL NEW M.H. D34015 24 29 62ND STREET 8 259 14 5 D34_077 25 30 OCEAN FRONT ALLEY W 6 170 1 6 REPLACE C.O. W/ M.H. D34057 26 31 CANAL STREET 8 223 7 6 H001 27 32 JAMBOREE RD 10 311 0 8.5 H002 27 32 JAMBOREE RD 10 349 0 8.5 H003 27 33 JAMBOREE RD 10 335 0 11.5 H004 27 33 JAMBOREE RD 10 70 0 13 MHH04 IS A DROP MH D=18.7' D34_060 28 34 62ND STREET 6 1157 0 VARIES FORCE MAIN NOTE: ALL PIPES ARE VCP UNLESS NOTED OTHERWISE. LINE SEGMENT TABLE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 S-531 2-S SHEET 37 OF taw y� CALL TOLL FREE 1-800-422-4133 ■ BEFORE YOU DIG _.. JDfDO L '.0Z59 5 C/P J N 40 20 0 40 SCALE IN FEET INCH = 40 FEET CONSTRUCTION NOTES NO. DESCRIPTION CITY OF COSTA MESA I F-r,P-Nin - - EXISTING SEWER SEWER TO BE SLIPLINED ® MANHOLE O LAMPHOLE POINT REPAIR _r. -j w =v3,� GUTTER LIP NOTES: CONTRACTOR TO POTHOLE HORIZONTAL AND VERTICAL JOIN POINTS FOR NEW CONSTRUCTION. INFORMATION OBTAINED FROM S -5300-S AS BUILTS DATED 9/17/92. SEE SHEET 39 FOR EXISTING STORM DRAIN PROFILE. SEE SHEET 40 FOR EXISTING 6' LATERAL PROFILE. O1 JOIN EXISTING 6' VCP LATERAL. USE 6 -INCH MR02-66 REPAIR COUPLING, AS MANUFACTURED BY MISSION RUBBER OFURNISH AND INSTALL SHALLOW MANHOLE PER SSPPWC STD. PLAN 201-2 FRAME AND COVER PER CNB STD -112-L AND STD -409-L O3 FURNISH AND INSTALL 6" VCP SEWER LINE PER CNB STD -105 -L -C O4 CONSTRUCT PAVEMENT RESTORATION PER CNB STD -105-L IMPROVEMENT PLAN AREA 23 -LINE E18 121 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1''�r : , S -5312 -Si SHEET 38 OF 45 MOM jol norm , w�i�=��i_ rwilrrlrir�rrrlrraww� `� ire MINE IN NIF01101-,uwTii i� �, TNo 4w mm s oZ� �wi�jffA6 www_n..t�Q_ Miili7�iwwli�rl-i✓T9.li�IW*�J......www �- NA WONN.M.4 MIME LIP W 0 AM wnrir/i" �.�.�El�i�li ��'���j ��1�1I1wNI1i1M[111�.111�91 �� ■ ■:■ i � ___�1�i�� ft. 1 1111111111 I I.,ilk f am HIM STORM ,■ ' PROFILE AREA 23 - LINE El 8 121 CITY OF NEWPORT BEACH i PUBLIC /■ DEPARTMENT ■ 4._..-.....}..._-^r 1_>...^^.--t..- t ._..... L. ......... e- .... ....-¢::�..._� -.._._.a__...,_-•--'{. ._ ...._._ .... .-.E ._...«Q...,.. _�-- .. .. !w!at .... .. . . i" -_ L il v 1 ..-...._�._._..__..._ E..._ - .. .. ,- ...... _. .. .�- ....-<_ t... •v .. . ..^. ...^...-b- -. t• •f « i -' - -T --- 1 �. _ - PROFILE SCALE ............... .. t _ __ :_ __ rt _ HORIZ. 1"=20' _ -f _ +- r __Y . , VES' 1*=Iv EXISTING 6" VCP SEWER PROFILE CONSTRUCTION NOTES NO. DESCRIPTION O JOIN EXISTING 6" VCP LATERAL OFURNISH AND INSTALL SHALLOW MANHOLE PER SSPPWC STD. PLAN 201-2 FRAME AND COVER PER CNB STD -112-L AND STD -409-L O FURNISH AND INSTALL 6" VCP SEWER LATERAL O CONSTRUCT PAVEMENT RESTORATION PER CNB STD -105-L SEWER PROFILE ",,,r J AREA 23 - LINE E18_121 CITY OF NEWPORT BEACH 1966-369-001 `IOk- C-7538-1 PUBLIC WORKS DEPARTMENT 5-5312—S SHEET 40 of 45 CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG 0 U) IFGFNn — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR EXIST. SCE EXIST. IT WATER EXIST. CATV _x EXIST. PULL BOX 1 b"vv 00, MHROB-009 1 STA t 1I0+I IV �Z,sQ MHROILOW D---±5.0' �SIREET � EXIST. TELJ . CROSS EX�IS�T EXIST. G' WATER I � EXISf:' SCE EXIST. Ir SEWER ,1 EXIST. CAVI h POINT REPAIR APPROXIMATE LOCATION CONTRACTOR TO VERIFY BAY AVENUE WEST W BAY AVENUE SECTION IS APPROXIMATELY 9' PCC OVER COMPACTED SAND THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. IMPROVEMENT PLAN AREA 6 - LINE R08_011 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 C-7538-1 S -5312—S 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET Ak SHEET 41 OF CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG II u ci EX. r GAS EX. g' VCP SEWER EX. 4" CIP WATER EX. ELEC. CONDUR LMHL31_067 D-5±' STA. t 10+00.00 EX. TELE. CABLE L31_056 LEGEND — > — EXISTING SEWER SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR POINT REPAIR—APPROXIMATE LOCATION CONTRACTOR TO VERIFY POINT REPAIR STA t 11+35.00 r L31-055 MHL31_066 D=5.7t' STA. f 11+37.37 SOUTH BAY FRONT SOUTH BAY FRONT SECTION IS APPROXIMATELY 4' PCC THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. IMPROVEMENT PLAN AREA 9 - LINE L31_056 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT -4 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET r, 1966-369-001 C-7538-1 IIOka S-5312—SI SHEET 42 OF w Z Lu Q Lu z a CALL TOLL FREE 1-800-422-4133 BEFORE YOU DIG D(. S" VCP SEWER EX 4" WATER ALLEY C/L EX. SIDEWALK PARK MHL31-02 0 D=4.6t' - STA. f 10+00 MHL31-024 D=4.2t' STA t 13+02 LEGEND - > 0 O D(. 4' CAS EXISTING SEWER SEWER TO BE SLIPLINED MANHOLE LAMPHOLE POINT REPAIR !3* POINT REPAIR -APPROXIMATE LOCATION CONTRACTOR TO VERIFY POINT REPAIR STA t 10+65 0 z AVENUE < c� PARK AVENUE SECTION IS APPROXIMATELY 8" PCC ALLEY BETWEEN MARINE AVENUE & GRAND CANAL IS APPROXIMATELY 6" PCC THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. IMPROVEMENT PLAN AREA 14- LINE L31035 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1966-369-001 ki 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET S -5312 -SI SHEET 43 OF CALL TOLL FREE 1-800-422-4133 . BEFORE YOU DIG IFGFNn — > — EXISTING SEWER No SEWER TO BE SLIPLINED 0 MANHOLE LAMPHOLE POINT REPAIR MHF01-113 D=10f' STA. f 10+00 POINT REPAIR sra t 1 CATV f GAS ELECTRICAL CAN --,,,_POINT REPAIR—APPROXIMATE LOCA11ON \ CONTRACTOR TO VERIFY Ir CNB FORCE MAIN VIA LIDO C/L , .V VIA EBOLI SECTION IS APPROXIMATELY 2" AC OVER 6" WARRENITE 09 MHF01_114 D=6±' STA. f 12+82 THE EXISTING UNDERGROUND UTILITIES ARE SHOWN PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND ELEVATION IN THE FIELD (POTHOLE) OF ALL UTILITIES THAT MAY CONFLICT AND ALL POINT OF CONNECTIONS PRIOR TO BEGINNING THE CONSTRUCTION OF THE SEWER REPAIR. IMPROVEMENT PLAN AREA 21 - LINE F01 134 CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 PUBLIC WORKS DEPARTMENT S -5312—S a 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET O� b z 71 o, SHEET 44 OF C/3 SLURRY LIMITS N SEE NOTE 7 & DETAIL C REPAIR LIMITS MISS ALIGNED JOINT OR SAG EXISTING PAVEMENT OR FINISHED SURFACE 6" MIN TRUE INTENDED PIPE ANEW SEWER L -REPAIR COUPLING EXISTING MAIN BOTH SIDES OF SEWER (TYP.) NEW PIPE (TYP.) DETAIL A SLURRY LIMITS SEE NOTE 7 & DETAIL C TRENCH REPAIR oft 6" MIN EXISTING SERVICE PER wiz LATERAL STD -01 5—L N NEW WYE OR TEE - ----- _ 1" BELOW TRENCH EXIST. AC/AB NEW SEWER MAIN SLOPE VARIES MIN WIDTH 1—SACK (1% MINIMUM) SLURRY ---REPAIR COUPLING AS SAND SE 30 REQUIRED 6" MIN / NEW SERVICE LATERAL UNDISTURBED (1' MIN LENGTH) SOIL NEW 1/8 OR 1/16 BEND AS REQUIRED PIPE BASE DETAIL B DETAIL C NOTES 1. NEW SEWER PIPE SHALL BE INSTALLED STRAIGHT AND TRUE TO THE INTENDED SLOPE. 2. LIMITS OF REPAIR SHALL BE DETERMINED BY CCN AND IN THE FIELD. 3. THE REPAIR SHALL CONSIST OF REMOVAL OF THE AFFECTED PIPES) AND APPURTENANCES AND INSTALLING NEW PVC SDR -35 AND APPURTENANCES, IN LIKE SIZE AND SHALL BE CONSTRUCTED PER STD -106—L EXCEPT AS MODIFIED HEREON (DETAIL A). 4. THE REPAIR SHALL CONSIST OF RE—CONNECTING ACTIVE SERVICE LATERAL(S) AND APPURTENANCES AND INSTALLING NEW PVC SDR -35 AND APPURTENANCES IN LIKE SIZE WITHIN THE LIMITS OF THE REPAIR AND SHALL BE CONSTRUCTED PER STD -405—L EXCEPT AS MODIFIED HEREON (DETAIL B). 5. A REPAIR COUPLING SHALL BE INSTALLED ON EITHER SIDE OF THE REPAIR, TO CONNECT THE EXISTING PIPE TO THE NEW PIPE. 6. THE REPAIR COUPLINGS SHALL BE; MR02-44 FOR 4—INCH, MR02-66 FOR 6—INCH, MR02-88 FOR 8—INCH, OR MR02-1010 FOR 10—INCH, AS MANUFACTURED BY MISSION RUBBER. 7. EACH REPAIR INCLUDING SERVICE LATERAL(S) SHALL BE 1—SACK SLURRY BACKFILLED, A MINIMUM OF 6—INCHES FROM EACH END OF THE REPAIR COUPLING AND UP TO 1—INCH BELOW EXISTING A.C. SECTION PER DETAIL C. 8. SLURRY BACKFILL TO BE PLACED AGAINST UNDISTURBED NATURAL GROUND. 9. SLURRY SHALL NOT BE PLACED AROUND A.C. PIPE (WHEN APPLICABLE). POINT REPAIR DETAIL °`~`,a>o'b z CITY OF NEWPORT BEACH 1966-369-001 C-7538-1 PUBLIC WORKS DEPARTMENT S-5312—SI SHEET 45 OF 45 APPENDIX C STORM DRAIN SYSTEM REHABILITATION PROJECT PLANS y I�� �I1F,OR�I PUBLIC WORKS DEPARTMENT STORM DRAIN SYSTEM REHABILITATION PROJECT C-7538-1 APPROVED: PUBLIC WORKS DIRECTOR APPROVED: ACTING CITY ENGINEER APPROVED: UTILITIES DIRECTOR DATE: R.C.E. NO. 47961 DATE: R.C.E. NO. 46214 DATE: R.C.E. NO. 61527 TITLE SHEET CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT O QROFESS /0 i of c/) C 69867 D A rIVo-, o \ C �� \OF CA1/ DESIGNED: REVIEWED: C-7538-1 SENIOR CIVIL ENGINEER V D -5400-S SHEET 1 OF 24 mu �n GENERAL NOTES 1. ALL WORK DETAILED ON THESE DRAWINGS TO BE PERFORMED UNDER CONTRACT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION," 2015 EDITION AND SUPPLEMENTS TO DATE, EXCEPT AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS, OR IN THIS CONTRACT'S SPECIAL PROVISIONS. 2. EXISTING UNDERGROUND UTILITIES ARE SHOWN AS PER AVAILABLE RECORDS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE ACTUAL LOCATION AND IN THE FIELD PRIOR TO BEGINNING CONSTRUCTION. 3. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR, DIMENSION, AND FINISH TO ADJOINING IMPROVEMENTS. 4. P.C.C. SHALL BE CLASS 560-C-3250. 5. ANY DISCREPANCY IN THE DRAWINGS OR SPECIFICATIONS SHALL BE CALLED TO THE IMMEDIATE ATTENTION OF THE ENGINEER. FAILURE TO DO SO SHALL PLACE RESPONSIBILITY ON THE CONTRACTOR FOR CORRECTION. 6. PROPOSED IMPROVEMENTS SHALL JOIN AND MATCH LINE AND GRADE OF EXISTING IMPROVEMENTS. 7. ANY WORK NOT INDICATED ON THE DRAWINGS BUT CALLED FOR IN THE SPECIFICATIONS, OR VICE -VERSA, SHALL BE FURNISHED AND PERFORMED AS THOUGH SPECIFICALLY INDICATED AND CALLED FOR IN BOTH. ANY WORK NOT INSTALLED ACCORDING TO THE DRAWINGS AND SPECIFICATIONS OR ORDINANCES AND LAWS SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. 8. ALL TREES SHALL BE PROTECTED IN PLACE UNLESS OTHERWISE NOTED. 9. PROFILE DRAWINGS OF THE STORM DRAINS IN THIS CONTRACT ARE LOCATED IN APPENDIX A OF THE SPECIAL PROVISIONS. THE LOCATION AND ELEVATIONS WERE OBTAINED BY A SEARCH OF AVAILABLE RECORDS AND FROM CCTV INSPECTION REPORTS DATED 2016. 10. OBJECT ID AND TASK AREA DESIGNATIONS CORRESPOND TO THE CCTV INSPECTION REPORTS PREPARED BY DOWNSTREAM SERVICES, INC. FOR THE CNB IN 2016. 11. ALL WATER USED FOR CLEANING SHALL BE COLLECTED BEFORE ENTERING NEWPORT BEACH WATERWAYS OR BAY. 12. CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS AND DIMENSIONS BEFORE STARTING WORK. SHOULD CONDITIONS EXIST WHICH ARE CONTRARY TO THOSE SHOWN ON PLANS, THE ENGINEER SHALL BE NOTIFIED BEFORE PROCEEDING WITH WORK. GENERAL NOTES CITY OF NEWPORT BEACH C-7538-1 V PUBLIC WORKS DEPARTMENT I D -5400-S SHEET 2 of 24 PRIVATE ENGINEER'S NOTICE TO CONTRACTORS THE EXISTENCE AND LOCATION OF ANY UNDERGROUND UTILITY PIPES OR STRUCTURES SHOWN ON THIS PLAN ARE OBTAINED BY A SEARCH OF AVAILABLE RECORDS. TO THE BEST OF OUR KNOWLEDGE THERE ARE NO EXISTING UTILITIES EXCEPT AS SHOWN ON THESE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY MEASURES TO PROTECT THE UTILITIES SHOWN AND ANY OTHER LINES OR STRUCTURES NOT SHOWN ON THESE PLANS. ALL CONTRACTORS AND SUBCONTRACTORS PERFORMING WORK SHOWN ON OR RELATED TO THESE PLANS SHALL CONDUCT THEIR OPERATIONS SO THAT ALL EMPLOYEES ARE PROVIDED A SAFE PLACE TO WORK AND THE PUBLIC IS PROTECTED. ALL CONTRACTORS AND SUBCONTRACTORS SHALL COMPLY WITH THE "OCCUPATIONAL SAFETY AND HEALTH REGULATIONS" OF THE U.S. DEPARTMENT OF LABOR, AND THE STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS' "CONSTRUCTION SAFETY ORDERS". THE ENGINEER SHALL NOT BE RESPONSIBLE IN ANY WAY FOR THE CONTRACTORS' AND SUBCONTRACTORS' COMPLIANCE WITH THE "OCCUPATIONAL SAFETY AND HEALTH REGULATIONS" OF THE U.S. DEPARTMENT OF LABOR OR WITH THE STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS' "CONSTRUCTION SAFETY ORDERS". CONTRACTOR FURTHER AGREES THAT HE SHALL ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE CONDITIONS DURING THE COURSE OF CONSTRUCTION OF THIS PROJECT, INCLUDING SAFETY OF ALL PERSONS AND PROPERTY; THAT THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS; AND THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY AND HOLD THE OWNER AND THE ENGINEER HARMLESS FROM ANY AND ALL LIABILITY, REAL OR ALLEGED, IN CONNECTION WITH THE PERFORMANCE OF WORK ON THIS PROJECT, EXCEPTING FOR LIABILITY ARISING FROM THE SOLE NEGLIGENCE OF THE OWNER OR THE ENGINEER. EMERGENCY TELEPHONE NUMBERS DAY NIGHT SOUTHERN CALIFORNIA GAS COMPANY (800)-624-8153 (800)-427-2200 SOUTHERN CALIFORNIA EDISON COMPANY (800)-611-1911 (800)-611-1911 AT&T TELEPHONE COMPANY (800)-332-1321 611 CITY OF NEWPORT BEACH (UTILITIES) (949)-644-3011 (949)-795-2139 ORANGE COUNTY SANITATION DISTRICT (714)-962-2411 (714)-593-7025 TIME WARNER CABLE (714)-542-6222 (714)-388-2000 UNDERGROUND SERVICE ALERT (800)-422-4133 (800)-422-4133 MESA WATER DISTRICT (949)-631-1200 (949)-631-1200 o CALL TOLL FREE 1-800-227-2600 BEFORE YOU DIG GENERAL NOTES (CONTINUED) r. y CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D -5400-S SHEET 3 OF 24 CONSTRUCTION NOTES O1 PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) O3 INSTALL CURED—IN—PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS. O4 INSTALL CURED—IN—PLACE (CIPP) LINE EXISTING CMP ARCH PER LENGTH AND DIAMETER INDICATED ON THE PLANS. O5 GROUT PIPE ANNULUS. O EXTEND MANHOLE SHAFT AND ADJUST RIM TO GRADE. O7 TRIM BRUSH AND/OR TREE. O8 INSTALL 30" HDPE DROP INLET PER DETAIL ON SHEET 24 AND CONNECT TO EXISTING PIPE. O9 REMOVE EXISTING 18—INCH CMP. 10 REMOVE EXISTING 6—INCH CMP. 11 INSTALL 18—INCH SDR35 PVC PIPE, PIPE BEDDING AND BACKFILL, AND AC PAVEMENT PER CNB STD 105—L—A AND CNB STD-105—L—F. NEW 18—INCH SDR35 PVC PIPE TO MAINTAIN EXISTING PIPE SLOPE. 12 INSTALL 12—INCH SDR35 PVC PIPE, PIPE BEDDING AND BACKFILL, AND AC PAVEMENT PER CNB STD 105—L—A AND CNB STD-105—L—F. NEW 12—INCH SDR35 PVC PIPE TO MAINTAIN EXISTING PIPE SLOPE. 13 INSTALL 4 LF SECTIONAL POINT REPAIR USING TWO—SIDED FIBERGLASS MAT WITHIN EXISTING CMP STORM DRAIN PER LOCATION AND DIAMETER INDICATED. 14 INSTALL BROOKS 18x18 CATCH BASIN WITH GALVANIZED GRATE. MATCH EXISTING INVERT. CONSTRUCTION NOTES CITY OF NEWPORT BEACH C-7538-1 I PUBLIC WORKS DEPARTMENT D -5400-S I SHEET 4 of 24 TASK AREA 1 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS "VCP IIS WER II E I I 3"HIGH 1 PRESSURE GAS LINE 11 E "I I I I 1 I I I I I I I. 1 t5 P T ID: 3713) 1 8" PVC WATER \ 1 8„ P R SEWER 20 10 0 20 CALL TOLL FREE 1800227-2600 SCALE IN FEET BEFORE you Dec 1 INCH = 20 FEET (9 TASK AREA 1 SERRA DRIVE - OBJECT ID. 3713 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7538-1 IV D -5400-S I SHEET 8 OF 24 TASK AREA 1 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION 16"HIGH PRESSURE GAS LINE DRAINAGE EASEMENT CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O GROUT PIPE ANNULUS DRAINAGE�i EASEMENT i VERIFY M.H. i LOCATION IN 1 THE FIELD �y 10X9 1 ARCH , CULVERT ; i 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET F'KtJJUKt � GAS LINE TASK AREA 1 E. COAST HWY & SEAWARD DR - OBJ ID. 3765 & 3768 B CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D -5400-S 30" CMP (OBJECT ID:3768 B) FIELD VERIFY LENGTH POINT REPAIR OBJECT ID: 3769 PER SHEET 10 I�f8 'WATER YLCCSP CALL TOLL FREE 1800227-2600 BEFORE YOU DIG SHEET 9 OF 24 mu TASK AREA 1 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION El CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) 13 INSTALL 4 LF SECTIONAL POINT REPAIR USING TWO–SIDED FIBERGLASS MAT WITHIN EXISTING CMP STORM DRAIN PER LOCATION AND DIAMETER INDICATED. DRAINAGE— EASEMENT I P -II 12„ �4"CMI' SD( – — FTELD VERIFY F LOCA�fION 24"DIP10 1 OCSD \ \ ARCH CULVERT00 ' OBJECT ID: 3768B PER SHEET 9 I / / PER Y )IN E / IMP \ D//r" 47' 24"CMP SD / 1 12"PVT SD F \\\ 24„C P / 1 C. \\ SD \ \ /30"GUN WATER 1 CENTER 8"ACP 1 20 10 0 20 MEDIAN WATER CALL TOLL FREE 1800227-2600 SCALE IN FEET BEFORE you Dec 1 INCH = 20 FEET TASK AREA 1 - POINT REPAIR y r. E. COAST HWY & SEAWARD DRIVE - OBJ ID. 3769 CITY OF NEWPORT BEACH C-7538-1 I PUBLIC WORKS DEPARTMENT D -5400-S I SHEET 10 of 24 3805 TASK AREA 1 LOCATION MAP 37 NOT TO SCALE STORM DRAIN LOCATION EJ CONSTRUCTION NOTES O PROTECT IN PLACE O CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) 13 INSTALL 4 LF SECTIONAL POINT REPAIR USING TWO-SIDED FIBERGLASS MAT WITHIN EXISTING CMP STORM DRAIN \g'` PER LOCATION AND DIAMETER INDICATED. _EDF 'S7 -S ----S­�n8" VCP 2" HIGH&, ESSURE �� AS LINE I " C WATER 50 25 0 50 Nl \ SCALE IN FEET 1 INCH = 50 FEET TASK AREA 1 - POINT REPAIR E. COAST HWY & MORNING CANYON - OBJ ID. 3805 CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D-5400-5 E 30"CMP SD A 30 40.60 SMP 2 Z 3 0 SHEET 11 OF 24 in TASK AREA 1 LOCATION MAP NOT TO SCALE INO 30" GUN \ C\ WATER q � 16"HIG PRESSURE GAS LINE T / CONSTRUCTION NOTES 1O PROTECT IN PLACE. O8 REMOVE EXISTING 18" CMP 11 INSTALL 18" SDR 35 PVC PIPE, PIPE BEDDING AND BACK- FILL, AND AC PAVEMENT PER CNB STD 105 -L-A AND CNB 105 -L -F. NEW 18' SDR35 PVC PIPE TO MAINTAIN EXISTING PIPE SLOPE O GROUT PIPE ANNULUS Q� o p� 8"ACP �J WATER O7z Pc.�. �p �pQ cq �9s 6 HI � PRESS E �� GAS INE 8 AC WA R / 4"MEDIUM � y�y „\ � \ / // RESSURE �� 24 DIP 1 iGAS LINE OCSD 40 20 0 40 SCALE IN FEET INCH = 40 FEET TASK AREA 1 E. COAST HWY & CAMEO HIGHLANDS DR - OBJ ID. 3837 CITY OF NEWPORT BEACH 18" CMP (OBJECT ID: 3837) FIELD VERIFY iii Lr-1C.B. 1. _ CALL TOLL FREE 1800227-2600 BEFORE YOU DIG C-7538-1 V PUBLIC WORKS DEPARTMENT I D -5400-S I SHEET 12 of 24 co o�. CONSTRUCTION NOTES 1O PROTECT IN PLACE. O8 REMOVE EXISTING 18" CMP 11 INSTALL 18" SDR 35 PVC PIPE, PIPE BEDDING AND BACK- FILL, AND AC PAVEMENT PER CNB STD 105 -L-A AND CNB 105 -L -F. NEW 18' SDR35 PVC PIPE TO MAINTAIN EXISTING PIPE SLOPE O GROUT PIPE ANNULUS Q� o p� 8"ACP �J WATER O7z Pc.�. �p �pQ cq �9s 6 HI � PRESS E �� GAS INE 8 AC WA R / 4"MEDIUM � y�y „\ � \ / // RESSURE �� 24 DIP 1 iGAS LINE OCSD 40 20 0 40 SCALE IN FEET INCH = 40 FEET TASK AREA 1 E. COAST HWY & CAMEO HIGHLANDS DR - OBJ ID. 3837 CITY OF NEWPORT BEACH 18" CMP (OBJECT ID: 3837) FIELD VERIFY iii Lr-1C.B. 1. _ CALL TOLL FREE 1800227-2600 BEFORE YOU DIG C-7538-1 V PUBLIC WORKS DEPARTMENT I D -5400-S I SHEET 12 of 24 TASK AREA 2 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION 17/9 30"GUN LBW CONSTRUCTION NOTES \�` O PROTECT IN PLACE \ O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) 3O INSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS 16" HIGH PRESSURE GAS LINE 33"MWD CALL TOLL FREE 1-800-227-2600 ER FoI \ 50 25 0 50 \ �' M SCALE IN FEET 1 INCH = 50 FEET TASK AREA 2 COAST HWY & FERNLEAF AVENUE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FERNLEAF / /A/V/ F/ A 36°CMP SD 8"VCP SEWER \ 36" CMP (OBJECT ID: 3529) W o N Q W J O'^a V w 24"CMP SD C-7538-1 I V D -5400-S I SHEET 13 OF 24 TASK AREA 5 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION III CONSTRUCTION NOTES 1O PROTECT IN PLACE O9 REMOVE EXISTING 18 -INCH CMP 10 REMOVE EXISTING 6 -INCH CMP 11 INSTALL 18 -INCH SDR35 PVC PIPE, PIPE BEDDING, BACKFILL, AND AC PAVEMENT PER CNB STD 105 -L-A AND CNB STD 105 -L -F. NEW 18 -INCH SDR35 PVC PIPE TO MAINTAIN EXISTING PIPE SLOPE. 12 INSTALL 12 -INCH SDR35 PVC PIPE, PIPE BEDDING, BACKFILL, AND AC PAVEMENT PER CNB STD 105 -L-A AND CNB STD 105 -L -F. NEW 12 -INCH SDR35 PVC PIPE TO MAINTAIN EXISTING PIPE SLOPE. 14 INSTALL BROOKS 18x18 CATCH BASIN WITH GALVANIZED GRATE. MATCH EXISTING INVERT. 60 30 0 60 SCALE IN FEET 1 INCH = 60 FEET IA 7� (OBJECT -0 1299 -IIi 1911:ir:Eym- TASK AREA 5 -REPLACEMENT 10TH STREET - OBJECT ID. 683 & 129952 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FIRE HYDRANT V. - C-7538-1 V D -5400-S SHEET 14 OF 24 CONSTRUCTION NOTES O PROTECT IN PLACE. O CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OCURED -IN-PLACE (CIPP) LINE EXISTING CMP ARCH PER LENGTH AND DIAMETER INDICATED ON THE PLANS O GROUT PIPE ANNULUS O TRIM BRUSH AND/OR TREE NEWPORT TASK AREA 8 / / BAY LOCATION MAP NOT TO SCALE ^ STORM DRAIN LOCATION El BACK p l !ll l A Y DRIVE 18"RC h ^v C.B. & SID �� 1 IPVGSID iv 4 C. B. & 18 18 / M. ( / 18'�EM� _ (OBJECT 15' UTILITIE EASEMENT C. B. 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET TASK AREA 8 BACK BAY DRIVE - OBJECT ID 1386-1387 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - CALL TOLL FREE 1800227-2600 BEFORE YOU DIG C-7538-1 IV D -5400-S I SHEET 15 OF 24 on on UPPER BACK BAY POINT REPT OBJECT ID: 1420 TASK AREA 9 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION 17/9 15"VCP SEWER CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) 13 INSTALL 4 LF SECTIONAL POINT REPAIR USING TWO-SIDED FIBERGLASS MAT WITHIN EXISTING CMP STORM DRAIN PER LOCATION AND DIAMETER INDICATED. >vx ti SEWER �EASEMEP •� q DRAINAGE EASEMENT \ 1 8>,VCP ` \ SEWER �S x1124„C � 13 �4�CMP� �e / c/ / / / / / / 24"R( SD MH 1 8"VCP -------- EWER ------ ---- S r -- BIG \,CANv,"' �� \ARK 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET TASK AREA 9 - POINT REPAIR BACK BAY DR. & VISTA BONITA - OBJ ID. 1420 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CALL TOLL FREE 1-800-227-2600 BEFORE YOU DIG C-7538-1 IV D -5400-S I SHEET 16 OF 24 TASK AREA 11 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS O7 TRIM BRUSH AND/OR TREE O INSTALL 30" HDPE DROP INLET PER DETAIL ON SHEET 24 AND CONNECT TO EXISTING PIPE i UPER PORT BAY /i 1 'RCP( SD 30"PVC OCSD i 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET CLEAR BRUSH AT THE PERIMETER OF THE INLET "CMP (OBJECT ID: 2475) s QU \ TASK AREA 11 SAN JOAQUIN HILLS & BACK BAY DR- OBJ ID 2475 CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D -5400-S CALL TOLL FREE 1800227-2600 BEFORE YOU DIG SHEET 17 OF 24 TASK AREA 11 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION El PALISADES TENNIS CLUB�- ni" LIMITED---- ACCESS IMITEDACCESS �21" RCP SD (PVT) CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS " 8"HIGH 1 / '� / / 1 18 VC SEW / PRESSURE //0 GAS LINE / / 19 rA Q' "- i � , / / 2 3 15" C / (OBJE 10"ACP ID: 29 WATER 30" MLCCSP ' C / 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET TASK AREA 11 JAMBOREE ROAD - OBJECT ID 2932 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CALL TOLL FREE 1800227-2600 BEFORE YOU DIG C-7538-1 IV D -5400-S I SHEET 18 OF 24 Opp \ It %1011 0 It 11. NINE ol DTENNIS .;,PAUSA p�`Er, CLU m TASK AREA 11 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION El PALISADES TENNIS CLUB�- ni" LIMITED---- ACCESS IMITEDACCESS �21" RCP SD (PVT) CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS " 8"HIGH 1 / '� / / 1 18 VC SEW / PRESSURE //0 GAS LINE / / 19 rA Q' "- i � , / / 2 3 15" C / (OBJE 10"ACP ID: 29 WATER 30" MLCCSP ' C / 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET TASK AREA 11 JAMBOREE ROAD - OBJECT ID 2932 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CALL TOLL FREE 1800227-2600 BEFORE YOU DIG C-7538-1 IV D -5400-S I SHEET 18 OF 24 ID: PPER 2475 �OBJECT ,Wp �pOOC BAY ECT ID:O: „ ,,PRIVATE D: 2932 •:�GOLF PALISADES COURSE .,TENNISCLUBr %. 1: 1 8 �� 2909-2910 -54' TASK AREA 11 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION III V DITCH-' EASEMENT CONSTRUCTION NOTES O PROTECT IN PLACE. O CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS 6O EXTEND MANHOLE SHAFT AND ADJUST RIM TO GRADE O7 TRIM BRUSH AND/OR TREE LIMITE ACCESS 18"RCP 14 SD 7 CLEAR AT SU�ALE HEADWALL 1 CONCRETEFLA END IGH PRESSURE / GAS LINE i �. ✓ 3 5 1WATER V 18"VCP 1 OCSD � i ✓ 10"DIP WATER 48" CMP (OBJECT ID: 2903) � C. B. 1 6 REBUIL I� MH 30"RC �SD Ju . �✓ ,P� /� 1 MLCCSP �0 /�� %✓ � „RCP 1 CENTER 1 50 25 0 50 MEDIAN SCALE IN FEET 1 INCH = 50 FEET TASK AREA 11 JAMBOREE ROAD - OBJECT ID 2903 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CALL TOLL FREE 1800227-2600 BEFORE YOU DIG C-7538-1 V D -5400-S SHEET 19 OF 24 OBJECT ID: UPPER 2475 NEWPOR7'N\ BA��CT IDS OBJECT I 2932 m� TENNIS CLUB BJECT ID � 2909-2910 TASK AREA 11 STORM DRAIN LOCATION III CONCRETE FLARED END CLEAR ATC HEADWALL P.C.C. SWALE 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED—IN—PLACE (CIPP) LINE EXISTING CMP ARCH PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS O7 TRIM BRUSH AND/OR TREE i 5 /V' DITQH-- EASEMENT 8" PC 1 � WA ER TASK AREA 11 JAMBOREE ROAD -OBJECT ID 2919-2920 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT " (`AAP AR( I -I 30" MLCCSP �C• P.C.C. N / SWALE o (PVT) / / I 10 / N 24"ACP 12 SD(PVT) W er ,M.H. y I YF'.) CALL TOLL FREE 1800227-2600 BEFORE YOU DIG C-7538-1 IV D -5400-S I SHEET 20 OF 24 CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED—IN—PLACE (CIPP) LINE EXISTING CMP ARCH PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS TASK AREA 11 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION 60"RCP ~%�,����•,�,� SD CII I I I I I I I I I I �j ABANDONED co 9 u24" DIP 0 S I I SEWER 411 CU �u 12"ACP 1 WATER ,8"VCP 1 / SEWER / �s\ / 44/ 5' HYATT 411 c % REGENCY .co•,•,.,�, / •,� PRIVATE / 5 4 2 •' ' W •,F 1 SD / rch 36"x58" CMP / /(OBJECT IDs:2909 / 1 & 2910)/ / 1 30"PVC 411 OCSD \ SEWER / 20 10 0 20 CALL TOLL FREE 1800227-2600 SCALE IN FEET BEFORE You DIC 1 INCH = 20 FEET TASK AREA 11 `sti� ,oz>� BACK BAY DRIVE - OBJECT ID 2909-2910 CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D -5400-S I SHEET 21 of 24 24"VCP OCSD TASK AREA 14 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION 17/9 CONSTRUCTION NOTES 1\ PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS r i EMOVE'\ DEBRIS SD 1 fz0"RCP \ 5 3 2 � S 15"CMP BJECT IDs. 3685 & 3575) okv \ UTLET 1\ / 60' RUCTURE O 71,q pW FERN M 40 20 0 40 SCALE IN FEET 1 INCH = 40 FEET AF�^ r� \ 1 18"RCP SD TASK AREA 14 DAHLIA AVENUE - OBJECT ID 3685 & 3575 CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D -5400-S CALL TOLL FREE 1-800-227-2600 BEFORE YOU DIG SHEET 22 OF 24 TASK AREA 14 LOCATION MAP NOT TO SCALE STORM DRAIN LOCATION 1771 CONSTRUCTION NOTES 1O PROTECT IN PLACE. O2 CLEAN PIPE (DEPOSITS, CONCRETE, DEBRIS, ETC.) OINSTALL CURED -IN-PLACE (CIPP) LINE EXISTING CMP PER LENGTH AND DIAMETER INDICATED ON THE PLANS O5 GROUT PIPE ANNULUS 10"VCF SEWER '/-OWATER /// WATER / / 5 3 2 HYDRANT / / \ / 24" CMP \ //// (OBJECT ID: 3639) 30"RCP / / \ SD 20 10 0 20 SCALE IN FEET 1 INCH = 20 FEET WATEip WATERO TASK AREA 14 MARGUERITE AVE & E COAST HWY - OBJECT ID 3639 CITY OF NEWPORT BEACH C-7538-1 PUBLIC WORKS DEPARTMENT D -5400-S STREETLIGHT CALL TOLL FREE 1800227-2600 BEFORE YOU DIG SHEET 23 OF 24 1/2 INCH .0 STEEL BARS, WELD TO PROTECTION BAR, AT 6 INCHES O.C. AND TO BAND AT 120 (3 LOCATIONS). BEND STEEL PLATE AND WELD. 1/4 INCH x 3 INCH STEEL BAND, BEND 2 INCH FLANGE AT ENDS. \.,-1/2 INCH b STEEL PROTECTION BAR 1/4 INCH x 6 INCH �5/8 INCH 6 x 6 INCH GALVANIZED DIA. STEEL PLATE MACHINE BOLT 1 PROTECTION BAR aoo SEE NOTE 6 I STANDARD HDPE "TEE" SECTION HDPE > Cl -4 m 4 INCH P.C.0 SLAB SLOPE TO DRAIN--/_ 30" r 11 WRAP WITH ONE THICKNESS OF 15 POUND FELT PAPER, SHAPE OPENING FOR SMOOTH CMP ami 1 INVERT ELEV. A JOINT CONNECT TO CMP WITH P.C.C. COLLAR, IN ACCORDANCE WITH DETAIL AT RIGHT NOTES: 1. V, Dl, D2 AND ELEVATION A SHALL BE SHOWN ON THE CONSTRUCTION PLANS. 2. GRATE ASSEMBLY SHALL BE FABRICATED TO FIT HDPE OF SIZE D2. 3. GRATE ASSEMBLY SHALL BE GALVANIZED AFTER FABRICATION. 4. R.C.P. SHALL BE SIZED TO FIT FUTURE CATCH BASIN DESIGN. 5. GRATE ASSEMBLY SHALL BE FABRICATED TO FIT THE OUTSIDE DIAMETER OF STANDARD JUNCTION STRUCTURE SHAFT IF INDICATED ON CONSTRUCTION PLANS. 6. 1/2 INCH WIDE SLOTS OR 1/2 INCH TO 1 INCH 0 HPLES. 7. D1 GAUGE SHALL BE SAME AS D2. HDPE DROP INLET NOT TO SCALE DETAIL SHEET CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7538-1 V D -5400-S SHEET 24 OF 24 on on APPENDIX D - ADDITIVE ALTERNATE SEWER LINE & CLARIFIER INSTALLATION PLAN AT CITY YARD - RESIDUE DRYING AREA f•J EXIST 8"PVC �\ SEWER S EXIST 6"VCP SEWER /' SO o EXIST o \ SEWER MH �. SO EXIST 42 SEWER"RCP �, EXIST 8"VCP STORM DRAIN �n SO EXIST 12"PVC \ CITY YARD � STORM DRAIN / T EXIST 12"RCP � J TRANSFER STORM DRAIN -,,,",/ 50 sa 7 sa STATIONEXIST 8"VCP �� o-, SEWER SOK EXIST 6"PVC o� STORM DRAIN EXIST 8"VCP P SEWER o i 56.9± 6"INV r0 [EXIST CLARIFIER 4 (56.4)± 8"INV EXIST 8"PVC " SEWER61.1± INV 1'5'± _ - S _ S 2 EXIST - S —_ _ � — S - 2 EXIST 8"PVC SEWER 9 1 s 1 7 13 t 3 S",30% SEWER � MH � 61.71 INV / EXIST 42"RCPT\ � \ STORM DRAIN Q � O 11 1.5'± \( PROTECT 14' EXISj EXIST INLET ,4 CONC BERMT 2 22'±ABAN EXIST6"DVON EXIST CP� 13.5'± 3 S=2% MIN SEWER SEWER EXIST 6"PVC 10 0 STORM DRAIN PROTECT EXIST `INLET 5 a / 1 j G� 2600 Series Cover and Frame Assembly A �. I�III®0011 ONANFD lNltr _ 00 II— I�n�llmu�ll ® ��® EWER -- 2" DIA. a m_11=11=00=11®11 SPRUE HOLE II ® N" •••� WITNESS MARK Il�llr,ll®I STAINLESS STEEL PICK BAR (2) QUI LOCKS W A SECTION A -A SEWER LINE & CLARIFIER INSTALLATION SCALE: 1" = 10' BOM rRmt tm I PAat-DE.rpalTgp I I I COM260210 COMPOSRE rRAME 2 1 1 CUM260249 COMPOSIT€ VEP. DETAIL 2 NOT TO SCALE •' eJ A' Product Number COM200MOA01 Design Features -Mawala Fiber Reinforced Polymer -aro$ Load H-25 (50,000 LB) I D400 (400104)OPen Area nfa -Coating Undipped -v'Desgnates Machined Surface Weight Cover - 34111. Frame - 20111. Certification -H25 Proof load per AASHTO M306-10 -0400 Proof Ica$ per ENI 24 -Country of Origin: USA Lock Option TemII.IF'r• $Teti etdumbl Group 'r WiNLIFT F3eoudry Handle SM aspaetaly (EMCOMCOT30) Drawing ReWsion 4/1112016 Designer MAH Revised By: Disclaimer WeltMb baMpY)�&neadneiwls lirlgGuselmm) wdsrvatlredDMb mo difr;""Ps'+rmem""""m rt�"rout pdornalla. CONFIDENTIAL: TNshaMnB to Me pmpsdy d EJ GROUP, Inc., and embodies 1MIb nsel nronallm, r"IOWW owl , Mlwka, bade somal Iddm* m, endlar kmw Trow tlld Is Ina WW" d E GROUP, Inc. CApytht 02014 Et GROUP, Inc. 60U 626 4653 ajco.com L /-EXISTING INLET 1--1) 1 LASEL & CAPACITY PLAN VIEW l L, r I r r INLET J COVER & FRAME (TYP) INLET i SUPPLIED NOTE: 1, CONCRETE OF PORTLAND CEMENT DESIGN, POURED AND VIBRATED ! FOR DENSITY TO DEVELOP 4000 PSI Q 26 DAYS COMPRESSIVE STRENGTH, AND REINFORCED WITH #3 DEFORMED STEEL BARS AS PER STRUCTURAL DRAWINGS, STRUCTURAL DRAWINGS AVAILABLE UPON REQUEST, 2 . REFER TO DRAWING PIC030002A FOR ADDITIONAL CONSTRUCTION NOTES INSTALLATION INSTRUCTIONS AND MANHOLE DETAILS. ; 3. EXCAVATION MUST BE TWO FOOT LARGER THAN UNIT SIZE, t EXCAVATED BASE MUST BE LEVEL AND COMPACT. SDC INCHES OF ROADBASE OR GRAVEL RECOMMENDED, 4. A MAXIMUM OF 24" OF MHX GRADE RING RECOMMENDED, GREATER REQUIREMENTS SHOULD INVOLVE AN INCREASE IN THE HEIGHT OF THE RISER SECTION TO FACILITATE INSPECTION AND CLEANING, 5. FITTINGS AT THE INLET AND OUTLET ENDS CANNOT BE SUPPLIED DUE TO VARIANCES IN LOCAL PLUMBING CODES. CONSULT LOCAL CODES FOR REQUIREMENTS, EXCAVADMISM 12 Fr LON* NY SEVBN Fr WIDE MINIMUM. 11 EXCAVATE AN ADOMONAL TWO POET IN LENOM FOR THE $AMPLE BOX. CAST IRON IF INCLUDED. GRADERWG. COVER&FRAME i9llARE (TVP) OUTLET ...........E �.� ^F SUPPLED j' ! z t LJ !LDjo .. y, ... CONSTRUCTION NOTES T REMORVEP AC PAVEMENT AND EXCAVATE FOR THE CLARIFIER AND 28" TALLI CLARIFIER WITH SAMPLE BOX BY INS 1500 GALLON a M1 2O REMOVE EXIST CONCRETE PAVEMENT AND EXCAVATE FOR THE SEWER PIPE. O INSTALL SEWER CLEANOUT PER CITY OF NEWPORT BEACH SQUARE (lye) DWG NO. STD -400-L. T INSTALL 6" SDR -35 PVC SANITARY SEWER LATERAL PER CITY OF NEWPORT BEACH DWG NO. STD -406-L AND PIPE BEDDING PER CITY OF NEWPORT BEACH DWG NO. STD -106-L. lit .TER DFPTH 4O INSTALL SEWER LATERAL CONNECTION TYPE "A" PER CITY OF NEWPORT iJ BEACH DWG NO. STD -405-L. O (rim (CASE -1 SIDE JUNCTION) PER CITY OF NEWPORT BEACH a a dQ O INSTALL 2600 SERIES COVER AND FRAME ASSEMBLY PER DETAIL 2 HEREON. TYPICALLY 17 CONSULT LOCAL CODESI T CONSTRUCT 8" THICK PCC DRYING SLAB AREA. i — — - — 4 c— O - .. 10 FILL IN/CAP EXISTING PIPE OUTLET/INLET. $E=ON - aaE'VATIC►N VIEW FILL PIPE WITH 1 -SACK SLURRY. INLET OUTLET SECWN - END VIEW L: _ L,�tj 1THLS1 UNCONWROn M8 I TO MIiNICpAIONIPORM PWM&NGCODES AND ASPM ,( G21 RE611itEMENY9 II LOCATED ON INLET END UPPER LEFT HAND CORNER 1 NO Galion NWS YRAMID * INDUSTRIAL WASTE CLARIFIERS Industria! CiarMerRECAST *SAND AND GREASE INTERCEPTORS rpco INC * SEPTIC TANKS & DISTRIBUTION BOXES 2438 LOCUST AVE, RIALTO, CA PH. (909) 823-4255 FAX (904) 823.8687 DETAIL 1 NOT TO SCALE 11 EEBI PIC030012A RAWN BY OTT BENART :ALE- 132 i DEMOLITION NOTES CONSTRUCTION NOTES T REMORVEP AC PAVEMENT AND EXCAVATE FOR THE CLARIFIER AND OO TALLI CLARIFIER WITH SAMPLE BOX BY INS 1500 GALLON PXIISTING SEE.® A PRECAST DETADUS IL HEREON 2O REMOVE EXIST CONCRETE PAVEMENT AND EXCAVATE FOR THE SEWER PIPE. O INSTALL SEWER CLEANOUT PER CITY OF NEWPORT BEACH DWG NO. STD -400-L. T INSTALL 6" SDR -35 PVC SANITARY SEWER LATERAL PER CITY OF NEWPORT BEACH DWG NO. STD -406-L AND PIPE BEDDING PER CITY OF NEWPORT BEACH DWG NO. STD -106-L. 4O INSTALL SEWER LATERAL CONNECTION TYPE "A" PER CITY OF NEWPORT BEACH DWG NO. STD -405-L. O MODIFIED CONNECTION ASSEMBLY TO EXISTING INLET (CASE -1 SIDE JUNCTION) PER CITY OF NEWPORT BEACH DWG NO. STD -312-L AND DETAIL 3 HEREON. a dQ O INSTALL 2600 SERIES COVER AND FRAME ASSEMBLY PER DETAIL 2 HEREON. d T CONSTRUCT 8" THICK PCC DRYING SLAB AREA. 8O CONSTRUCT 8" THICK PCC APPROACH ON 6"CAB. O CONSTRUCT AC PAVEMENT (MATCH EXISTING). 3 10 FILL IN/CAP EXISTING PIPE OUTLET/INLET. 11 FILL PIPE WITH 1 -SACK SLURRY. NOTE: ALL EXISTING ELEVATIONS SHOWN ARE APPROXIMATE AND BASED ON AS -BUILT FOR THE CORPORATION YARD RESIDUE DRYING AREA AND BASE & PAVEMENT RECONSTRUCTION PLAN DATED 2/28/90. FIELD VERIFY EXISTING ELEVATIONS AND NOTIFY ENGINEER OF ANY DISCREPANCIES. PROPOSED ELEVATIONS AND HORIZONTAL ALIGNMENT ARE APPROXIMATE AND MAY BE REVISED TO ACCOMMODATE FIELD CONDITIONS. DETAIL 3 NOT TO SCALE O 'tJ BEND SDR -35 PVC NO. I DATE I DESCRIPTION OF REVISIONS APPROVED APPROVAL TRICK ARCINI�GS� RCE 70740 SENIOR CIV NGINEER DESIGNED: DRAWN: AB AB CHECKED: PA DATE: 10/15/18 SEWER IMPROVEMENT PLAN SEWER LINE & CLARIFIER INSTALLATION CITY YARD - RESIDUE DRYING AREA CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SHEET OF