Loading...
HomeMy WebLinkAboutC-7645-2 - Via Lido Soud and Nord Water Main RepalcementCITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039FAx newportbeachca.gov September 28, 2022 T.E. Roberts, Inc. Attn: Timothy Roberts 306 W. Katella Avenue, Unit B Orange, CA 92867 Subject: Via Lido Soud & Nord Water Main Replacement — C-7645-2 Dear Mr. Roberts: On September 28, 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 September 29, 2021, Reference No. 2021000601816. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond number is 107151260. Enclosed is the Faithful Performance Bond. Sincerely, re� Leilani I. Brown, MMC City Clerk Enclosure EXECUTED IN TWO COUNTERPARTS , BOND#JOY318640 PREMIUM: $29,176 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 107151260 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 29,176 , being at the rate of $ 10.60/$7.40/$7.05 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this Contract including: abandonment of existing 6-inch distribution main; construction of 6-inch, 8-inch, and 10-inch valves; construction of 8-inch distribution main including all appurtenances, fittings, services and connections to the existing water system; replacement of 12-inch distribution main; replacement of laterals beyond curb return; and replacement of service laterals and meter boxes. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, and high —lining, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Seven Hundred Eighty Seven Thousand Four Hundred One Dollars and 001100 ($3,787,401.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. 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. T.E. Roberts, Inc. Page B-1 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 16TH day of OCTOBER ,2020 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: l012.712oU By (Zt,- 'R-4 -Por Aaron C. Harp chm i^ Li1so City Attorney ,uthcyi(ed Signature/Titleltmoky "Ze,s nature CHARLES L. FLAKE.ATTORNEY—IN—FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc. Page B-2. 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 Or Q n e- } ss. On O 1A , 201-0 before me, k i M Ne W -e-I--4- Notary Public, personally appeared IfrrlD 3 who proved to me on the basis of satisfactory evidenc6 to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 1I. A �� Sibnature KIM E. NEWETT COMM. #2228431z z . p Notary Public • California z 0 Z orange County M Comm. Ex Tres Feb, 7, 2022 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. Roberts, Inc. Page B-3 CALIF rcNIAALL-PURPOSEACKNOWLEDGMENT 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 10/16/2020 before me, Erin Sherwood , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signer(s) ERIN SHERWOOD t COM" *2292388 m e- NOTARY PUBLIC CALIFORNIA v N ORANGE COUNTY MY COMM. EXPIRES JULY 06, 2023 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and offici Ise SignatureiG•�� Place Notary Seal Above Signature of Notary Public Erin Sherwood 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Top of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Travelers Casualty and Surety Company of America ASW Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE of Anaheim California , their true and lawful Attorney -in -Fad to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut City of Hartford as. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. eg"Oro�,1* My Commission expires the 30th day of June, 2021 �MXallotaryis Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the pourer prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and otherwritings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 16th day of October , 2020 (Ht�n„oiq Q � xanr�raro. �y' calB�uR d/L CO- V Kevin E. Hughes, Assistant Secretary To verity the authenticity of this Power of Attorney, please tali us at1-800-421-388a Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. December 6, 2021 T.E. Roberts, Inc. Attn: Timothy Roberts 306 W. Katella Avenue, Unit B Orange, CA 92867 rf"y/E' it = ,n 1, , AlorIt" ')1('50 nom)orl ho, i,.] ioo.yov Subject: Via Lido Soud & Nord Water Main Replacement - C-7615-2 Dear Mr. Roberts: On September 28, 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 September 29, 2021, Reference No. 2021000601816. `I'hc Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 107151260. Enclosed is the Labor & Materials Payment Bond. Sincerely, keilani I. Brown, MM(' City Clerk hrrclosure EXECUTED IN TWO COUNTERPARTS EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 107151260 LABOR AND MATERIALS PAYMENT BOND BOND# 107319640 PREMIUM: INCLUDED IN PERFORMANCE BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this Contract including: abandonment of existing 6 -inch distribution main; construction of 6 -inch, 8 -inch, and 10 -inch valves; construction of 8 -inch distribution main including all appurtenances, fittings, services and connections to the existing water system; replacement of 12 -inch distribution main; replacement of laterals beyond curb return; and replacement of service laterals and meter boxes. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, and high—lining, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Seven Hundred Eighty Seven Thousand Four Hundred One Dollars and 00/100 ($3,787,401.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the T.E. Roberts, Inc. Page A-1 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 16TH day of OCTOBER 2020 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: -10) � 7% � xa By Aaron C. Harp �A Ai 0; City Attorney Pr e,IiVvIi Authorized Signature/Title ��m 11,0*�t, !i i Authorized Agent Signature CHARLES L. FLAKE,ATTORNEY-IN-FACT Print Name and Title N01 ARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTA CHED T.E. Roberts Inc. Page A-2 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 Y Vl } ss. On �I'y�X'r' ' 'L.� 20 vi.' before me, 11'_101 � � �=' a�; '�t i Notary Public, personally appeared l rnri t''n�� �,' n v� y rl who proved to me on the basis of satisfactory evidence'to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. _ oE_d r KIM E.NEWETT ZX WITNESS m hand and official seal. coMP"; tr2zzsnst A y K, a Nolary Public - ralifornia p Z 3—' orange County - t.4-' - M Comm.Ex�piresF4b�7?U22� Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. - – — -- -- Signature (seal) T.E. Roberts, Inc. Page A-3 CALIFG,-NIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 10/16/2020 before me, Erin Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the SHERWOODacted, person(s), or the entity upon behalf of which the person(s) executed the instrument. A22e238e9IccauFORNw QoLn I certify under PENALTY OF PERJURY under the laws of GECoUNly %PInC JULYOrand the State of California that the foregoing paragraph is true correct. Witness my hand and official se41,1 Signature Place Notary Seal Above Signature of Notary Public Erin Sherwood 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: _ Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: —_ _ Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer---Title(s): ❑ Corporate Officer ---Title(s): ❑ Partner ❑ Limited [] General ❑ Partner Cl Limited ❑ General ❑ Attorney in Fact I ❑ Attorney in Fact ❑ Trustee ❑Trustee ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Tap of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Travelers Casuand m Surety Company of Aeri lty menca Travelers Casualty and Surety Company TRAVELERS _ St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE ofAnaheim California their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and lheircorporate seals to be hereto affixed, this 3rd day of February, 2017. j HiRIFO W:,,/ PHiFOfV�. m TI AIR \\Clx1a. 2 1\ State of Connecticut By: City of Hartford as. Robert L. Raney, Sehlor Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casually and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 20211M' y,.��OJV..P.. !?, ,�1A.fgt- + Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the fallowing resolutions adopted by the Boards of Directors of Travelers Casually and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certifcate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and olherwritings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 16th day of October 2020 .- Mnava) s ui r m t7�rr'[ v wr lip Kevin G. Hughes, Assistau! t3ecra;aly To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880, Please refer to the above-named Attomey-in-Fact and the details of the bond to which the power is attached. Batch 11902080 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 3 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE +$ R 0 0 1 3 2 0 7 3 2 1$+ 2021000601816 11:19 am 09/29/21 371 502A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Govemment 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 T.E. Roberts, Inc., Orange, California, as Contractor, entered into a Contract on October 13, 2020. Said Contract set forth certain improvements, as follows: Via Lido Soud & Nord Water Main Replacement - C-7645-2 Work on said Contract was completed, and was found to be acceptable on September 28, 202t by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. M City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. 4,2 Executed on OUI au on, at Newport Beach, California. BY Aur, I CWCIerlk https:Hgs.secure-recording.com/Batch/Confirmation/11902080 09/29/2021 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 T.E. Roberts, Inc., Orange, California, as Contractor, entered into a Contract on October 13, 2020. Said Contract set forth certain improvements, as follows: Via Lido Soud & Nord Water Main Replacement - C-7645-2 Work on said Contract was completed, and was found to be acceptable on September 28, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. I0-YA City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. (r�0,,,,�,��'I�-,,,�QV �]n Executed on �KA17C�1I A, at Newport Beach, California. ( r BY City Clerk VfJi v1.r.11 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 15th day of September, 2020, at which time such bids shall be opened and read for VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 $4,800,000 Engineer's Estimate c'���`P \k1roRN/ Approved by AV N James M. Houlihan eputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Alfred Castanon, Project Manager at (949) 644-3314 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca gov/government/open-transparent/online-services/bids rfps vendor -registration City of Newport Beach VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................... 19 DESIGNATION OF SURETIES...................................................................... 20 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 21 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 23 INFORMATION REQUIRED OF BIDDER.....................................................................24 NOTICE TO SUCCESSFUL BIDDER........................................................................... 27 CONTRACT.................................................................................................................. 28 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS................................................................. Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 2 City of Newport Beach VIA LIDO SOLID & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via Planet8ids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening 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. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. 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. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above hasbeeq review 60SOD P,YI Y En iY1eeY V C -3y �eline� "� Crest GieY1fi Contractor's License No. & lassifica ion Authorized Signature/Title T'"'°thy K.beris 1 000 000 280 Exp. b/3pAo22 U1 Registration Number & Expiration Date —C. L Roberts Inc. Bidder ° 122-247L0 Date BOND#10-B PREMIUM:NIL City of Newport Beach VIA LIDO SOLID & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of VIA LIDO SOLID & NORD WATER MAIN REPLACEMENT, Contract No. 7645-2 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 8TH day of SEPTEMBER 2020. T.E. ROBERTS, INC. r ` re51d'" Name of Contractor (Principal) Authorized Signaturefri e-r1m01111 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety 21688 GATEWAY CENTER DRIVE DIAMOND BAR, CA 91765 Address of Surety 909-612-3675 Telephone Authorized Agent Signature SPENCER FLAKE / ATTORNEY-IN-FACT Print Name and Title (Notary acknowledgment of Principal & SuretV must be attached) 6 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 Countyof OrA. 4 t° )SS. On _ :Y-pA ry-16_ - I , 20__2a_ before me, Y_\(Y) Wt' Notary Public, personally appeared -tS who proved to me on the basis of satisfactory evidence to be the erson(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ( Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language KIM E. NEWETT COMM. #2228431 z Notary Public - California o zOrange County 1 a My Comm. Expires Feb. 7, 2022 OPTIONAL INFORMATION Type of Satisfactory Evidence: _ Personally Known with Paper Identification _ Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): _ Trustee _ Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: (seal) Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other offcer 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 9-08-20 before me, Lexie Sherwood Insert Name or Notary exactly as it appears on the official seal personalty appeared Spencer Flake Name(s) of Signer(s) LEXIE SHERWOOD COMM. # 2203287 3 NOTARY PUBLIC •CALIFORNIA ORANGE COUNTY Comm. Exp. JULY 27, 2021 Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official Signature ,�///f� Place Notary Seal Above Signature oil Now*Public'Lexie bherwood 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual LE LE Corporate Officer — Title(s): Partner El Limited E] General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Travelers Casualty and Surety Company of America AA► Travelers Casualty and Surety Company TRAVELERS J I St. Paul Fire and Marine insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Spencer Flake of Anaheim California , their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. Goo State of Connecticut City of Hartford as. By: ; Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. In Witness Whereof, I hereunto set my hand and official seal. F My Commission expires the 30th day of June, 2021 �`(OJt�LL C-JO4AUJ .v • * p ♦ Mane C. Tetreauk, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and 8 is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and effect. Dated this 8th day of September , 2020 J It ar V CONa � y ,4 r ! e,,_ Kev�ghes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 14W -421-3888L Please refer to She above-named Attomey-in-factand the details of the frond to which the power is attached 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. NIS State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0 (seal) City of Newport Beach VIA LIDO SQUID & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 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. E. t,C) ts.�nC. �(-Z:\ ,Fresldent Bidder Authorized Signature/Title Timothy KOI-WS %7 City of Newport Beach VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!I Please print or type. Bidder's Name -(. E. � o 12e Y t S.� n c. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $120,000, provide the following information: No. 1 Project Name/Number -ft StYec� QnA HCWV'1n4tUn KEha llhfiyY) /an6 Water jYn?rovements/,51-I 1 Project Description 344 8" CMI -/C WQkeYline and ctP2uYte1 an(eS with YCSt6irwhon Approximate Construction Dates: From 6/1-1 20 2-0 To:a ppy-c'x. 12123/2n2 -C Agency Name _ C ty DL U 41 n c Contact Person 506 Cr itch � i e I d Telephone (9o9) 291 29 H b Original Contract Amount $2,869135. -Final Contract Amount $ N/N On A 014 G If final amount is different from original, please explain (change orders, extra work, etc.) A OY A0kY) 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 . N/j" ius No. 2 Project Name/NumberblivC Lyle Scconneci, /5,15-1 Project Description 7 -5�e 12" DIF water Main W)A n4uvlenanCeS W -Vo reskorgt�on Approximate Construction Dates: From L- /28/20?O To: l / M /2021 App p� Agency Name RainhW Municipal VJa�er Oks Yt�i Contact Person M q k k To vn i m', Telephone (16o) -12 g l l 1 R Original Contract Amount $1.12`6 o1S, Final Contract Amount $ N//-, On of n 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. I\)o . N /A No. 3 Project Name/Number EaMe I MSTMCV Wate( �YY)pM\lC 'leMSI5952 Project Description 1,gIJV S° VVC avid 1,91 k' W' PVC, and Appurtenances WtAh YesiarAiion Approximate Construction Dates: From b/15/2u2-0 To:npFtoT x 12/1 �Zo20 Agency Name Ctfiy 0� BYea Contact PersonSieV�MW) Telephone(11y) `l9D �b61 Original Contract Amount $2,103)"M Final Contract Amount $ N/A On o 1 n If final amount is different from original, please explain (change orders, extra work, etc.) Ia Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t-ln. N / Lt 11 No. 4 Project Name/Number%c UVate( Main ReVlia(cment bn Via Gn\ko`)1Q/55 I -i Project Description 550' 10" VeStrgIned �6y)t WC wgie( ke and 0' UYLwenanccS With Yeskorgiioh Approximate Construction Dates: From -g4 g 2020 To: as Y ox. 1 /25/2020 Agency Name SDUIIn CoQst WQter D stvic+ Contact Person M e q n G f e e-( Telephone (guy) yq q• y 55 5 Original Contract Amount $3bb,b00. Final Contract Amount $ N /A (N 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. 5 Project Name/Number Tai nsrll On Main Valve Feplgcemf-ntsh5gy2 Project Description 6C14" CML/C and 5b, 3b" Culp/C P e��uUYtencinces VU I YfstorAtlon Approximate Construction Dates: From 2I5/2ti20 To:pl�nrox 8/3/2020 Agency Name U� Wh k ler Contact Person I'Q1.t\ F\Oye, Telephone(''-) IM, q52-5 Original Contract Amount $Y5,IV5.-Final Contract Amount $bhgclylq If final amount is different from original, please explain (change orders, extra work, etc.) N /A, . U v) iu m 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. ND. N/P,. 12a No. Project Name/Number7oYle 1461 Phase, 5 Water Main Imnrove� ai36 Project Description 3,3818" PSG WAteYI J1 P. Una aULjytp"Y1cCS Wli�l YeSinYctl1011 Approximate Construction Dates: From 3/3 2-020 To: QU2.0 Agency Name Nsi'ooYe VA11eq MUY1 cilpgl Water District Contact Person Ana ye ci Y-�-a Ft Telephone (ISI) _61 y • 314 b Original Contract Amount $I s ./Final Contract Amount $ N/A nYlaoin If final amount is different from original, please explain (change orders, extra work, etc.) T 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. N/k. No.`' Project Name/Number Project Description fo,4Go' S" PUG and 1,45Di If PVC peT Qna Ck4UV}eY1�P5 W&b res+oVat(on Approximate Construction (Dates: From 12/2'112_019 To: APS 2 X. 9/'a1202D Agency Name Clay Or OYAY)�.Q, Contact Person_Jeoyleiie evereca Telephone (1114) 28$-2ul-15 Original Contract Amount $2 210 Final Contract Amount $ N/A 0 If final amount is different from original, please explain (change orders, extra work, etc.) N 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. f lo. N/A. 126 No. Project Name/Number 2 -UH WOJrP-f Main 12eplCJUMMn /t51'S Project Description 106dIT' t0 and b5' S" Vi?ancV with 1 eS%oYq-ton Approximate Construction Dates: From 1 /20 20 To: a p groX 1 /1 2021 Agency Name valley County Wa+er 1)Istr1Gt Contact Person Ga r V A 11 e vI Telephone (b2b) 338 • -1301 Original Contract Amount $q50,7 --lb _ Final Contract Amount $ 1\1/A kn If final amount is different from original, please explain (change orders, extra work, etc.) P( . Onaoln 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. N/A. No.' Project Name/Number I Vlosal pipeline, Feoc'I Z/V)830 Project Description W VY10eS 1V ttDEE PI12chInf Anti anurtfnoknos 1NIt-i reSIDYA�l0Y1 Approximate Construction Dates: From 10/�/2o l g To: _aDPV-QY- 1/-212020 Agency Name pF Beaumont Contact Person Ted LUI�en Telephone 06) 313• I91 2 - Original Contract Amount $13,811,102. Final Contract Amount $ N AA I n If final amount is different from original, please explain (change orders, extra work, etc.) 1A4, . On x101 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. N/A. 12 No.'.� Project Name/Number 501 Project Description 2,53OItpj?61nd 2,5"108° DIP aYld aPOuYiel9anGCS wlj) YPStp Alt)V1 Approximate Construction Dates: From -1011'9110 1 q To: -1 202-0 Agency Name_Cit� 0� ?-iv-yslue, Contact Person K e r0 n CYayv�ova Telephone (951) $2b 5 3 1 Original Contract Amount $2,5Cb,620 Final Contract Amount $ 2,L0 2, Li a l . 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. Nle. NA IV No. I I Project Name/Number Saddle Replacement Fhase 2/15189110 Project Description Remove and vp.alace, Service sad A les ay)6 qY SSPyV� YPStora'11oV1 Approximate Construction Dates: From It IN ZE0 9 To: 312- Ivno Agency Name GI+V of Ghia() Hllls Contact Person Fe Rama Telephone (9ol) 3b 1-{ • Original Contract Amount$ 1I 2,815, Final Contract Amount $ `t l l , 0 If final amount is different from original, please explain (change orders, extra work, etc.) T YU m Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 12 -' No. Project Name/Number KP5 �ZcGycled Water t'itieline t3ottleneck/5glq Project Description Fresswe Y cl it Y tmit Approximate Construction Dates: From Q U 201 To: 1/ 15/2020 Agency Name Contact Person __� a M a I IQ q V) l Telephone (9dt) 9 9 3 1699 Original Contract Amount $2.023 W -Final Contract Amount $ 2, �'50, 1 y 3 If final amount is different from original, please explain (change orders, extra work, etc.) 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. ISO, N/A. No.f3 Project Name/NumberWaterTrolncmissim Main Valve hepJncem-cnt/5g-15 Project Description Kemwe Lind ff42 xe water Maly) valves with Y st-orcltiiovn Approximate Construction Dates: From $ 1 b 20 I To: t' N /20'LO Agency Name City bjc Ne,W ICO'( _'&O'C'6 Contact Person Qct �' d Castomor Telephone (949) 644 331 L{ Original Contract Amount $7 9 °I33- Final Contract Amount $ $S 2, Sag . If final amount is different from original, please explain (change orders, extra work, etc.) e bYd eX 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. VA/P-,. 12 e. NO.'" ProjectName/NumberLA UUlV)ta 1MaXhQn d151n jUt1oV1IYY1oYbV�YYlfa1�5�5SQ3 Project Description -71-76' 24° PVC, 3;102' IS" PUG And 14312' 12° fV �i�e rend Q�Uftehclnces wig T Yfstorahoh Approximate Construction Dates: From -1 /6 12_0 g To: g/-7 /2-pIct Agency Name Coachella Valley V rater DIStYIGt Contact Person FYI an Koycak —Telephone (Ibo) 3 9. E6 lot Original Contract Amount $S "1b lo: Final Contract Amount $.15, If final amount is different from original, please explain (change orders, extra work, etc.) Ct1 V Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. t]0. N/A NoX- Project Name/NumberOYan e r0I Gle6f ON- Keach N SeMf IMMVemcntS/6922 Project Description t}{3S' IV SeweY pipe ih 3b" Lasinq w4 'lacyand bore and u�i e exisfi r� 449' 12" sevJer pipe {a 18° wit4 res— to—ra �—� ApproAmate Constnxxion Dates: From 3/t /2-o l 9 To: $IIS 12019 Agency Name 1Y6Y1e KCMc,h Water District Contact Person TO n Telephone (141) _3110 • b b H 2 - Original Original Contract Amount $1,251,Ilo� Final Contract Amount $_ , 312, 9-1 b If final amount is different from original, please explain (change orders, extra work, etc.) eN- 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. N/A. 12� No. Project Name/Number Project Description Kcq .ted WLeY r tnR Approximate Construction Dates: From To: �15L AgencyNamewesi__Etsly) MgniciI ctl \N&AtcY Dy1 ;V IGt ContactPerson Vfy-OMCGI GOVeq TelephoneOio) 660•hE61 Original Contract Amount $ I 3 W5. Final Contract Amount $ $ , bpi 3,— If final amount is different from original, please explain (change orders, extra work, etc.) de ChLl"e vc\e,v� Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. U ProjectName/Number Ka_ iella Menne Waicy Main I�e�lacrmr�t/��24 Project Description 2,U"W10 CML -/C, aA4 3,�Oo'12"-Ib" N? �iyelinT W ayTuwtenances wi1� YestoVAll 0 n Approximate Construction Dates: From VAk A-0 I-] To: 1o,/2-olq Agency Name _CI �U O F �\n q_h e 1 Vn Contact Person 5tev\Ig Y t tai o O C, Telephone (114) -165 - L4 591 Original Contract Amount $V it q ,181. Final Contract Amount $ -1 q 15 , 1 Io D If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. C), �\m /k Project Name/Number"lne Strcet Wave- Maly) Wo(Cement/59V$ Project Description 3,3i0' 12` DIP and 900 8° Dlf Pipeline Anct 14 in-tnanceS Vyjti YegDyatiah Approximate Construction Dates: From `t/�/ZOIC To: 4/VX 'L019 Agency Name CI I y o� NOYGO Contact Person ( Qqm Nd' -O)) Telephone(951) 210. 561"1 Original Contract Amount $1,183.940 Final Contract Amount $, I ,Ob 1 If final amount is different from original, please explain (change orders, extra work, etc.) Comaleilon amounfiS IFW (eA EM 6A nLAaantltle.s Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No/�. No. 11 Project Name/Numbertnlili�on Lcind Water Win t fWcicem?ni . se 2/t5g3$ Project Description 3,t_op' 12" INC, 100' Bu WG.85D' 6'"G, and W W WGyoier line an p�r-tenances viith vfs7,.Tnon Approximate Construction Dates: From t12-12011 To: 5 /24 /2o m Agency Name D� iJZWPoy-4 gt°aC,� Contact Person }rl IM Ca S1'b v) D n Telephone (949) byl i 331 H Original Contract Amount $1222,soo'Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Chano?? orde)rS Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 12 tt No. - Project Name/Number Project Description 4,t(o' lo_' Wt recycled water main and anuftPnances with resbrahon r Approximate Construction Dates: From LA,i AD 13, To: 12/I"1Aol8 Agency Name Irvine Rnnrit Watfr DI tl'& Contact Person Telephone (149) L}53, 5151 Original Contract Amount $I,OlI, p,Final Contract Amount $_ l ,114 , 3'5/2 . If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 0. N No Project Name/Number Project Description 1,4od V41' and V i'VC w0a mV lr1 P'QIaamfnt with r 5taratl'On Approximate Construction Dates: From 4 3 /2-o IF To: 001 201$ Agency Name o� whi- i e r Contact Person _ KV I e CgSDy1 Telephone (%I) �56-1- `1511 Original Contract Amount $b 0'1'10, Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) C,onide:-hov1 gmouMs (114'ffed c)m btd quaf) vhes Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor7 If yes, briefly explain and indicate outcome of claims. 121 No. - Project Name/Number Project Description Approximate Construction Dates: From S Agency Name Contact Person Tim �Ii& Telephone (1)4 ) _7 b5. 52-11 Original Contract Amount $6'1 Final Contract Amount I. F If final amount is different from original, please explain (change orders, extra work, etc.) CovnplelioV1 nrv�olnrli�s o11FFere�V fi-iJw\ btd �uar�t-ttl`eS 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. f;. t:} //k . No'-- Project o. __ ProjectName/NumbeaoSe 2 IZec\Vr \Nclief D\SirbUhOn �Yolect-F(AStSIdPS1S{ern/516o Project Description l,bl0 W -V 0I? anA WC. Pipe Arta appWr e-naY)ca°S WT IM -t Yailov) Approximate Construction Dates: From J% 52201.7 To: OLA /2o4 Agency Name -1 -Toro Water stn -- Contact Person_RObf-0- 7OW)Ll ______Telephone (941) $31, 1057D Original Contract Amount $\,331,411 Final Contract Amount $1 If final amount is different from original, please explain (change orders, extra work, etc.) (' wRlet(on amounts differed from bid auarntl}i,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. HO. N /A�. 12 1 No.? -y Project Name/Number?2nll006 W An WOCY MA1n NOSC Project Description bcU is' WC, 5ti lo'" and opWxienccncCS w i tN it,to a -h o n I I Approximate Construction Dates: From I /3�201g To: LA/\Y tF Agency Name Ck4 bF Neysip2a &06) Contact Person _NlFyf, l COTS- G noyl Telephone (0141) VHH 1 `A Original Contract Amount $1,5b3,4LFinal Contract Amount $_I ,1449,321 If final amount is different from original, please explain (change orders, extra work, etc.) ConlQlf�ilon Amounts diFfered Fv-or'n bid aualntttiies 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. 1\)/P-1. 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. Bidder Authorized Signature/TitleN ltir warts 13 TECHNICAL ABILITY AND EXPERIENCE REFERENCES - Questionnaire I. Have you completed projects in the five years that combined total more than 50,000 linear feet of pipelines of larger than 8 -inches in diameter. t Yes ❑ No 2. At any time in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with either a public or private owner? ❑ Yes [ZJ No If yes, explain on a separate signed page, identifying all such projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 3. In the last five years has your firm, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? ❑ Yes M No If "yes," explain on a separate signed page. 4. In the last five years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder? ❑ Yes M No If "yes," explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 5. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? ❑ Yes d No If "yes," on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution.) 14 In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? ❑ Yes F� No If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). 7. At any time during the past five years, has any surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's behalf, in connection with a construction project, either public or private? ❑ Yes 0 No If "yes," explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 8. Has there been more than one occasion during the last five years in which your firm was required to pay either back wages or penalties for your own firm's failure to comply with the state's prevailing wage laws? NOTE: This question refers only to your own firm's violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. ❑ Yes [4 No If "yes," attach a separate signed page or pages, describing the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed; the number of employees who were initially underpaid and the amount of back wages and penalties that you were required to pay. 9. At any time during the last five years, has your firm been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: You may omit reference to any incident that occurred prior to January 1, 1998, if the violation was by a subcontractor and your firm, as general contractor on a project, had no knowledge of the subcontractor's violation at the time they occurred. ❑ Yes M No 15 If "yes," provide the date(s) of such findings, and attach copies of the Department's final decision(s). in 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. Did you submit this as part of your bid? 0 Yes ❑ No T.E. P..obey_tOnc- Bidder 17 Authorized Signature/Title'_Roti�j Kcberts Principal in Charge TIMOTHY ROBERTS General Engineering Contractor License A, C34, #603008 RESUME Over thirty-six years experience in the pipeline construction industry, performing construction management and general contractor roles. Experienced in construction, renovation, and cost estimating within commercial and residential environments. Recognized for well-developed project management skills and scheduled operational tasks that enable project completion on time and under budget. Consistently deliver quality and excellence in workmanship. Excellent safety record. SKILLS Project Management Cost Estimation Safety Emphasis Client Focus Communication Materials Expertise Tools and Techniques On-time Completion Customer Satisfaction EXPERIENCE E. ROBERTS, INC., Orange County, CA 1999 -Present CEO and President Chief Executive Officer and founder of successful pipeline contracting corporation. Experienced in negotiating terms for new construction projects in both private and publicly funded sectors. Manage completion of residential and commercial construction projects in a timely and professional manner. Supervise crews of skilled heavy equipment operators and general laborer personnel. Secure all required permits and contracts necessary to complete the job in accordance with government regulations. Maintain strict safety standards and procedures. Consult with clients on progress and issues. Select bid lists include: Orange County Water District, Irvine Ranch Water District, South Coast Water District, City of Newport Beach, City of Ontario, Moulton Niguel Water District, Eastern Municipal Water District, Coachella Valley Water District, Inland Empire Utilities Agency, San Gabriel Valley Water Company, Fontana Water Company, Golden State Water, and KB Homes. Client referrals available upon request. • Specializing in water, sewer and storm drains of all sizes • Manage value engineering process with client to ensure modifications to project specifications continue to meet project goals and client expectations • Received numerous accolades from clients for superior workmanship • OSHA Certified Competent Person • Certified in Trench and Equipment Safety, First Aid and Confined Spaces TA. RIVARD, INC., Riverside, CA Superintendent, Foreman, Equipment Operator 1983-1999 Began as an Equipment Operator and advanced to Foreman and Superintendent overseeing pipeline projects throughout Southern California. EXCELLENT QUALITY - RELIABLE - SERVICE ORIENTED JUSTIN ROBERTS Chief Operating Officer/Construction Manager RESUME Fourteen years experience in the pipeline construction industry, managing and performing a full spectrum of general and specific pipeline labor duties. SHILLS • Heavy Equipment Operator • Skilled in the use of pipeline construction equipment and tools • Effectively applies methodology and enforces project standards • Strong communication and organizational skills • Qualified and experienced in supervising work crews up to 10 persons • Efficiently and effectively complete projects with quality results • Participant in the Motor Carrier Employer Pull Notice Program T.E. Roberts, Inc., Orange, CA Chief Operating Officer/Project Manager/Superintendent 2004 -Present Manage completion of residential and commercial construction projects in a timely and professional manner. Supervise crews of skilled heavy equipment operators and general labor personnel. Maintain strict safety standards and procedures. • Confined Space Entry • Asbestos Pipe • Heat Illness • Accident Investigation • Slips/Trips and Falls • Hotwork • Lockout/Tag out • Global Harmonized Systems • Excavation Safety and Competent Person • First Aid California Class A Driver's License since 2-18-09 A Sample of Projects Justin Has Completed With T.E. Roberts, Inc. Owner: City of Newport Beach, 100 Civic Center Drive, Newport Beach, Owner: Irvine Ranch Water District, 15600 Sand Canyon Avenue, Wine, CA CA 92619 POC: Alfred Castanon, Associate Civil Engineer 949 644-3314, POC: Toni Lynch 949 340-6642 lynch@irwd.wm acasmnon@newpord a chca.gov Project Name: Orange County Great Park Reach A Sewer Improvements/5822 Project Name: Water Transmission Main Valve Replacement/5875 Description: 1,435'-18" sewer pipe in 36" casing with jack and bore across 15 Description: Remove and replace Water Main Valve Freeway and upsize existing 949'-12" sewer pipe to 18" with restoration Contract Award: $749,933 Current Completion: 65% Contract Award: $1,251,110.00 Self Performed: 55% Project Awarded: 5-30-19 Estimated Completion: 1-31-20 Project Awarded: 9-11-18 Completed: 8-15-19 Owner: City of Newport Beach, 100 Civic Center Drive, Newport Beach, Owner: Orange County Water District, 18700 Ward Street, Fountain Valley, CA CA 92660 92708 POC: Alfred Castanon Associate Civil Engineer 949 644-3314, POC/Engineer: Benjamin Smith, Engineer 714 378-3211 bsmith@ocwd.com acastmon@newportbeachca.gov Project Name: Mid Basin Injection, Centennial Park/5745 Project Name: Balboa Island Water Main Replacement Phase 2/5838 Description: 9,500' 12-36" CMUC pipeline construction with appurtenances and Description: 3,100'12" PVC, 100'8-' PVC, 850'6" PVC, 30'4" PVC water restoration line and appurtenances with restoration Contract Award: $2,756,010.00 Self Performed: 95% Contract Award: $2,222,300.00 Completed Amount $1,951,131.06 Project Awarded: 8-8-17 Completed: 9-5-18 Project Awarded: 11-27-18 Completed: 5-24-19 Owner: City of Newport Beach, 100 Civic Center Drive, Newport Owner: South Coast Water District, 31592 West Street, Lagena Beach, CA 92651 Beach, CA 92660 POC: Joe Sinacon (949) 499-4555 ext 3178 jsinacori@scwd.org POC: Alfred Castanon Associate Civil Engineer 949 644-3314, Project Name: PCH Recycled Water Distribution Bottleneck Upsizing/5663 acastanon@newportbeachca.gov Description: Install 6,350'-16" PVC pipeline with appurtenances and restoration Project Name: Balboa Island Water Main Replacement Phase 1/5767 Contract Award: $3,201,375.00 Self Performed: 84% Description: 600' 12" PVC, 50' 10" PVC, 2,000' 8" PVC, 300' 6" Project Awarded: 7-28.16 Completed: 5-27-17 PVC, 50' 4" PVC water line and appurtenances with restoration Contract Award: $1,563,400.00 Self Performed: 89% Project Awarded: 12-1-17 Completed: 4-I8-18 DAVE KLEIN Field Superintendent RESUME Over 30 years of experience in pipeline construction managing all aspects of construction of water, sewer and storm drains. SKILLS • Heavy Equipment Operator • Skilled in the use of pipeline construction equipment and tools • Effectively applies methodology and enforces project standards • Qualified and experienced in supervising work crews up to 10 persons • Efficiently and effectively complete projects with quality results T.E. Roberts, Inc. Superintendent/Foreman Boudreau Pipeline Foreman So Cal Pipeline Foreman SJ Burkhardt Inc. Operating Engineer/Foreman • Excavation Safety & Competent Person EXPERIENCE 2016 -Present Inift In" CERTIFICATIONS • First Aid/CPR A Sample of Projects Dave Has Completed With T.E, Owner: City of Newport Beach, 100 Civic Center Drive, Newport Beach, Owner: Irvine Ranch Waren District, 15600 Sand Canyon Avenue, Wine, CA CA 92619 POC: Alfred Castanon, Associate Civil Engineer 949 644-3314, POC: Toni Lynch 949 340-6642 lynch@irwd.com acastmon@newportbmchca.gov Project Name: Orange County Great Park Reach A Sewer Improvements/5822 Project Name: Water Transmission Main Valve Replacement/5875 Description: 1,435'-18" sewer pipe in 36" casing with jack and bore across 15 Description: Remove and replace Water Main Valve Freeway and upsize existing 949'-12" sewer pipe to 18" with restoration Contract Award: $749,933 Current Completion: 65% Contract Award: $1,251,110.00 Self Performed: 55% Project Awarded: 5-30-19 Estimated Completion: I-31-20 Project Awarded: 9-1I-18 Completed: 8-15-19 Owner: City of Newport Beach, 100 Civic Center Drive, Newport Beach, Owner: Orange County Water District, 18700 Ward Street, Fountain Valley, CA CA 92660 92708 POC: Alfred Castanon Associate Civil Engineer 949 644-3314, POC/Engineer: Benjamin Smith, Engineer 714 378-3211 bsmith@ocwd.com acastanon@newportbmchm.gov Project Name: Mid Basin Injection, Centennial Park/5745 Project Name: Balboa Island Water Main Replacement Phase 2/5838 Description: 9,500112-36" CMUC pipeline construction with appurtenances and Description: 3,100'12" PVC, 100'8" PVC, 850'6" PVC, 30'4" PVC water restoration line and appurtenances with restoration Contract Award: $2,756,010.00 Self Performed: 95% Contract Award: $2,222,300.00 Completed Amount $1,951,131.06 Project Awarded: 8-8-17 Completed: 9-5-I8 Project Awarded: 11-27-18 Completed: 5-24-19 Owner: City of Newport Beach, 100 Civic Center Drive, Newport Owner: South Coast Water District, 31592 West Street, Laguna Beach, CA 92651 Beach, CA 92660 POC: Joe Sinacori (949) 499-4555 at 3178 jsinawti@scwd.org POC: Alfred Castanon Associate Civil Engineer 949 644-3314, Project Name: PCH Recycled Water Distribution Bottleneck Upsizing/5663 acastanon@newportbeachca.gov Description: Install 6,350'-16" PVC pipeline with appurtenances and restoration Project Name: Balboa Island Water Main Replacement Phase V5767 Contract Award: $3,201,375.00 Self Performed: 84% Description: 600' 12" PVC, 50' 10" PVC, 2,000' 8" PVC, 300' 6" Project Awarded: 7-28-16 Completed: 5-27-17 PVC, 50' 4" PVC water line and appurtenances with restoration Contract Award: $1,563,400.00 Self Performed: 89% Project Awarded: 12-1-17 Completed: 4-18-18 Contractor shall attach a reviewed or information sufficiently comprehensive to current financial conditions. Did you submit this as part of your bid? F� Yes F]No TIE. K\JofYAylc Bidder in audited financial statement and other permit an appraisal of the Contractor's f'rKlAtn"j" Authorized Signaturerritle'nmothy �b s T.E. ROBERTS, INC. FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION Year Ended March 31, 2020 FRIEDMAN & CO. CERTIFIED PUBLIC ACCOUNTANTS CONTENTS ACCOUNTANT'S REPORT FINANCIAL STATEMENTS BALANCE SHEET 1 - 2 STATEMENT OF INCOME AND RETAINED EARNINGS 3 STATEMENT OF CASH FLOWS 4-5 NOTES TO FINANCIAL STATEMENTS 6-14 SUPPLEMENTAL INFORMATION SCHEDULE OF CONTRACT COSTS 15 SCHEDULE OF UNALLOCATED CONTRACT COSTS 16 SCHEDULE OF ADMINISTRATIVE EXPENSES 17 SCHEDULE OF PERCENTAGE OF COMPLETION 18-21 SCHEDULE OF CONTRACTS IN PROGRESS 22-25 SCHEDULE OF COMPLETED CONTRACTS 26-28 SCHEDULE OF ACCOUNTS RECEIVABLE 29 SCHEDULE OF ACCOUNTS PAYABLE 30-32 FRIEDMAN & COMPANY CERTIFIED PUBLIC ACCOUNTANTS & PROFESSIONAL BUSINESS CONSULTANTS :1 1 11 1 INDEPENDENT ACCOUNTANT'S REVIEW REPORT To the Management T.E Roberts, Inc. Orange, California We have reviewed the accompanying financial statements of T.E Roberts, Inc (a C corporation), which comprise the balance sheet as of March 31, 2020, and the related statements of income and retained earnings and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of the financial statements that are free from material misstatement whether due to fraud or error. Accountant's Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. Accountant's Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. Supplementary Information The supplementary information included in the schedules on pages 15 — 32 is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such information is the responsibility of management and was derived from, and relates directly to, the underlying accounting and other records used to prepare the financial statements. The supplementary information has been subjected to the review procedures applied in our review of the basic financial statements. We are not aware of any material modifications that should be made to t mentary information. We have not audited the supplementary information and do not express an opinion on ?riced f ation. 6 an & Co., Certified Public Accountants Irvine, CA June 24, 2020 Member, American Institute of Certified Public Accountants Member, California Society of Certified Public Accountants T.E. ROBERTS, INC. BALANCE SHEET as of March 31, 2020 ASSETS Current Assets Cash Accounts Receivable Cost & Profit in Excess of Billings Advances to Employees Prepaid Expenses Prepaid Insurance Total Current Assets Property and Equipment Equipment Vehicles Furniture & Equipment Computer Leasehold Improvements Accumulated Depreciation Total Property and Equipment Total Assets $ 4, 810, 309.97 5,416,408.72 1, 872, 078.00 20,650.00 22, 000.00 30,193.15 6, 962, 976.00 3,971,706.00 56,988.00 31,430.00 612, 010.00 (6, 053, 331.00) See accompanying notes and independent accountant's review report. $ 12,171, 639.84 5,581,779.00 $ 17,753,418.84 T.E. ROBERTS, INC. BALANCE SHEET as of March 31, 2020 LIABILITIES AND STOCKHOLDERS' EQUITY Current Liabilities Accounts Payable $ 2,762,968.61 Credit Cards Payable 3561037.87 Billings in Excess of Cost & Profit 4,9851189.00 Income Tax Payable 275,793.00 State Compliance 38,327.86 Union Benefits Payable 42,145.92 Current Portion - Long Term Debt 536,980.00 Total Current Liabilities $ 81997,442.26 Long Term Liabilities NIP - Long Term Liabilities 1,258,385.70 Loan - Officer 1,071,432.69 Deferred Taxes 1,191,113.00 Less: Current Portion (536,980.00) Total Long Term Liabilities 2,983,951.39 Total Liabilities 11,981,393.65 Stockholders' Equity Common Stock, $1.00 par value; authorized 10,000 shares; issued and outstanding 10,000 10,000.00 Capital Contribution 13,115.60 Retained Earnings 3,984,893.42 Net Income - Y -T -D 1,764,016.17 Total Stockholders' Equity 5,772,025.19 Total Liabilities & Stockholders' Equity $ 17,753,418.84 See accompanying notes and independent accountant's review report. 2 T.E. ROBERTS, INC. STATEMENT OF INCOME AND RETAINED EARNINGS for the period ending March 31, 2020 Year Y -T -D to Date % Contract Revenues $ 37,624,063.79 100.0 Contract Costs 27,217,447.11 72.3 Unallocated Contract and Estimating Costs 51142,887.82 13.7 Gross Profit 5,263,728.86 14.0 Adminstrative Expenses 2,939,653.47 7.8 Income from Operations 2,324,075.39 6.2 Other Income Interest Income 49,440.78 0.1 Total Other Income 49,440.78 0.1 Income before taxes 2,373,516.17 6.3 Provision for Income Tax 609,500.00 1.6 Net Income 1,764,016.17 4.7 Retained Earnings, beginning 3,984,893.42 0.0 Retained Earnings, ending $ 5,748,909.59 0.0 See accompanying notes and independent accountant's review report. 3 T.E. ROBERTS, INC. STATEMENT OF CASH FLOWS for the period ending March 31, 2020 Cash flows from operating activities Net income (loss) for the period Adjustments to reconcile net income to net cash provided (used) by operating activities: Depreciation (Increase) decrease in current assets: Accounts receivable Costs and profits in excess of billings Advances to employees Prepaid expenses Prepaid insurance Prepaid taxes Increase (decrease) in current liabilities: Accounts payable Credit cards payable Billings in excess of costs and profits Income tax payable Work. comp. ins. payable Union benefits payable Deferred taxes Net cash provided (used) by operating activities Cash flows from investing activities (Purchase) sale of fixed assets, net Net cash provided (used) by investing activities Cash flows from financing activities Proceeds from line of credit Payments on line of credit Proceeds from long-term debt Payments on long-term debt Loan from Officer Year to Date $ 1, 764, 016.17 1, 577, 000.00 433,049.59 (987,138.00) (3,670.00) (2,000.00) (8,671.15) 10,000.00 831,314.83 (180,149.94) 432,236.00 238,741.00 (54,156.83) (132,127.83) 274,007.00 4,192,450.84 (2,559,402.00) (29559,402.00) 300, 000.00 (300,000.00) 581, 883.47 (599,871.62) 544, 819.51 See accompanying notes and independent accountant's review report. 4 T.E. ROBERTS, INC. STATEMENT OF CASH FLOWS for the period ending March 31, 2020 Net cash provided (used) by financing activities Net increase (decrease) in cash Cash at the beginning of period Cash at end of period Supplemental Disclosures Interest Paid Taxes Paid Year to Date $ 526, 831.36 2,159, 880.20 2,650,429.77 $ 4,810,309.97 40,140.96 49,700.00 See accompanying notes and independent accountant's review report. 5 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 Note 1 - Summary of Significant Accounting Policies This summary of significant accounting policies of T.E. Roberts, Inc. (the Company) is presented to assist in understanding the Company's financial statements. The financial statements and notes are representations of the Company's management who is responsible for the integrity and objectivity of the financial statements. These accounting policies conform to generally accepted accounting principles and have been consistently applied in the presentation of the financial statements. Nature of Operations T.E. Roberts, Inc., (the Company) is a Orange, California, general engineering contracting firm specializing in the installation/construction of water, sewer and storm drain projects. The construction is performed under fixed priced contracts generally lasting several months. Revenue and Cost Recognition The Company's construction activity is a single performance obligation that is satisfied over time. Payment is also due over time in installments, based on project phases as specified in the contract, with a final payment due at the time the building is completed and ready for occupancy and the customer accepts the property. The Company recognizes revenues from fixed-price and modified fixed-price construction contracts using the cost -to -cost input method, which measures progress toward completion based on the percentage of cost incurred to date to estimated total cost for each contract. That method is used because management considers total cost to be the best available measure of progress on the contracts. Because of inherent uncertainties in estimating costs, it is at least reasonably possible that estimates used will change within the near term. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation. Costs of inefficiencies or wasted resources (material or labor) are excluded when measuring progress and are expensed as incurred. Selling, general, and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income, which are generally recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from variable consideration (such as incentives for completing a contract early or on time, penalties for not completing a contract on time, claims for which the Company has enforceable rights, or contract modifications/change orders in which the scope of modification has been approved, but the price has not been determined or approved) are accounted for as changes in estimates in the current period, but limited to an amount that will not result in a significant reversal of revenue in future periods. See independent accountant's review report. T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 The contract asset, "Cost & Profit in Excess of Billings", represents revenues recognized in excess of amounts billed. The contract liability, "Billings in Excess of Cost & Profit", represents billings in excess of revenues recognized. Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Property and equipment Additions, including major renewals and betterments, are capitalized in the accounts at cost. Ordinary maintenance and repairs are charged to expense as incurred. Upon sale or disposition, the cost and accumulated depreciation are removed from the accounts and any resulting gain or loss is recognized. The cost of all vehicles and equipment is depreciated using straight-line and declining balance methods over estimated useful lives of three to seven years. Income Taxes Income taxes are provided for the tax effects of transactions reported in the financial statements and consist of taxes currently due plus deferred taxes related primarily to differences between the basis of certain assets and liabilities for financial and tax reporting purposes. The deferred taxes represent the future tax return consequences of those differences. The provision for income taxes consists of the following: 2020 2019 Current Taxes $275,793 $51,352 Deferred Taxes 274,007 233,878 $609,500 $285,2aQ Advertising The company expenses all advertising as incurred. See independent accountant's review report. T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 Note 2 - Cash in Bank For purposes of the statement of cash flows, the Company considers all short-term debt securities purchased with a maturity of three months or less to be cash equivalents. Note 3 - Accounts Receivable Accounts Receivable consist of the following: Aged receivables Current 1 — 30 Days 3,042,874 31 — 60 Days 428,265 61 — 90 Days 55,236 Over 90 Days 8271032 Retention 1,063,002 Total Receivables$5AX409 The Company follows the practice of filing statutory liens on all construction projects. The liens serve as collateral for contract receivables. Note 4 - Leases The Company leases a building on a year-to-year basis at $1,788 per month. The Company's obligations under capital leases are not material, but if deemed material are included in assets and liabilities. Note 5 — Long Term Debt Long Term Debt consists of: 5.479% note payable, secured by vehicle, with principal and accrued interest payable at $805.98 per month through December 4, 2022 23,982 3.640% note payable, secured by vehicle, with principal and accrued interest payable at $793.87 per month through November 17, 2020 5,518 See independent accountant's review report. s T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 0% note payable, secured by vehicle, with principal payable at $883.34 per month through April 29, 2020 883 5.038% note payable, secured by vehicle, with principal and accrued interest payable at $1,528.16 per month through March 16, 2022 33,771 4.897% note payable, secured by vehicle, with principal and accrued interest payable at $857.17 per month through November 29, 2021 16,425 0% note payable, secured by equipment, with principal payable at $1,864.17 per month through September 12, 2020 9,321 0% note payable, secured by vehicle, with principal payable at $762.68 per month through September 14, 2022 22,118 4.993% note payable, secured by vehicle, with principal and accrued interest payable at $1,180.20 per month through July 14, 2022 30,124 0% note payable, secured by equipment, with principal payable at $3,966.49 per month through September 14, 2022 23,799 0% note payable, secured by equipment, with principal payable at $9,083.13 per month through October 17, 2020 541499 0% note payable, secured by equipment, with principal payable at $4,645.17 per month through September 27, 2020 271871 0% note payable, secured by equipment, with principal payable at $5,204.12 per month through November 30, 2020 41,633 See independent accountant's review report. 9 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 4.491 % note payable, secured by vehicle, with principal and accrued interest payable at $1,014.51 per month through October 25, 2023 409338 4.98% note payable, secured by vehicle, with principal and accrued interest payable at $908.57 per month through July 5, 2023 32,690 6.8% note payable, secured by equipment, with principal and accrued interest payable at $2,067.48 per month through July 30, 2022 53,654 6.576% note payable, secured by vehicle, with principal and accrued interest payable at $954.37 per month through October 15, 2023 35,008 6.8% note payable, secured by vehicle, with principal and accrued interest payable at $2,736.78 per month through June 1, 2022 66,591 0% note payable, secured by vehicle, with principal payable at $1,738.65 per month through October 8, 2024 93,887 0% note payable, secured by equipment, with principal payable at $3,020.50 per month through December 31, 2021 63,431 0% note payable, secured by equipment, with principal payable at $1,432.69 per month through December 7, 2023 64,471 2.889% note payable, secured by vehicle, with principal and accrued interest payable at $1,353.20 per month through April 2, 2022 32,790 See independent accountant's review report. 10 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 2.898% note payable, secured by vehicle, with principal and accrued interest payable at $1,583.67 per month through April 2, 2022 1.909% note payable, secured by vehicle, with principal and accrued interest payable at $2,396.32 per month through September 18, 2022 0% note payable, secured by equipment, with principal payable at $1,032.11 per month through September 21, 2024 1.898% note payable, secured by vehicle, with principal and accrued interest payable at $2,375.66 per month through November 15, 2022 1.901 % note payable, secured by vehicle, with principal and accrued interest payable at $2,396.40 per month through November 6, 2022 2.728% note payable, secured by vehicle, with principal and accrued interest payable at $2,429.90 per month through January 14, 2025 5.942% note payable, secured by vehicle, with principal and accrued interest payable at $775.75 per month through March 9, 2025 Loan to officer, unspecified terms Total Long term debt Less current portion Long term portion 38,375 70,147 56,766 74,072 74,716 131,898 39,607 1,071,433 2,329,818 (536,980) $1.792.839 See independent accountant's review report. 11 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 Principal maturities subsequent to March 31, are as follows: Period Ended March 11 2021 536,980 2022 3711560 2023 201,682 2024 1083410 2025 39,753 Thereafter 1,071,433 Total $2,329,818 Note 6 — Related Party Transactions The company rents an equipment storage yard from an LLC owned by the shareholders. The rent is at fair value equal to the monthly mortgage payment of the property. Note 7 — FASB ASC 606 New Accounting Guidance Implementation The Financial Accounting Standards Board (FASB) issued new guidance that created Topic 606, Revenue from Contracts with Customers, in the Accounting Standards Codification (ASC). Topic 606 supersedes the revenue recognition in FASB ASC 605, Revenue Recognition, and requires the recognition of revenue when promised goods or services are transferred to customers in an amount that reflects the consideration to which an entity expects to be entitled in exchange for those goods or services. The new guidance also added Subtopic 340-40, Other Assets and Deferred Costs — Contracts with Customer, to the ASC to require the deferral of incremental costs of obtaining a contract with a customer. Collectively, the new Topic 606 and Subtopic 340-40 are referred to as the "new guidance". The Company adopted the requirements of the new guidance as of April 1, 2019, utilizing the full retrospective method of transition. Adoption of the new guidance resulted in changes to the Company's accounting policies for revenue and cost recognition, previously described. The Company had several contracts in progress at April 1, 2019, but those contracts did not include a variable consideration component. The difference to revenue and cost recognition - related account balances at March 31, 2019, under the new guidance as opposed to the prior revenue recognition guidance for those contracts was determined to be immaterial. Accordingly, no adjustment to beginning retained earnings was necessary. See independent accountant's review report. 12 T.E. ROBERTS, INC. NOTES TO THE FINANCIAL STATEMENTS March 31, 2020 Note 8 — Subsequent Events The Company's operations may be affected by the recent and ongoing outbreak of the coronavirus disease 2019 (COVID-19) which was declared a pandemic by the World Health Organization in March 2020. The ultimate disruption which may be caused by the outbreak is uncertain; however, it may result in a material adverse impact on the Company's financial position, operations and cash flows. Possible effects may include, but are not limited to, disruption to the Company's customers and revenue, absenteeism in the Company's labor workforce, unavailability of products and supplies used in operations, and a decline in value of assets held by the Company. , Note 9 — Date of Management's Review Management has evaluated subsequent events through June 24, 2020, the date on which the financial statements were available to be issued. See independent accountant's review report. 13 T.E. ROBERTS, INC. NOTES TO FINANCIAL STATEMENTS March 31, 2020 Note 10 - Contracts in Progress Contract amounts, accumulated costs, estimated earnings, and the related billings to date on completed contracts and contracts in progress for the year ended March 31, 2020 are as follows: Total construction activity Contracts completed during the year Contract Contract Contract Gross Amounts Revenues Costs Profit 84,653,071 37,624,064 2712171447 10,406,617 33,314,783 17,913,735 10,698,707 7,215,028 Contracts in progress at March 31, 2020 51,338,288 19,710,329 16,518,740 3,191,589 Cumulative revenue earned through March 31, 2020 64,075,290 Less progress billings to date 67,188,402 3,113,111 Included in accompanying balance sheet under the following captions: Costs and profits in excess of billings to date 1,872,078 Billings in excess of costs and profits to date 4,985,189 3,113,111 See independent accountant's review report. 14 SUPPLEMENTAL INFORMATION Contract Cost Subcontracts Material Bond Expense Training Fund Dump Fees Equipment Rental Overhead Supervision Wages Labor Payroll Taxes Workman's Compensation Liability Insurance Total Contract Costs T.E. ROBERTS, INC. CONTRACT COSTS for the period ending March 31, 2020 See independent accountant's review report. Year Y -T -D to Date % 7,210,662.17 19.2 8,724,327.30 23.2 116,966.00 0.3 5,120.26 0.0 210,908.37 0.6 576, 057.11 1.5 1, 286, 528.00 3.4 261400.00 0.1 8,180,237.30 21.7 514,361.97 1.4 354,088.63 0.9 11,790.00 0.0 $ 27,217,447.11 72.3 15 T.E. ROBERTS, INC. UNALLOCATED CONTRACT/ESTIMATING COSTS for the period ending March 31, 2020 Year Y -T -D to Date % Unallocated Contract/Estimating Costs Indirect - Material 101633.89 0.0 Indirect - Equipment 1,914,386.41 5.1 Indirect - Truck/Equip. Depreciation 1,577,000.00 4.2 Indirect - Overhead 267,744.06 0.7 Indirect - Labor 4761981.10 1.3 Indirect - Payroll Taxes 999.73 0.0 Indirect - Work Comp Ins. 50,962.48 0.1 Indirect - Liability Insurance 240,612.98 0.6 Indirect - Insurance 136,046.41 0.4 Indirect - Auto Expense 92,248.80 0.2 Indirect - Other Tax & License 134,345.34 0.4 Estimating - Payroll 220,000.12 0.6 Estimating/Bidding - Expenses 20,926.50 0.1 Total Unallocated Contract/Estimating Costs $ 52142,887.82 13.7 See independent accountant's review report. 16 T.E. ROBERTS, INC. ADMINISTRATIVE EXPENSES for the period ending March 31, 2020 Administrative Expenses Year Y -T -D to Date % Advertising 21,972.57 0.1 Bank Charges 328.15 0.0 Charitable Contributions 11,200.00 0.0 Computer Supplies/Misc. 37,627.42 0.1 Consulting Fees 3,805.00 0.0 Customer Relations 134,464.58 0.4 Dues & Subscriptions 45,087.56 0.1 Employee Relations 90,771.93 0.2 Insurance - Health 206,413.75 0.5 Interest 40,140.96 0.1 Janitorial 3,780.00 0.0 Legal and Professional 33,581.25 0.1 Meals & Entertainment 28,984.28 0.1 Office Expense 101,064.20 0.3 Office Salaries 600,617.17 1.6 Officer Salary 1,198,400.00 3.2 Payroll Taxes 108,228.18 0.3 Postage & Freight 3,330.87 0.0 Rent 1297682.33 0.3 Repairs & Maintenance 20,777.53 0.1 Telephone 331646.01 0.1 Travel 45,176.17 0.1 Utilities 40,573.56 0.1 Total Administrative Expenses $ 2,939,653.47 7.8 See independent accountant's review report. 17 T.E. ROBERTS, INC. Percentage of Completion as of March 31, 2020 5062 Anaheim MAC 1 2 3 4 5 6 7 8 9 10 11 12 13 5122 Glendora On Call 447,298 260,710 (411) (1-2) 260,710 (512) (4x6) (5+7) 447,298 (9-8) (8-9) (2-5) (1-9) 5260 Rose Hills Maintenance 1,500,000 900,000 40.0% 600,000 673,361 74.8% 448,907 1,122,268 1,202,898 Billings in Costs & Profits 226,640 297,102 New Santa Ana On Call 786,092 Estimated 33.5% Estimated Actual Cost 100.0% 263,615 Amount Amount excess of in excess of Estimated 0 Job Norco On Call Contract T. Cost at 20.0% Profit at Incurred % of Profit Earned Billed Costs & Profits Billings Cost to Contract Number Contract Description Price Completion GP% Completion to Date Completion to Date to Date to Date to Date to Date Complete Balance 5062 Anaheim MAC 47,423 25,513 46.2% 21,911 25,513 100.0% 21,911 47,423 47,423 0 0 0 0 5122 Glendora On Call 447,298 260,710 41.7% 186,588 260,710 100.0% 186,588 447,298 447,298 0 0 0 0 5260 Rose Hills Maintenance 1,500,000 900,000 40.0% 600,000 673,361 74.8% 448,907 1,122,268 1,202,898 80,631 0 226,640 297,102 5523 Santa Ana On Call 786,092 522,477 33.5% 263,615 522,477 100.0% 263,615 786,092 786,092 0 0 0 0 5545 Norco On Call 150,000 120,000 20.0% 30,000 36,813 30.7% 9,203 46,016 68,966 22,950 0 83,187 81,034 5566 Newport Beach On Call 399,956 249,557 37.6% 150,399 249,557 100.0% 150,399 399,956 399,956 0 0 0 0 5587 SGVWC 7733L San Gabriel BI 27,229 17,408 36.1% 9,821 17,408 100.0% 9,821 27,229 27,229 0 0 0 0 5588 Ontario On Call 4,000,000 2,800,000 30.0% 1,200,000 2,248,630 80.3% 963,699 3,212,328 3,590,005 377,677 0 551,370 409,995 5650 Chino Hills On 100,000 90,000 10.0% 10,000 982 1.1% 109 1,091 0 0 1,091 89,018 100,000 5713 MNWD On -Call 1,400,000 850,000 39.3% 550,000 611,193 71.9% 395,478 1,006,671 1,069,660 62,990 0 238,807 330,340 5720 Monterey Park On Call 20,000 18,000 10.0% 2,000 301 1.7% 33 334 0 0 334 17,699 20,000 5724 Anaheim-Katella WMR 7,172,548 5,098,877 28.9% 2,073,671 5,098,877 100.0% 2,073,671 7,172,548 7,172,548 0 0 0 0 5725 SCWD On Cali 100,000 60,000 40.0% 40,000 22,308 37.2% 14,872 37,180 40,081 2,901 0 37,692 59,919 5734 MNWD On -Call 100,000 90,000 10.0% 10,000 1,295 1.4% 144 1,439 0 0 1,439 88,705 100,000 5745 Pack Hydrotech 2,660,316 1,982,044 25.5% 678,272 1,482,044 74.8% 507,167 1,989,211 2,660,316 671,104 0 500,000 0 5748 Fairhaven 2017 50,000 35,000 30.0% 15,000 9,440 27.0% 4,046 13,486 14,709 1,223 0 25,560 35,291 5757 Whittier On Cali 200,000 193,000 3.5% 7,000 184,261 95.5% 6,683 190,944 191,737 793 0 8,739 8,263 5764 GSW 25031475 1,026,125 924,579 9.9% 101,546 924,579 100.0% 101,546 1,026,125 1,026,125 0 0 0 0 5772 SCI Green Acre 279,728 275,272 1.6% 4,456 275,272 100.0% 4,456 279,728 279,728 0 0 0 0 5779 Whittier Water 653,497 546,072 16.4% 107,425 548,072 100.0% 107,425 653,497 653,497 0 0 0 0 5782 SCI Lakeside 84.444 82,930 1.8% 1,513 82,930 100.0% 1,513 84,444 84,444 0 0 0 0 5787 Bayside Village 100,000 50,000 50.0% 50,000 21,742 43.5% 21,742 43,483 55,848 12,365 0 28,258 44,152 5790 SGVWC 8980L Ivar/Garvey Ave. 54,964 22,797 58.5% 32,167 22,797 100.0% 32,167 54,964 54,964 0 0 0 0 5791 SGVWC 6073F 18,475 11,257 39.1% 7,218 11,257 100.0% 7,218 18,475 18,475 0 0 0 0 5797 Castle Park Surface Restoration 200,000 125,000 37.5% 75,000 111,300 89.0% 66,780 178,080 196,785 18,705 0 13,700 3,215 5798 OCWD On Call 150,000 120,000 20.0% 30,000 20,675 17.2% 5,169 25,844 26,590 746 0 99,325 123,410 5803 CVWD La Quinta Irrigation Distribution Iml 5,558,936 4,900,000 11.9% 658,936 3,597,343 73.4% 483,759 4,081,102 5,558,936 1,477,834 0 1,302,657 0 5806 Coachella Valley Water District On -Call Mi 650,000 490,000 24.6% 160,000 416,345 85.0% 135,949 552,294 609,032 56,738 0 73,655 40,968 5807 SGVWC 5942F 607,794 445,843 26.6% 161,952 445,843 100.0% 161,952 607,794 607,794 0 0 0 0 5808 RCI RH Mission Hills 509,452 256,865 49.6% 252,587 256,865 100.0% 252,587 509,452 509,452 0 0 0 0 5809 EMWD On Call 250,000 150,000 40.0% 100,000 25,943 17.3% 17,295 43,238 89,405 46,167 0 124,057 160,595 5810 SGVWC 6255F 484,184 303,083 37.4% 181,101 303,083 100.0% 181,101 484,184 484,184 0 0 0 0 5811 Newport Beach 600,000 380.000 36.7% 220,000 328,098 86.3% 189,952 518,050 562,955 44,905 0 51,902 37,045 5813 SCWD On Call 100,000 62,000 38.0% 38,000 13,746 22.2% 8,425 22,171 24,218 2,047 0 48,254 75,782 5816 Ken Grody Ford Stanton Ave Lot Improver 465,671 324,723 30.3% 140,948 324,723 100.0% 140,948 465,671 465,671 0 0 0 0 5818 Norco Vine St 1,061,376 1,006,844 5.1% 54,532 1,006,844 100.0% 54,532 1,061,376 1,061,376 0 0 0 0 5819 IELIA RP 5 2,130,143 1,694,737 20.4% 435,406 1,694,737 100.0% 435,406 2,130,143 2,130,143 0 0 0 0 5822 IRWD OC Great Park 1,312,976 1,155,967 12.0% 157,009 1,155,967 100.0% 157,009 1,312,976 1,312,976 0 0 0 0 5825 GSW Topas Rd 535,800 320,245 40.2°% 215,555 320,245 100.0% 215,555 535,800 535,800 0 0 0 0 5826 GSW Calipatria 289,284 131,669 54.5% 157,615 131,669 100.0% 157,615 289,284 289,284 0 0 0 0 5828 Glendora On -Call 150,000 135,000 10.0% 15,000 502 0.4°% 56 558 0 0 558 134,498 150,000 5830 Beaumont Brine Disposal Pipeline- Reach 13,817,102 12,500,000 9.5% 1,317,102 8,915,830 71.3% 939,445 9,855,275 11,227,148 1,371,874 0 3,584,170 2,589,954 5831 WBMWD Dominguez Tech Ctr 842,684 398,112 52.8% 444,572 398,112 100.0% 444,572 842,683 842,684 0 0 0 0 5832 Fountain Valley On Call 50,000 35,000 30.0% 15,000 3,356 9.6% 1,438 4,794 7,558 2,764 0 31,644 42,442 N 00 See independent accountant's review report. T.E. ROBERTS, INC. Percentage of Completion as of March 31, 2020 5834 SGVWC 6264F Ivy 1 2 3 4 5 6 7 8 9 10 11 12 13 5838 NB Bal Island Ph2 1,951,131 945,561 (411) (1-2) 945,561 (512) (4x6) (5+7) 1,951,131 (9-8) (8-9) (2-5) (1-9) 5840 SGVWC 9120L Tamar Dr. 219,171 125,379 42.8% 93,792 125,379 100.0% 93,792 219,171 219,171 Billings in Costs & Profits 0 0 New SGVWC 6341F Baseline 20,875 Estimated 40.1% Estimated Actual Cost 100.0% 8,370 Amount Amount excess of in excess of Estimated 0 Job GSW -Baseline Well 05 Drain Line Contract T. Cost at 47.7% Profit at Incurred % of Profit Earned Billed Costs & Profits Billings Cost to Contract Number Contract Description Price Completion GP% Completion to Date Completion to Date to Date to Date to Date to Date Complete Balance 5834 SGVWC 6264F Ivy 532,320 370,268 30.4% 162,052 370,268 100.0% 162,052 532,320 532,320 0 0 0 0 5838 NB Bal Island Ph2 1,951,131 945,561 51.5% 1,005,570 945,561 100.0% 1,005,570 1,951,131 1,951,131 0 0 0 0 5840 SGVWC 9120L Tamar Dr. 219,171 125,379 42.8% 93,792 125,379 100.0% 93,792 219,171 219,171 0 0 0 0 5842 SGVWC 6341F Baseline 20,875 12,505 40.1% 8,370 12,505 100.0% 8,370 20,875 20,875 0 0 0 0 5845 GSW -Baseline Well 05 Drain Line 45,628 23,855 47.7% 21,773 23,855 100.0% 21,773 45,628 45,628 0 0 0 0 5847 SGVWC 6347F Banana Ave 130,069 106,217 18.3% 23,852 106,217 100.0% 23,852 130,069 130,069 0 0 0 0 5848 Elite/RH Creekside His 1,069,222 751,467 29.7% 317,755 751,467 100.0% 317,755 1,069,222 1,069,222 0 0 0 0 5850 SGVWC 9235USanta Anita 230,558 128,263 44.4% 102,295 128,263 100.0% 102,295 230,558 230,558 0 0 0 0 5851 SGVWC 6351F Merrill Ave 132,234 123,808 6.4% 8,426 123,808 100.0% 8,426 132,234 132,234 0 0 0 0 5852 SGVWC 9124L Frazier St 104,065 60,400 42.0% 43,664 60,400 100.0% 43,664 104,065 104,065 0 0 0 0 5853 GSW -Howard Plant 127,300 45,229 64.5% 82,071 45,229 100.0% 82,071 127,300 127,300 0 0 0 0 5856 GSW Grace St. 333,140 358,274 -7.5% (25,134) 358,274 100.0% (25,134) 333,140 333,140 0 0 0 0 5857 SGVWC 9132L Allport 15,920 7,452 53.2% 8,468 7,452 100.0% 8,468 15,920 15,920 0 0 0 0 5858 SGVWC - On Call 100,000 60,000 40.0% 40,000 36,048 60.1% 24,032 60,080 93,737 33,656 0 23,952 6,263 5859 WBMWD Wisebum 219,370 66,821 69.5% 152,549 66,821 100.0% 152,549 219,370 219,370 0 0 0 0 5860 SGVWC So EI Monte Recy 437,393 152,465 65.1% 284,928 152,465 100.0% 284,928 437,393 437,393 0 0 0 0 5861 SGVWC 6289F Cherry 107,117 71,603 33.2% 35,514 71,603 100.0% 35,514 107,117 107,117 0 0 0 0 5862 SGVWC 7733L San Gabriel Blvd 1,200,000 750,000 37.5% 450,000 609,804 81.3% 365,883 975,687 450,000 0 525,687 140,196 750,000 5863 SGVWC 7734L Walnut Grove 933,473 541,028 42.0% 392,445 541,028 100.0% 392,445 933,473 933,473 0 0 0 0 5864 SGVWC 9232L Cogswell-Rurban 471,449 309,631 34.3% 161,818 309,631 100.0% 161,818 471,449 471,449 0 0 0 0 5865 SGVWC 6349F Jurupa 41,260 23,775 42.4% 17,485 23,775 100.0% 17,485 41,260 41,260 0 0 0 0 5866 Santa Ana SA -5 Vault Mods 1,528,500 1,375,000 10.0% 153,500 35,236 2.6% 3,934 39,170 0 0 39,170 1,339,764 1,528,500 5867 SGVWC 9178L Bannister 43,622 25,599 41.3% 18,023 25,599 100.0% 18,023 43,622 43,622 0 0 0 0 5868 SGVWC 9193L Kaiser Permanente 91,060 31,310 65.6% 59,750 31,310 100.0% 59,750 91,060 91,060 0 0 0 0 5869 SGVWC 7661L Ranchito 259,142 121,243 53.2% 137,899 121,243 100.0% 137,899 259,142 259,142 0 0 0 0 5870 IEUA Emergenc 150,000 115,000 23.3% 35,000 9,026 7.8% 2,747 11,774 27,151 15,378 0 105,974 122,849 5871 City of Glendora On -Call 125,000 110,000 12.0% 15,000 82,800 75.3% 11,291 94,091 124,752 30,661 0 27,200 248 5872 Buddhist Society 7,041 4,380 37.8% 2,662 4,380 100.0% 2,662 7,041 7,041 0 0 0 0 5873 SGVWC 6353F Alder 458,669 290,415 36.7% 168,254 275,699 94.9% 159,728 435.428 458,669 23,242 0 14,716 0 5874 OCWD 2018 GAP PL Valve Reprs 116,635 37,412 67.9% 79,223 37,412 100.0% 79,223 116,635 116,635 0 0 0 0 5875 Newport Beach WTM Valve 822,899 366,111 55.5% 456,788 366,111 100.0% 456,788 822,899 822,899 0 0 0 0 5876 SGVWC 8971L Santa Anita 50,288 27,740 44.8% 22,548 27,740 100.0% 22,548 50,288 50,288 0 0 0 0 5877 SGVWC 5712F Baseline/Citrus 188,311 116,529 38.1% 71,782 116,529 100.0% 71,782 188,311 188,311 0 0 0 0 5878 SGVWC 6368F KB Home Citrus 323,332 142,699 55.9% 180,633 142,699 100.0% 180,633 323,332 323,332 0 0 0 0 5879 Simpson Buick GG Site Plan 3,847 0 100.0% 3,847 0 100.0% 3,847 3,847 3,847 0 0 0 0 5880 SGVWC 9247L - Minh Quoc Ma 9,650 3,869 59.9% 5,781 3,869 100.0% 5,781 9,650 9,650 0 0 0 0 5881 SGVWC 6346F - Merrill Ave. 12,750 6,253 51.0% 6,497 6,253 100.0% 6,497 12,750 12,750 0 0 0 0 5882 SA Emergency Sewer & Water System RE 500,000 400,000 20.0% 100,000 166,281 41.6% 41,570 207,852 340,258 132,406 0 233,719 159,742 5883 SGVWC 6457F - Santa Ana Ave 101,899 41,529 59.2% 60,370 41,529 100.0% 60,370 101,899 101,899 0 0 0 0 5884 SGVWC 6398F - Miro Way 102,667 65,257 36.4% 37,410 65,257 100.0% 37,410 102,667 102,667 0 0 0 0 5885 SGVWC 9253L - Durfee Ave 18,204 4,878 73.2% 13,327 4,878 100.0% 13,327 18,204 18,204 0 0 0 0 5886 SGVWC 6431 F - Beech Ave 13,700 7,322 46.6% 6,378 7,322 100.0% 6,378 13,700 13,700 0 0 0 0 5887 WBMWD Anderson Pk 93,307 60,421 35.2% 32,887 60,421 100.0% 32,887 93,307 93,307 0 0 0 0 5888 SGVWC 9008L - Richwood Ave 26,244 12,696 51.6% 13,548 12,696 100.0% 13,548 26,244 26,244 0 0 0 0 5889 SGVWC 8973L - San Gabriel B1 18,750 7,139 61.9% 11,611 7,139 100.0% 11,611 18,750 18,750 0 0 0 0 N cO See independent accountant's review report. T.E. ROBERTS, INC. Percentage of Completion as of March 31, 2020 5890 SGVWC 6399F Fontana Svcs 1 2 3 4 5 6 7 8 9 10 11 12 13 5991 SGVWC 6354F Alder 494,528 400,000 (411) (1-2) 11,908 (512) (4x6) (5+7) 0 (9-8) (8-9) (2-5) (1-9) 5892 SCI Oakdale 1,146,322 939,735 18.0% 206,587 939,735 100.0% 208,587 1,146,322 1,146,322 Billings in Costs & Profits 0 0 New SAWC - Campus Ave. 443,208 Estimated 9.2% Estimated Actual Cost 100.0% 40,694 Amount Amount excess of in excess of Estimated 0 Job SGVWC 6267F Sierra Ave. Contract T. Cost at 56.8% Profit at Incurred % of Profit Earned Billed Costs & Profits Billings Cost to Contract Number Contract Description Price Completion GP% Completion to Date Completion to Date to Date to Date to Date to Date Complete Balance 5890 SGVWC 6399F Fontana Svcs 79,285 28,419 64.2% 50,866 28,419 100.0% 50,866 79,285 79,285 0 0 0 0 5991 SGVWC 6354F Alder 494,528 400,000 19.1% 94.528 11,908 3.0% 2,814 14,722 0 0 14,722 388,092 494,528 5892 SCI Oakdale 1,146,322 939,735 18.0% 206,587 939,735 100.0% 208,587 1,146,322 1,146,322 0 0 0 0 5893 SAWC - Campus Ave. 443,208 402,514 9.2% 40,694 402,514 100.0% 40,694 443,208 443,208 0 0 0 0 5894 SGVWC 6267F Sierra Ave. 677,218 292,471 56.8% 384,747 292,471 100.0% 384,747 677,218 677,218 0 0 0 0 5895 RH Oak Projects Storm Drain 49,760 20,158 59.5°% 29,602 20,158 100.0% 29,602 49,760 49,760 0 0 0 0 5896 Chino Hills - Saddle Replacement 711,072 684,926 3.7% 26,146 684,926 100.0% 26,146 711,072 711,072 0 0 0 0 5897 C T & T 5,361 2,359 56.0% 3,002 2,359 100.0% 3,002 5,361 5,361 0 0 0 0 5898 ICCR Water/Sewer Project 1,700 0 100.0% 1,700 0 100.0°% 1,700 1,700 1,700 0 0 0 0 5899 SGVWC 6323F Slover Avenue 122,820 127,494 -3.8% (4,674) 127,494 100.0% (4,674) 122,820 122,820 0 0 0 0 5900 Anaheim - Water Meter Vault Rehabilitatioi 185,650 115,000 38.1°% 70,650 89,902 78.2% 55,231 145,134 179,173 34,039 0 25,098 6,478 5901 WBMWD ECLWRF Gravel Install 378,657 97,842 74.2% 280,815 97,842 100.0% 280,815 378,657 378,657 0 0 0 0 5902 APC - Channel Place SD Repair 181,767 128,942 29.1% 52,825 128,942 100.0% 52,825 181,767 181,767 0 0 0 0 5903 Anaheim On Call 100,000 90,000 10.0% 10,000 1,590 1.8% 177 1,767 0 0 1,767 88,410 100,000 5904 SGVWC 6119F Dianthus Ave 16,660 13,346 19.9% 3,314 13,346 100.0°% 3,314 16,660 16,660 0 0 0 0 5905 Riverside Mission Inn Rezoning Pipeline A 2,506,620 2,250,000 10.2°% 256,620 1,059,095 47.1% 120,793 1,179,888 1,311,125 131,237 0 1,190,905 1,195,495 5906 GMC Eng. Del Amo Blvd. 11,049 6,002 45.7% 5,047 6,002 100.0% 5,047 11,049 11,049 0 0 0 0 5907 SCI Eternal Hills - Oceanside 180,000 64,059 64.4°% 115,941 64,059 100.0% 115,941 180,000 180,000 0 0 0 0 5908 SGVWC 9260L North Rush St 24,600 9,224 62.5% 15,376 9,224 100.0% 15,376 24,600 24,600 0 0 0 0 5909 SGVWC 9238L Coast Drive 20,583 11,502 44.1% 9,081 11,502 100.0°% 9,081 20,583 20,583 0 0 0 0 5910 SGVWC 9295L Garvey Avenue 16,483 3,800 76.9°% 12,683 3,800 100.0°% 12,683 16,483 16,483 0 0 0 0 5911 SGVWC 9261L Santa Anita Ave 15,733 9,320 40.8°% 6,413 9,320 100.0% 6,413 15,733 15,733 0 0 0 0 5912 SGVWC 9292L Peck Road 20,933 12,654 39.5°% 8,279 12,654 100.0% 8,279 20,933 20,933 0 0 0 0 5913 SGVWC 6363F Randall Ave 23,750 13,195 44.4% 10,555 13,195 100.0% 10,555 23,750 23,750 0 0 0 0 5914 SGVWC 5312F Citrus Avenue 452,137 250,000 44.7% 202,137 192,505 77.0% 155,650 348,155 0 0 348,155 57,495 452,137 5915 SGVWC 8555L Three Palms St 134,096 114,980 14.3% 19,116 114,980 100.0% 19,116 134,096 134,096 0 0 0 0 5917 SCWD On -Call 100,000 85,000 15.0°% 15,000 12,459 14.7% 2,199 14,658 24,517 9,858 0 72,541 75,483 5918 Rose Hills - 6" VCP Pipe Burst 46,700 30,015 35.7°% 16,685 30,015 100.0% 16,685 46,700 46,700 0 0 0 0 5919 SGVWC 6426F Newport Ave 14,900 6,883 53.8% 8,017 6,883 100.0% 8,017 14,900 14,900 0 0 0 0 5920 IRWD - Bonita Cyn Recycled Water Zone 205,270 160,000 22.1% 45,270 129,933 81.2% 36,763 166,696 147,585 0 19,111 30,067 57,685 5921 SCI - Fairhaven -Our Lady of Guadalupe C 364,961 254,158 30.4% 110,803 252,758 99.4°% 110,193 362,951 364,961 2,010 0 1,400 0 5922 SGVWC 6444F Merrill Avenue 41,156 26,000 36.8% 15,156 2,000 7.7% 1,166 3,166 0 0 3,166 24,000 41,156 5923 SGVWC 6374F Owen St 38,238 17,546 54.1% 20,692 17,546 100.0% 20,692 38,238 38,238 0 0 0 0 5924 SGVWC 6373F Summit Avenue, Phase 1 1,339,596 1,000,000 25.4% 339,596 378,548 37.9% 128,554 507,102 222,459 0 284,643 621,452 1,117,137 5925 SCI Mission Hills - Hills of Moses PH5 (Jot 2,150,000 1,850,000 14.0% 300,000 1,531,217 82.8% 248,305 1,779,522 1,831,517 51,994 0 318,783 318,483 5926 SCI - Our Lady Queen of Peace 43,125 41,331 4.2% 1,794 41,331 100.0% 1,794 43,125 43,125 0 0 0 0 5927 SGVWC 9128L Broadway Ave 152,372 150,449 1.3% 1,923 150,449 100.0% 1,923 152,372 152,372 0 0 0 0 5828 VCWD - 2019 Water Main Replacement C 550,276 425,000 22.8% 125,276 5,753 1.4% 1,696 7,448 0 0 7,448 419,247 550,276 5929 Orange - 2018-19 Annual PL Renewal 2,210,985 1,950,000 11.8% 260,985 390,971 20.0°% 52,327 443,298 160,051 0 283,247 1,559,029 2,050,934 5930 LBCWD - Fire Hydrant Replacement Proje 328,345 190,593 42.0% 137,752 103,017 54.1% 74,456 177,474 95,730 0 81,744 87,576 232,615 5931 SGVWC 9170L Millet Avenue PL Improver 274,510 211,646 22.9% 62,864 210,366 99.4% 62,484 272,850 274,510 1,660 0 1,280 0 5932 SGVWC 9181L Galemont Avenue 51,504 34,332 33.3% 17,172 6,427 18.7% 3,215 9,641 0 0 9,641 27,905 51,504 5933 SGVWC 6452F Catawba Avenue 107,915 67,524 37.4% 40,391 59,280 87.8% 35,459 94,739 0 0 94,739 8,244 107,915 5934 SGVWC 9190L Broadmead Street PL Imp 334,954 189,738 43.4°% 145,216 162,500 85.6% 124,370 286,870 180,000 0 106,870 27,238 154,954 5935 EVMWD - The Zone 1467 PH5 WM Impro 1,109,957 990,000 10.8% 119,957 28,926 2.9% 3,505 32,431 25,406 0 7,025 961,074 1,084,551 N C:) See independent accountant's review report. T.E. ROBERTS, INC. Percentage of Completion as of March 31, 2020 aysa Loma Linda - SD Improvements San Luca 1 2 3 4 5 6 7 8 9 10 11 12 13 5937 GSW - Placentia Replace PRVs 131,845 115,000 (411) (1-2) 1,650 (512) (4x6) (5+•7) (9-8) (8-9) (2-5) (1-9) 5938 GSW - Cowan Heights Replace PRVs - PI 160,272 90,000 43.8% 70,272 11,586 12.9% 9,046 20,632 0 Billings in Costs & Profits 78,414 160,272 New PNG HDPE Project on Studebaker, LB 31,325 Estimated 47.4% Estimated Actual Cost 100.0% 14,853 Amount Amount excess of in excess of Estimated 0 Job SCI On -Call Contract T. Cost at 24.3% Profit at Incurred % of Profit Earned Billed Costs & Profits Billings Cost to Contract Number Contract Description Price Completion GP% Completion to Date Completion to Date to Date to Date to Date to Date Complete Balance aysa Loma Linda - SD Improvements San Luca lm'zou lzu,uuu 1.3.9 70 10,4ij., WtW., I.& fo -•- - 0 - 0 1,889 113,350 131,645 5937 GSW - Placentia Replace PRVs 131,845 115,000 12.6% 16,645 1,650 1.4% 239 1,889 5938 GSW - Cowan Heights Replace PRVs - PI 160,272 90,000 43.8% 70,272 11,586 12.9% 9,046 20,632 0 0 20,632 78,414 160,272 5939 PNG HDPE Project on Studebaker, LB 31,325 16,472 47.4% 14,853 16,472 100.0% 14,853 31,325 31,325 0 0 0 0 5940 SCI On -Call 11,056 8,367 24.3% 2,689 8,367 100.0% 2,689 11,056 11,056 0 0 0 0 5942 Whittier- Transmission Main Valve Replac 355,705 330,000 7.2% 25,705 13,163 4.0% 1,025 14,188 0 0 14,188 316,837 355,705 5943 Beaumont Oak Valley On -Call 350,000 260,000 25.7% 90,000 68,978 26.5% 23,877 92,855 343,027 250,173 0 191,022 6,973 5944 WBMWD - ECLWRF CCB Laydown Area 22,150 10,854 51.0% 11,296 3,768 34.7% 3,922 7.690 22,150 14,460 0 7,086 0 5945 Pacific Hydrotech-Tustin 1,105,778 995,000 10.0% 110,778 550 0.1% 61 611 0 0 611 994,450 1,105,778 5946 Newport Beach Tidegate Improvement 197,601 165,000 16.5% 32,601 2,095 1.3% 414 2,509 0 0 2,509 162,905 197,601 Misc 53,820 94,351 -75.3% (40,532) 94,351 100.0% (40,532) 53,820 53,820 0 0 0 0 Total 84,653,071 64,540,589 20,112,482 47,403,095 16,672,194 64,075,290 67,188,402 4,985,189 1,872,078 17,137,493 17,464,669 N See independent accountant's review report. T.E. ROBERTS, INC. SCHEDULE OF CONTRACTS IN PROGRESS for the Year Ended March 31, 2020 N See independent accountant's review report. Billings in Costs & excess of Profits in Job Contract Estimated Estimated % of Amount Costs & excess of No. Description Contract T. Cost at Profit at Comple- Billed Profits Billings Price Completion GP% Completion tion to Date to Date to Date 5260 Rose Hills Maintenance 1,500,000 900,000 40% 600,000 75% 1,202,898 80,631 0 5545 Norco On Call 150,000 120,000 20% 30,000 31% 68,956 22,950 0 5588 Ontario On Call 4,000,000 2,800,000 30% 1,200,000 80% 3,590,005 377,677 0 5650 Chino Hills On 100,000 90,000 10% 10,000 1% 0 0 1,091 5713 MNWD On -Call 1,400,000 850,000 39% 550,000 72% 1,069,660 62,990 0 5720 Monterey Park On Call 20,000 18,000 10% 2,000 2% 0 0 334 5725 SCWD On Call 100,000 60,000 40% 40,000 37% 40,081 2,901 0 5734 MNWD On -Call 100,000 90,000 10% 10,000 1% 0 0 1,439 5745 Pacific Hydrotech 2,660,316 1,982,044 25% 678,272 75% 2,660,316 671,104 0 5748 Fairhaven 2017 50,000 35,000 30% 15,000 27% 14,709 1,223 0 5757 Whittier On Call 200,000 193,000 4% 7,000 95% 191,737 793 0 5787 Bayside Village 100,000 50,000 50% 50,000 43% 55,848 12,365 0 5797 Castle Park Surface Restoration 200,000 125,000 38% 75,000 89% 196,785 18,705 0 5798 OCWD On Call 150,000 120,000 20% 30,000 17% 26,590 746 0 5803 CVWD La Quinta Irrigation Distribution Ir 5,558,936 4,900,000 12% 658,936 73% 5,558,936 1,477,834 0 5806 Coachella Valley Water District On -Call A 650,000 490,000 25% 160,000 85% 609,032 56,738 0 5809 EMWD On Call 250,000 150,000 40% 100,000 17% 89,405 46,167 0 5811 Newport Beach 600,000 380,000 37% 220,000 86% 562,955 44,905 0 5813 SCWD On Call 100,000 62,000 38% 38,000 22% 24,218 2,047 0 5828 Glendora On -Call 150,000 135,000 10% 15,000 0% 0 0 558 5830 Beaumont Brine Disposal Pipeline- Reac 13,817,102 12,500,000 10% 1,317,102 71% 11,227,148 1,371,874 0 5832 Fountain Valley On Call 50,000 35,000 30% 15,000 10% 7,558 2,764 0 5858 SGVWC - On Call 100,000 60,000 40% 40,000 60% 93,737 33,656 0 5862 SGVWC 7733L San Gabriel Blvd 1,200,000 750,000 38% 450,000 81% 450,000 0 525,687 5866 Santa Ana SA -5 Vault Mods 1,528,500 1,375,000 10% 153,500 3% 0 0 39,170 5870 IEUA Emergenc 150,000 115,000 23% 35,000 8% 27,151 15,378 0 5871 City of Glendora On -Call 125,000 110,000 12% 15,000 75% 124,752 30,661 0 5873 SGVWC 6353F Alder 458,669 290,415 37% 168,254 95% 458,669 23,242 0 5882 SA Emergency Sewer & Water System F 500,000 400,000 20% 100,000 42% 340,258 132,406 0 5891 SGVWC 6354F Alder 494,528 400,000 19% 94,528 3% 0 0 14,722 5900 Anaheim - Water Meter Vault Rehabilitati 185,650 115,000 38% 70,650 78% 179,173 34,039 0 5903 Anaheim On Call 100,000 90,000 10% 10,000 2% 0 0 1,767 N See independent accountant's review report. T.E. ROBERTS, INC. SCHEDULE OF CONTRACTS IN PROGRESS for the Year Ended March 31, 2020 Billings in Costs & excess of Profits in Job Contract Estimated Estimated % of Amount Costs & excess of No. Description Contract T. Cost at Profit at Comple- Billed Profits Billings Price Completion GP% Completion tion to Date to Date to Date 5905 Riverside Mission Inn Rezoning Pipeline 2,506,620 2,250,000 10% 256,620 47% 1,311,125 131,237 0 5914 SGVWC 5312F Citrus Avenue 452,137 250,000 45% 202,137 77% 0 0 348,155 5917 SCWD On -Call 100,000 85,000 15% 15,000 15% 24,517 9,858 0 5920 IRWD - Bonita Cyn Recycled Water Zon( 205,270 160,000 22% 45,270 81% 147,585 0 19,111 5921 SCI - Fairhaven -Our Lady of Guadalupe 364,961 254,158 30% 110,803 99% 364,961 2,010 0 5922 SGVWC 6444F Merrill Avenue 41,156 26,000 37% 15,156 8% 0 0 3,166 5924 SGVWC 6373F Summit Avenue, Phase, 1,339,596 1,000,000 25% 339,596 38% 222,459 0 284,643 5925 SCI Mission Hills - Hills of Moses PH5 (Ji 2,150,000 1,850,000 14% 300,000 83% 1,831,517 51,994 0 5928 VCWD - 2019 Water Main Replacement 550,276 425,000 23% 125,276 1% 0 0 7,448 5929 Orange - 2018-19 Annual PL Renewal 2,210,985 1,950,000 12% 260,985 20% 160,051 0 283,247 5930 LBCWD - Fire Hydrant Replacement Pro 328,345 190,593 42% 137,752 54% 95,730 0 81,744 5931 SGVWC 9170L Millet Avenue PL Improv 274,510 211,646 23% 62,864 99% 274,510 1,660 0 5932 SGVWC 9181 L Galemont Avenue 51,504 34,332 33% 17,172 19% 0 0 9,641 5933 SGVWC 6452F Catawba Avenue 107,915 67,524 37% 40,391 88% 0 0 94,739 5934 SGVWC 9190L Broadmead Street PL Im 334,954 189,738 43% 145,216 86% 180,000 0 106,870 5935 EVMWD - The Zone 1467 PH5 WM Impr 1,109,957 990,000 11% 119,957 3% 25,406 0 7,025 5936 Loma Linda - SD Improvements San Luc 138,250 120,000 13% 18,250 1% 0 0 1,688 5937 GSW - Placentia Replace PRVs 131,645 115,000 13% 16,645 1% 0 0 1,889 5938 GSW - Cowan Heights Replace PRVs - F 160,272 90,000 44% 70,272 13% 0 0 20,632 5942 Whittier - Transmission Main Valve Replc, 355,705 330,000 7% 25,705 4% 0 0 14,188 5943 Beaumont Oak Valley On -Call 350,000 260,000 26% 90,000 27% 343,027 250,173 0 5944 WBMWD - ECLWRF CCB Laydown Arei 22,150 10,854 51% 11,296 35% 22,150 14,460 0 5945 Pacific Hydrotech-Tustin 1,105,778 995,000 10% 110,778 0% 0 0 611 5946 Newport Beach Tidegate Improvement 197,601 165,000 16% 32,601 1% 0 0 2,509 Total 51,338,288 41,810,304 9,527,984 33,873,624 4,985,189 1,872,078 LU �' See independent accountant's review report. T.E. ROBERTS, INC. SCHEDULE OF CONTRACTS IN PROGRESS for the Year Ended March 31, 2020 N 4�k See independent accountant's review report. Cumulative Recognized Through For the Year Ended March 31, 2020 March 31, 2020 Job Contract Amount Actual Cost Gross No. Description Earned Incurred Profit Revenues Cost of Profit to Date to Date to Date Earned Construction Earned 5260 Rose Hills Maintenance 1,122,268 673,361 448,907 264,626 163,064 101,562 5545 Norco On Call 46,016 36,813 9,203 1,061 249 812 5588 Ontario On Call 3,212,328 2,248,630 963,699 1,124,821 625,013 499,808 5650 Chino Hills On 1,091 982 109 0 0 0 5713 MNWD On -Call 1,006,671 611,193 395,478 536,613 322,891 213,722 5720 Monterey Park On Call 334 301 33 0 0 0 5725 SCWD On Call 37,180 22,308 14,872 0 0 0 5734 MNWD On -Call 1,439 1,295 144 0 0 0 5745 Pacific Hydrotech 1,989,211 1,482,044 507,167 272,351 330,000 (57,649) 5748 Fairhaven 2017 13,486 9,440 4,046 0 0 0 5757 Whittier On Call 190,944 184,261 6,683 18,986 16,602 2,384 5787 Bayside Village 43,483 21,742 21,742 43,483 21,742 21,742 5797 Castle Park Surface Restoration 178,080 111,300 66,780 169,328 102,548 66,780 5798 OCWD On Call 25,844 20,675 5,169 1,094 5,000 (3,906) 5803 CVWD La Quinta Irrigation Distribution Ir 4,081,102 3,597,343 483,759 (74,680) 468,413 (543,093) 5806 Coachella Valley Water District On -Call P 552,294 416,345 135,949 422,838 341,907 80,930 5809 EMWD On Call 43,238 25,943 17,295 43,238 25,943 17,295 5811 Newport Beach 518,050 328,098 189,952 239,107 180,258 58,848 5813 SCWD On Call 22,171 13,746 8,425 0 0 0 5828 Glendora On -Call 558 502 56 0 0 0 5830 Beaumont Brine Disposal Pipeline- Reac 9,855,275 8,915,830 939,445 8,838,683 7,972,600 866,083 5832 Fountain Valley On Call 4,794 3,356 1,438 0 0 0 5858 SGVWC - On Call 60,080 36,048 24,032 54,205 31,250 22,955 5862 SGVWC 7733L San Gabriel Blvd 975,687 609,804 365,883 975,687 609,804 365,883 5866 Santa Ana SA -5 Vault Mods 39,170 35,236 3,934 39,170 35,236 3,934 5870 IEUA Emergenc 11,774 9,026 2,747 11,774 9,026 2,747 5871 City of Glendora On -Call 94,091 82,800 11,291 94,091 82,800 11,291 5873 SGVWC 6353F Alder 435,428 275,699 159,728 435,428 275,699 159,728 5882 SA Emergency Sewer & Water System F 207,852 166,281 41,570 207,852 166,281 41,570 5891 SGVWC 6354F Alder 14,722 11,908 2,814 14,722 11,908 2,814 5900 Anaheim - Water Meter Vault Rehabilitati 145,134 89,902 55,231 145,134 89,902 55,231 5903 Anaheim On Call 1,767 1,590 177 1,767 1,590 177 N 4�k See independent accountant's review report. T.E. ROBERTS, INC. SCHEDULE OF CONTRACTS IN PROGRESS for the Year Ended March 31, 2020 Cumulative Recognized Through For the Year Ended March 31, 2020 March 31, 2020 Job Contract Amount Actual Cost Gross No. Description Earned Incurred Profit Revenues Cost of Profit to Date to Date to Date Earned Construction Earned 5905 Riverside Mission Inn Rezoning Pipeline 1,179,888 1,059,095 120,793 1,179,888 1,059,095 120,793 5914 SGVWC 5312F Citrus Avenue 348,155 192,505 155,650 348,155 192,505 155,650 5917 SCWD On -Call 14,658 12,459 2,199 14,658 12,459 2,199 5920 IRWD - Bonita Cyn Recycled Water Zon( 166,696 129,933 36,763 166,696 129,933 36,763 5921 SCI - Fairhaven -Our Lady of Guadalupe 362,951 252,758 110,193 362,951 252,758 110,193 5922 SGVWC 6444F Merrill Avenue 3,166 2,000 1,166 3,166 2,000 1,166 5924 SGVWC 6373F Summit Avenue, Phase 507,102 378,548 128,554 507,102 378,548 128,554 5925 SCI Mission Hills - Hills of Moses PH5 (Ji 1,779,522 1,531,217 248,305 1,779,522 1,531,217 248,305 5928 VCWD - 2019 Water Main Replacement 7,448 5,753 1,696 7,448 5,753 1,696 5929 Orange - 2018-19 Annual PL Renewal 443,298 390,971 52,327 443,298 390,971 52,327 5930 LBCWD - Fire Hydrant Replacement Pro 177,474 103,017 74,456 177,474 103,017 74,456 5931 SGVWC 9170L Millet Avenue PL Improv 272,850 210,366 62,484 272,850 210,366 62,484 5932 SGVWC 9181 L Galemont Avenue 9,641 6,427 3,215 9,641 6,427 3,215 5933 SGVWC 6452F Catawba Avenue 94,739 59,280 35,459 94,739 59,280 35,459 5934 SGVWC 9190L Broadmead Street PL Im 286,870 162,500 124,370 286,870 162,500 124,370 5935 EVMWD - The Zone 1467 PH5 WM Impr 32,431 28,926 3,505 32,431 28,926 3,505 5936 Loma Linda - SD Improvements San Luc 1,688 1,465 223 1,688 1,465 223 5937 GSW - Placentia Replace PRVs 1,889 1,650 239 1,889 1,650 239 5938 GSW - Cowan Heights Replace PRVs - F 20,632 11,586 9,046 20,632 11,586 9,046 5942 Whittier - Transmission Main Valve Reply 14,188 13,163 1,025 14,188 13,163 1,025 5943 Beaumont Oak Valley On -Call 92,855 68,978 23,877 92,855 68,978 23,877 5944 WBMWD - ECLWRF CCB Laydown Arez 7,690 3,768 3,922 7,690 3,768 3,922 5945 Pacific Hydrotech-Tustin 611 550 61 611 550 61 5946 Newport Beach Tidegate Improvement 2,509 2,095 414 2,509 2,095 414 Total 30, 760, 512 24,672, 813 6,087,699 19, 710, 329 16, 518, 740 3,191, 589 Ln See independent accountant's review report. T.E. ROBERTS, INC. SCHEDULE OF COMPLETED CONTRACTS For the Year Ended March 31, 2020 N 01 See independent accountant's review report. Cumulative Recognized Through For the Year Ended March 31, 2020 March 31, 2020 Job Final Cost of Gross Cost of Gross No. Contract Description Contract Construc- Profit Revenue Construc- Profit Price tion (Loss) Earned tion (Loss) 5062 Anaheim MAC 47,423 25,513 21,911 2,401 0 2,401 5122 Glendora On Call 447,298 260,710 186,588 23,243 0 23,243 5523 Santa Ana On Call 786,092 522,477 263,615 310,953 178,001 132,952 5566 Newport Beach On Call 399,956 249,557 150,399 37,004 0 37,004 5587 SGVWC 7733L San Gabriel BI 27,229 17,408 9,821 4,301 2,750 1,551 5724 Anaheim-Katella WMR 7,172,548 5,098,877 2,073,671 1,090,129 167,772 922,356 5764 GSW 25031475 1,026,125 924,579 101,546 123 0 123 5772 SCI Green Acre 279,728 275,272 4,456 8,038 8,847 (809) 5779 Whittier Water 653,497 546,072 107,425 0 0 0 5782 SCI Lakeside 84,444 82,930 1,513 605 525 80 5790 SGVWC 8980L Ivar/Garvey Ave. 54,964 22,797 32,167 16,698 6,926 9,773 5791 SGVWC 6073F 18,475 11,257 7,218 18,475 11,257 7,218 5807 SGVWC 5942F 607,794 445,843 161,952 31,058 397 30,662 5808 RCI RH Mission Hills 509,452 256,865 252,587 345,733 132,260 213,473 5810 SGVWC 6255F 484,184 303,083 181,101 77,081 17,210 59,871 5816 Ken Grody Ford Stanton Ave Lot Improvements 465,671 324,723 140,948 68,521 48,472 20,049 5818 Norco Vine St 1,061,376 1,006,844 54,532 12,182 12,702 (521) 5819 IEUA RP 5 2,130,143 1,694,737 435,406 1,954,897 1,534,525 420,372 5822 IRWD OC Great Park 1,312,976 1,155,967 157,009 1,112,986 980,132 132,854 5825 GSW Topas Rd 535,800 320,245 215,555 49,364 30,386 18,978 5826 GSW Calipatria 289,284 131,669 157,615 (77,224) (2,000) (75,224) 5831 WBMWD Dominguez Tech Ctr 842,684 398,112 444,572 800,634 367,879 432,755 5834 SGVWC 6264F Ivy 532,320 370,268 162,052 104,408 24,608 79,800 5838 NB Bal Island Ph2 1,951,131 945,561 1,005,570 1,075,207 385,077 690,130 5840 SGVWC 9120L Tamar Dr. 219,171 125,379 93,792 14,110 8,072 6,038 5842 SGVWC 6341 F Baseline 20,875 12,505 8,370 217 130 87 5845 GSW -Baseline Well #5 Drain Line 45,628 23,855 21,773 45,628 23,855 21,773 5847 SGVWC 6347F Banana Ave 130,069 106,217 23,852 29,229 24,037 5,192 5848 Elite/RH Creekside Hts 1,069,222 751,467 317,755 860,273 595,686 264,587 5850 SGVWC 9235L/Santa Anita 230,558 128,263 102,295 230,558 128,263 102,295 5851 SGVWC 6351F Merrill Ave 132,234 123,808 8,426 18,566 17,383 1,184 5852 SGVWC 9124L Frazier St 104,065 60,400 43,664 102,458 59,340 43,118 5853 GSW -Howard Plant 127,300 45,229 82,071 117,274 38,298 78,976 5856 GSW Grace St. 333,140 358,274 (25,134) 329,747 354,914 (25,167) N 01 See independent accountant's review report. N V T.E. ROBERTS, INC. SCHEDULE OF COMPLETED CONTRACTS For the Year Ended March 31, 2020 See independent accountant's review report. Cumulative Recognized Through For the Year Ended March 31, 2020 March 31, 2020 Job Final Cost of Gross Cost of Gross No. Contract Description Contract Construc- Profit Revenue Construc- Profit Price tion (Loss) Earned tion (Loss) 5857 SGVWC 9132L Allport 15,920 7,452 8,468 2,393 230 2,163 5859 WBMWD Wiseburn 219,370 66,821 152,549 216,754 64,496 152,258 5860 SGVWC So EI Monte Recy 437,393 152,465 284,928 403,304 125,429 277,875 5861 SGVWC 6289F Cherry 107,117 71,603 35,514 74,283 45,669 28,613 5863 SGVWC 7734L Walnut Grove 933,473 541,028 392,445 933,473 541,028 392,445 5864 SGVWC 9232L Cogswell-Rurban 471,449 309,631 161,818 471,449 309,631 161,818 5865 SGVWC 6349F Jurupa 41,260 23,775 17,485 41,260 23,775 17,485 5867 SGVWC 9178L Bannister 43,622 25,599 18,023 43,622 25,599 18,023 5868 SGVWC 9193L Kaiser Permanente 91,060 31,310 59,750 91,060 31,310 59,750 5869 SGVWC 7661 L Ranchito 259,142 121,243 137,899 259,142 121,243 137,899 5872 Buddhist Society 7,041 4,380 2,662 7,041 4,380 2,662 5874 OCWD 2018 GAP PL Valve Reprs 116,635 37,412 79,223 116,635 37,412 79,223 5875 Newport Beach WTM Valve 822,899 366,111 456,788 822,899 366,111 456,788 5876 SGVWC 8971 L Santa Anita 50,288 27,740 22,548 50,288 27,740 22,548 5877 SGVWC 5712F Baseline/Citrus 188,311 116,529 71,782 188,311 116,529 71,782 5878 SGVWC 6368F KB Home Citrus 323,332 142,699 180,633 323,332 142,699 180,633 5879 Simpson Buick GG Site Plan 3,847 0 3,847 3,847 0 3,847 5880 SGVWC 9247L - Minh Quoc Ma 9,650 3,869 5,781 9,650 3,869 5,781 5881 SGVWC 6346F - Merrill Ave. 12,750 6,253 6,497 12,750 6,253 6,497 5883 SGVWC 6457F - Santa Ana Ave 101,899 41,529 60,370 101,899 41,529 60,370 5884 SGVWC 6398F - Miro Way 102,667 65,257 37,410 102,667 65,257 37,410 5885 SGVWC 9253L - Durfee Ave 18,204 4,878 13,327 18,204 4,878 13,327 5886 SGVWC 6431 F - Beech Ave 13,700 7,322 6,378 13,700 7,322 6,378 5887 WBMWD Anderson Pk 93,307 60,421 32,887 93,307 60,421 32,887 5888 SGVWC 9008L - Richwood Ave 26,244 12,696 13,548 26,244 12,696 13,548 5889 SGVWC 8973L - San Gabriel BI 18,750 7,139 11,611 18,750 7,139 11,611 5890 SGVWC 6399F Fontana Svcs 79,285 28,419 50,866 79,285 28,419 50,866 5892 SCI Oakdale 1,146,322 939,735 206,587 1,146,322 939,735 206,587 5893 SAWC - Campus Ave. 443,208 402,514 40,694 443,208 402,514 40,694 5894 SGVWC 6267F Sierra Ave. 677,218 292,471 384,747 677,218 292,471 384,747 5895 RH Oak Projects Storm Drain 49,760 20,158 29,602 49,760 20,158 29,602 5896 Chino Hills - Saddle Replacement 711,072 684,926 26,146 711,072 684,926 26,146 5897 C T & T 5,361 2,359 3,002 5,361 2,359 3,002 5898 ICCR Water/Sewer Project 1,700 0 1,700 1,700 0 1,700 See independent accountant's review report. N 00 T.E. ROBERTS, INC. SCHEDULE OF COMPLETED CONTRACTS For the Year Ended March 31, 2020 Total 33,314,783 22,730,285 10,584,497 17,913,735 10,698,707 7,215,029 See independent accountant's review report. Cumulative Recognized Through For the Year Ended March 31, 2020 March 31, 2020 Job Final Cost of Gross Cost of Gross No. Contract Description Contract Construc- Profit Revenue Construc- Profit Price tion (Loss) Earned tion (Loss) 5899 SGVWC 6323F Slover Avenue 122,820 127,494 (4,674) 122,820 127,494 (4,674) 5901 WBMWD ECLWRF Gravel Install 378,657 97,842 280,815 378,657 97,842 280,815 5902 APC - Channel Place SD Repair 181,767 128,942 52,825 181,767 128,942 52,825 5904 SGVWC 6119F Dianthus Ave 16,660 13,346 3,314 16,660 13,346 3,314 5906 GMC Eng. Del Amo Blvd. 11,049 6,002 5,047 11,049 6,002 5,047 5907 SCI Eternal Hills - Oceanside 180,000 64,059 115,941 180,000 64,059 115,941 5908 SGVWC 9260L North Rush St 24,600 9,224 15,376 24,600 9,224 15,376 5909 SGVWC 9238L Coast Drive 20,583 11,502 9,081 20,583 11,502 9,081 5910 SGVWC 9295L Garvey Avenue 16,483 3,800 12,683 16,483 3,800 12,683 5911 SGVWC 9261 L Santa Anita Ave 15,733 9,320 6,413 15,733 9,320 6,413 5912 SGVWC 9292L Peck Road 20,933 12,654 8,279 20,933 12,654 8,279 5913 SGVWC 6363F Randall Ave 23,750 13,195 10,555 23,750 13,195 10,555 5915 SGVWC 8555L Three Palms St 134,096 114,980 19,116 134,096 114,980 19,116 5918 Rose Hills - 6" VCP Pipe Burst 46,700 30,015 16,685 46,700 30,015 16,685 5919 SGVWC 6426F Newport Ave 14,900 6,883 8,017 14,900 6,883 8,017 5923 SGVWC 6374F Owen St 38,238 17,546 20,692 38,238 17,546 20,692 5926 SCI - Our Lady Queen of Peace 43,125 41,331 1,794 43,125 41,331 1,794 5927 SGVWC 9128L Broadway Ave 152,372 150,449 1,923 152,372 150,449 1,923 5939 PNG HDPE Project on Studebaker, LB 31,325 16,472 14,853 31,325 16,472 14,853 5940 SCI On -Call 11,056 8,367 2,689 11,056 8,367 2,689 Misc & small jobs 53,820 94,351 (40,532) 53,820 94,351 (40,532) Total 33,314,783 22,730,285 10,584,497 17,913,735 10,698,707 7,215,029 See independent accountant's review report. T.E. ROBERTS, INC. SCHEDULE OF ACCOUNTS RECEIVABLE March 31, 2020 Job Description Retention Current 1-30 31-60 61-9 > 90 Total 5260 RH Parks Maintenance Project 0.00 9,594.37 29,578.02 0.00 0.00 (759.10) 38,413.29 5588 Ontario On Call 0.00 38,231.46 26,681.80 0.00 0.00 (7,840.04) 57,073.22 5616 GSW Cypress 32631204 3,325.00 0.00 0.00 0.00 0.00 0.00 3,325.00 5745 Pacific Hydrotech Mid Basin 32,877.05 0.00 0.00 0.00 0.00 24,527.66 57,404.71 5757 Whittier On Call 0.00 0.00 11,286.03 0.00 0.00 0.00 11,286.03 5787 Bayside Village Marina - On -Call Services 0.00 3,937.68 0.00 0.00 0.00 0.00 3,937.68 5797 Castle Park Surface Restoration 0.00 2,554.04 0.00 0.00 0.00 0.00 2,554.04 5811 Newport Beach On -Call 0.00 592.56 0.00 117,182.18 0.00 0.00 117,774.74 5819 IEUA -RP-5 Recycled Water PL- Bottleneck Project 106,507.08 0.00 0.00 0.00 0.00 0.51 106,507.59 5830 Beaumont Brine Disposal Pipeline- Reach 2 Project 561,357.19 244,219.35 25.65 8.90 0.00 35.29 805,646.38 5845 GSW -Baseline Well #5 Drain Line 0.00 0.00 0.00 0.00 4,562.80 0.00 4,562.80 5858 SGVWC - On Call 0.00 0.00 8,257.81 0.00 0.00 5,068.99 13,326.80 5862 SGVWC 7733L San Gabriel Boulevard 0.00 0.00 450,000.00 0.00 0.00 0.00 450,000.00 5871 City of Glendora On -Call 0.00 0.00 0.00 113,481.28 0.00 0.00 113,481.28 5875 Newport Beach WTM Valve Replacement 41,144.92 0.00 0.00 0.00 0.00 382,358.06 423,502.98 5882 SA Emergency Sewer & Water System Repair Services 0.00 0.00 0.00 0.00 0.00 335,120.00 335,120.00 5892 SCI Oakdale Garden of Hope Tranquility 4 0.00 0.00 1,900.00 0.00 26,111.70 86,620.50 114,632.20 5893 SAWC - Campus Ave. Pipeline Project 0.00 0.00 0.00 197,591.94 24,561.65 0.00 222,153.59 5896 Chino Hills - Saddle Replacement Ph2 35,553.58 22,703.10 0.00 0.00 0.00 0.00 58,256.68 5900 Anaheim - Water Meter Vault Rehabilitation Project WO#22 8,958.63 21,681.37 148,532.50 0.00 0.00 0.00 179,172.50 5905 Riverside Mission Inn Rezoning Pipeline Project 65,556.25 120,253.85 0.00 0.00 0.00 0.00 185,810.10 5912 SGVWC 9292L Peck Road 0.00 0.00 0.00 0.00 0.00 1,900.00 1,900.00 5920 IRWD - Bonita Cyn Recycled Water Zone D to B Pressure Rec 7,379.25 140,205.75 0.00 0.00 0.00 0.00 147,585.00 5924 SGVWC 6373F Summit Avenue, Phase 1 0.00 0.00 222,459.00 0.00 0.00 0.00 222,459.00 5925 SCI Mission Hills - Hills of Moses PH5 (Job# 1790) 183,151.66 425,171.88 0.00 0.00 0.00 0.00 608,323.54 5929 Orange - 2018-19 Annual PL Renewal 8,002.55 152,048.45 0.00 0.00 0.00 0.00 160,051.00 5930 LBCWD - Fire Hydrant Replacement Project #WO 8220 4,786.50 90,943.50 0.00 0.00 0.00 0.00 95,730.00 5931 SGVWC 9170L Millet Avenue PL Improvement 0.00 0.00 274,510.38 0.00 0.00 0.00 274,510.38 5934 SGVWC 9190L Broadmead Street PL Improvement 0.00 0.00 180,000.00 0.00 0.00 0.00 180,000.00 5935 EVMWD - The Zone 1467 PHS WM Improvements 1,270.31 24,135.60 0.00 0.00 0.00 0.00 25,405.91 5939 PNG HDPE Project on Studebaker, LB 3,132.50 0.00 28,192.50 0.00 0.00 0.00 31,325.00 5943 Beaumont Oak Valley On -Call 0.00 343,027.28 0.00 0.00 0.00 0.00 343,027.28 5944 WBMWD - ECLWRF CCB Laydown Area Cleanup 0.00 22,150.00 0.00 0.00 0.00 0.00 22,150.00 Total: 1,063,002.47 1,661,450.24 1,381,423.69 428,264.30 55,236.15 827,031.87 5,416,408.72 See independent accountant's review report. 29 T.E. ROBERTS, INC. SCHEDULE OF ACCOUNTS PAYABLE As of March 31, 2020 Vendor# Description Current 1-30 31-60 61-90 > 90 Balance 5007 RoadSafe Traffic Systems inc 17,474.88 8,328.96 0.00 0.00 0.00 25,803.84 5022 Adams Pipeline Tapping 375.00 0.00 0.00 0.00 0.00 375.00 5023 Adkan Engineers 800.00 3,600.00 0.00 0.00 0.00 4,400.00 5033 Agua Mansa Properties, Inc 6,140.00 0.00 0.00 0.00 0.00 6,140.00 5050 All American Asphalt 127,282.57 0.00 2,096.34 0.00 0.00 129,378.91 5086 Arcadia Reclamation, Inc. 3,825.00 0.00 0.00 0.00 0.00 3,825.00 5095 Asphalt Zipper, Inc 122,822.75 0.00 0.00 0.00 0.00 122,822.75 5112 BC Traffic Specialist 2,644.93 1,480.59 0.00 0.00 0.00 4,125.52 5134 Burrtec Waste Industries, Inc. 357.67 0.00 0.00 0.00 0.00 357.67 5206 City Of Newport Beach 0.00 0.00 0.00 0.00 (668.88) (668.88) 5210 City Of Orange 179.43 0.00 0.00 0.00 0.00 179.43 5220 City Of Upland 161.10 161.10 0.00 0.00 0.00 322.20 5233 Coastline Equipment (303.19) 0.00 2,648.16 0.00 0.00 2,344.97 5236 Collins Trucking 94,184.00 52,399.50 0.00 0.00 0.00 146,583.50 5246 Contractors Retirement Plan 248,388.67 0.00 0.00 0.00 0.00 248,388.67 5255 County Of San Bernardino 12,079.14 0.00 0.00 0.00 0.00 12,079.14 5281 SC Fuels 22,346.95 0.00 0.00 0.00 0.00 22,346.95 5314 EBidBoard 1,412.00 0.00 0.00 0.00 0.00 1,412.00 5352 Ferguson Enterprises Inc. #1083 0.00 0.00 0.00 0.00 (30,523.87) (30,523.87) 5396 GeoLabs 9,565.50 1,339.50 0.00 0.00 0.00 10,905.00 5416 R and I Holdings, Inc. 609.74 757.90 0.00 0.00 0.00 1,367.64 5444 Holliday Rock 56,626.60 20,468.60 43,355.84 0.00 0.00 120,451.04 5469 J. K. Welding 26,209.50 0.00 0.00 0.00 0.00 26,209.50 5514 John Green Trucking 151,194.47 0.00 0.00 0.00 0.00 151,194.47 5563 County Sanitation Districts of LA C 0.00 0.00 0.00 0.00 (120.00) (120.00) 5643 Mission Paving & Sealing 109,543.77 0.00 0.00 0.00 0.00 109,543.77 5653 Morr-Is Tested Inc. 800.00 0.00 0.00 0.00 0.00 800.00 5679 Nixon -Egli Equipment Co. 3,756.99 0.00 0.00 0.00 0.00 3,756.99 5687 Olson Precast Company 21,340.00 43,535.00 0.00 0.00 0.00 64,875.00 5692 On Point Land Surveying, Inc 2,615.00 2,737.50 0.00 0.00 0.00 5,352.50 5693 Ontario Municipal Utilities Company 48.40 0.00 0.00 0.00 0.00 48.40 5702 Orange County Striping 4,606.21 0.00 0.00 0.00 0.00 4,606.21 5734 Peck Road Gravel 1,080.00 0.00 0.00 0.00 (2,950.00) (1,870.00) 5743 Pierce Chlorine 2,690.00 0.00 0.00 0.00 0.00 2,690.00 5746 Pitney Bowes 0.00 87.28 0.00 0.00 0.00 87.28 5764 Quill Corporation 793.95 56.01 0.00 0.00 0.00 849.96 5769 R.J. Noble Company 6,083.89 0.00 0.00 0.00 0.00 6,083.89 5780 RDO Equipment Co 8,605.74 302.64 0.00 0.00 0.00 8,908.38 5810 Robertson's Ready Mix 8,025.04 0.00 0.00 0.00 0.00 8,025.04 5819 S&J Supply Co., Inc 0.00 0.00 (1,758.40) 0.00 0.00 (1,758.40) 5858 So Cal Truck Tire Center, Inc. 11,851.32 0.00 0.00 0.00 0.00 11,851.32 5869 Southern California Edison 1,335.37 1,000.00 0.00 0.00 0.00 2,335.37 5905 Structures Unlimited 7,850.00 0.00 0.00 0.00 0.00 7,850.00 5910 Sunwest Bank -2001 Kat 5,000.00 0.00 0.00 0.00 0.00 5,000.00 5949 Traffic Loops Crackfilling, Inc. 9,100.00 0.00 0.00 0.00 0.00 9,100.00 5950 Traffic Solutions 4,318.96 0.00 0.00 0.00 0.00 4,318.96 5952 Trench Plate Rental Co. 26,535.18 0.00 0.00 0.00 0.00 26,535.18 See independent accountant's review report. 30 T.E. ROBERTS, INC. SCHEDULE OF ACCOUNTS PAYABLE As of March 31, 2020 Vendor# Description Current 1-30 31-60 61-90 > 90 Balance 5953 Trench Shoring Company 4,654.35 0.00 0.00 0.00 0.00 4,654.35 5955 Truesdail Laboratories, Inc 700.00 0.00 0.00 0.00 0.00 700.00 5966 United Rentals 3,448.04 6,258.08 45.85 0.00 0.00 9,751.97 5967 United Site Services 262.80 2,642.03 0.00 0.00 0.00 2,904.83 5982 Verizon Wireless 2,073.26 0.00 0.00 0.00 0.00 2,073.26 5993 Vulcan Materials 32,187.89 0.00 0.00 0.00 0.00 32,187.89 6000 Waste Management Co. 0.00 35,810.65 0.00 0.00 0.00 35,810.65 6008 United Water Works, Inc. 276,802.51 98,634.83 18,869.51 290.89 0.00 394,597.74 6013 West Coast Pipe 3,616.09 15,979.33 0.00 0.00 0.00 19,595.42 6020 Western Water Works 7,805.94 40,473.08 0.00 0.00 0.00 48,279.02 6048 Superior Pavement Markings 0.00 2,400.00 0.00 0.00 0.00 2,400.00 6049 Kellar Sweeping, Inc. 0.00 552.50 0.00 0.00 0.00 552.50 6055 Quick Solution Networks, Inc. 0.00 4,407.15 0.00 0.00 0.00 4,407.15 6069 Irvine Ranch Water District 700.00 0.00 0.00 0.00 875.00 1,575.00 6070 Keystone Pac. Property Management 625.32 0.00 0.00 0.00 0.00 625.32 6082 Pavement Recycling Systems 21,058.29 0.00 0.00 0.00 0.00 21,058.29 6089 Tony's Evo-Service 125.00 0.00 0.00 0.00 0.00 125.00 6114 Misc 0.00 112,083.76 0.00 0.00 0.00 112,083.76 6127 Hose -Man, Inc. 1,729.53 0.00 0.00 0.00 0.00 1,729.53 6133 Traffic Mgmt., Inc 603.75 0.00 0.00 0.00 0.00 603.75 6150 Ewles Materials 1,770.00 392.63 0.00 0.00 0.00 2,162.63 6154 Occupational Health Centers of CA 0.00 85.50 0.00 0.00 0.00 85.50 6161 LMN Inc. 2,400.00 0.00 0.00 0.00 0.00 2,400.00 6182 Quinn Company 8,657.83 0.00 0.00 0.00 0.00 8,657.83 6202 World Oil Environmental Svc. 65.00 0.00 0.00 0.00 0.00 65.00 6215 Southeast Construction Products 0.00 810.02 1,389.95 387.74 0.00 2,587.71 6236 TD Auto Finance 793.87 0.00 0.00 0.00 0.00 793.87 6244 Anytime Sweeping Services 1,600.00 0.00 0.00 0.00 0.00 1,600.00 6261 Orange County Winwater Co. 3,286.26 0.00 0.00 0.00 0.00 3,286.26 6292 Sunwest Bank -9701 Tam 7,000.00 0.00 0.00 0.00 0.00 7,000.00 6297 West Valley Water District 45.81 0.00 0.00 0.00 0.00 45.81 6314 EBS GEC/Concrete Inc. 5,994.50 0.00 0.00 0.00 0.00 5,994.50 6318 AGC of America, SD Chapter Inc. 37.50 0.00 0.00 0.00 0.00 37.50 6326 Caterpillar Financial Svc 1,864.17 0.00 0.00 0.00 0.00 1,864.17 6328 Ford Credit -1421 762.68 0.00 0.00 0.00 0.00 762.68 6357 All American Service & Supplies 619.10 0.00 0.00 0.00 0.00 619.10 6371 Sunbelt Rentals, Inc. 104.77 0.00 0.00 0.00 0.00 104.77 6384 Wells Fargo Auto -5986 1,528.16 0.00 0.00 0.00 0.00 1,528.16 6388 JPS Legal Video 3,015.00 1,520.00 0.00 0.00 0.00 4,535.00 6408 Connor Concrete Cutting 9,367.50 5,060.00 0.00 0.00 0.00 14,427.50 6426 Orange County Water District 500.00 0.00 0.00 0.00 0.00 500.00 6427 Ford Credit -0270 1,180.20 0.00 0.00 0.00 0.00 1,180.20 6446 Pokrajac Corporation 83,849.62 0.00 0.00 0.00 0.00 83,849.62 6468 John Deere -0585 9,083.13 0.00 0.00 0.00 0.00 9,083.13 6473 Guardian 2,881.14 0.00 0.00 0.00 0.00 2,881.14 6483 Superior Arc Welding 1,937.50 1,710.00 0.00 0.00 0.00 3,647.50 6484 Blue Shield of California 40,098.47 0.00 0.00 0.00 0.00 40,098.47 6502 Hydrotech Electric 3,000.00 0.00 0.00 0.00 0.00 3,000.00 See independent accountant's review report. 31 T.E. ROBERTS, INC. SCHEDULE OF ACCOUNTS PAYABLE As of March 31, 2020 Vendor# Description Current 1-30 31-60 61-90 > 90 Balance 6508 Riverside Public Utilities 632.40 0.00 0.00 0.00 (1,707.10) (1,074.70) 6519 O'Reilly Automotive 771.45 0.00 0.00 0.00 0.00 771.45 6530 D M Courville Trucking, Inc. 73,369.50 19,273.50 0.00 0.00 0.00 92,643.00 6555 Spectrum -Time Warner Cable 79.99 0.00 0.00 0.00 0.00 79.99 6582 Konica Minolta Business Solutions 305.82 0.00 0.00 0.00 0.00 305.82 6583 A -G Sod Farms Inc. 42,033.93 0.00 0.00 0.00 0.00 42,033.93 6587 Caterpillar Financial Svcs 2,067.48 0.00 0.00 0.00 0.00 2,067.48 6595 HUB International Insurance Service 0.00 6,667.00 0.00 0.00 0.00 6,667.00 6600 Ford Credit -6841 954.37 0.00 0.00 0.00 0.00 954.37 6609 Ford Credit -4294 1,738.65 0.00 0.00 0.00 0.00 1,738.65 6638 California Auger Boring Inc. 311,905.36 0.00 0.00 0.00 0.00 311,905.36 6639 United Fabrication Inc 522.59 0.00 0.00 0.00 0.00 522.59 6650 Advanced Workplace Strategies, Inc. 0.00 174.00 0.00 0.00 0.00 174.00 6675 Matich Corporation 7,168.17 67,038.92 0.00 0.00 0.00 74,207.09 6681 Rio Santiago, LLC 175.00 0.00 0.00 0.00 0.00 175.00 6698 Straightline Backflow Inc. 110.00 0.00 0.00 0.00 0.00 110.00 6705 National Coating and Lining Co. 2,512.14 0.00 0.00 0.00 0.00 2,512.14 6711 Sparkletts 0.00 42.30 0.00 0.00 0.00 42.30 6750 M. Valadez Trucking, Inc. 3,645.00 6,435.00 0.00 0.00 0.00 10,080.00 6754 Westrux International 44.92 0.00 0.00 0.00 0.00 44.92 6759 Ford Credit 1220 2,396.32 0.00 0.00 0.00 0.00 2,396.32 6777 Cleanation Commercial Services 0.00 520.00 0.00 0.00 0.00 520.00 6782 Ford Credit 9410 2,375.66 0.00 0.00 0.00 0.00 2,375.66 6805 Land Rover Financial Group -0308 2,429.90 0.00 0.00 0.00 0.00 2,429.90 6813 Cole Equipment, Inc. 1,637.01 3,227.17 0.00 0.00 0.00 4,864.18 6815 Summit Equipment Rentals 0.00 2,163.00 0.00 0.00 0.00 2,163.00 6822 James East Electrical 265.00 0.00 0.00 0.00 0.00 265.00 6823 Certified Testing Company 0.00 742.50 0.00 0.00 0.00 742.50 6824 Chris Gregory Concrete Pumping 0.00 300.00 0.00 0.00 0.00 300.00 6827 Calmex Engineering, Inc 0.00 0.00 6,900.00 0.00 0.00 6,900.00 6828 Ford Credit 5859 775.75 0.00 0.00 0.00 0.00 775.75 6832 Engelauf Construction Specialty Inc 1,130.00 0.00 0.00 0.00 0.00 1,130.00 6836 Brierley Associates Corporation 4,942.13 0.00 0.00 0.00 0.00 4,942.13 Totals: 2,152,180.05 571,657.53 73,547.25 678.63 (35,094.85) 2,762,968.61 See independent accountant's review report. 32 City of Newport Beach VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of qn I✓ ) Tmo1 h� rt s , being first duly sworn, deposes and says that he or she is Presidvnf' of -T.e Rc6erts.lnc 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 to of CaliforftiartKthe foregoing is true and correct. 7e F'obai-S" Inc ResldPnr Bidder Authorized Signatureffltle-rmfmy Ko*rts Subscribed and sworn to (or affirmed) before me on this Zl 6A'day of Sepkw 2020 by t5 proved to me on the basis of evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 0C(l�'- `" Notary Public Set ai�A-GV�eQ 19 My Commission Expires: 'x'72022 CALIFORNIA JURAT A notary public or other officer completing this certificate verifies only the identity of the indwfdual 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 of6LQ4e_ ) Subscribed and sworn to (or affirmed) before me on this 2,) 54" day of 20 by 1-I M 0 -i -h al 2 0 b -e K �S proved to me on the basis of satisfactory evidence to be the persons) who appeared before me. KIM E. NEWETT COMM. #2228431 z -•fp Notary Public •California o z Orange County M Comm. Expires Feb. 7, 2022 Signature (Seal) L Optional Information Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this jurat to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document This certificate is attached to a document titled/for the purpose of containing pages, and dated Method of Affiant Identification Proved to me on the basis of satisfactory evidence: Q form(s) of identification 0 credible witnesses) Notarial event is detailed in notaryjournal on: Page # Entry # Notary contact: Other ❑ Affiant(s)Thumbprint(s) ❑ Describe: 0 Copyright 2007-1017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Item Number 101884. Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 DESIGNATION OF SURETIES Bidder's name '11E. So beY15, IDL 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): pond �g co, Travelcrs COSUCOAY and Surety Cornaanv 909.612.3653 bne Tower Square kinvkFord_, CT Dbl $ 3 bwdir9A l NUCK AC*C Culbertson lnsunmce Services MLA-9y-o53o 5500E Santa Ana Cgnlon Foci a *201, hy)'1 elm, CP. 92801 Insuranc&c0� X13 InkernaiionaI 919-L23• IUNI Lt695 MacArthur Court, NfYvVW 5?,GCb,Ck 92660 411 City of Newport Beach VIA LIDO SQUID & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name T. E. F o b e n t s 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. 21 Current Record Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of contracts Li5 85 ,$ Sq 90 i5 9s-7 Total dollar Amount of Contracts (in 131�oc� s-i,31yoopu,�ib,000 wy�,000 is,soo,o� s,6ib,oco i1g 181,br0: Thousands of $ No. of fatalities o O O No. of lost Workday Cases O o t 2 I I S No. of lost workday cases involving permanent O p p O O p transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 21 Legal Business Name of Bidder T e . Rob<rts lnc. Business Address: gr)6 W. Ka+ella Avenue unit 6 orange «g2gb1 Business Tel. No.: 11y. 661 0012 State Contractor's License No. and Classification:bD3oog A-CseneralEngineeringC34I��l;ne Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of 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 ATTACHEDI 22 CALIFORNIA CERTIFICATE OF ACKNnwi Fnr.MFruT A notary public or other officer completing this certificate verifies only the identity of the indl idual 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 _Qr" ae ) On -2 '210W before me, _KIM F- Newe+t. Nota(-\/ Pubo(, (here insert name and Title of the officer) personally appeared rylp-t h r\ 1�be�fis who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature "-4j� ,tW KIM E. NEWETT COMM. #2228431 Z Z Notary Public -California A Orange County Comm. Ex fres Feb. 7, 2022 (Seal) Optional Information Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) Thle(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other. representing: Name(s) of Persons) or Entlty(ies) Signer is Represeming Method of Signer Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification Q credible witness(es) Notarial event is detailed in notaryjournal on: Page If Entry# Notary contact: ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) 0 Copyright 2007-2012 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name T E. IZo6erts In[ The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: m No. 23 City of Newport Beach VIA LIDO SQUID & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: T. E. 12obe r}s,. I hr . Business Address: Sob W. Ka}elta Avenue Unit 8, Orange CA 928101 Telephone and Fax Number: T 114 bb`I 00 12- F- -11y. 200 02y1 California State Contractor's License No. and Class: bo30p8 - t- Generalnainecy, 3y p;del ne (REQUIRED AT TIME OF AWARD) Original Date Issued: 9 /ILOOMO Expiration Date: Dol-obcr ?)I, 2p2.0 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: IIrn aoy( 3s-hrl 110heyZ on R -IS' -2,07-0 ,A RPlin W14iy.-b 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 llmoN R06e0s President Sob W. KMela MenUP, Unites 0ra•n�e CA'12Rb1 114.04.0012- IGrnberlee Koberts -treasurer 306 W. Katella Ayenu ,, unit 6 Ora nae4k qyM 1'4669-00712 Austin RoberAs Secretary Sob WKatella Avenue Unit [3 ranae� CA g2Rb1 114 bb9 Cb12 �r lasl�oberts vice vfesWent 306 W. Katella Avenue. Urns B Orgn e CA gVb1 11y by L"Yt RbeYts Vice President 3Ub W. Katella Avenue, Unit B, OYanye, eA 2sb� 114 619 ob-72 Corporation organized under the laws of the State of carifarnia 24 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: T. E. Cto%e�ts Inc 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; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. 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 lab compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Ye / No 25 Are any claims or actions unresolved or outstanding? Yes /!o / If yes to any of the above, explain. (Attach additional sheets, if necessary) +ed Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. (Print name'of Owner or President of'CoTorati«Jn/ "many) T t ' L_' " Bidder Authorized Sic _Pre SlraP.ni Title q,Zl-2oZC7 Date On 2il'%02f7 before me, Kam P, tt,1 -e-tE Notary Public, personally appeared who proved to me on the basis of satisfactory evi ence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), orthe 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 J M/1-- �-L/;A Q0 (SEAL) Notary Public in and for said State My Commission Expires: 2-1-%i�LSi 5_Ci ai*_& � 26 CALIFORNIA CERTIFICATF of ACKNnwI FnrM;:MT A notarypublic or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County ofDrm_g� ) On beforeme, Kim F- Newe+t, Notav-y PubtV, (here Insert name and title of the officer) 1 personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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 aGAM- L'z, dQVJft4 Et%',§RZ�,KIM E. NTTCOMM. #2228431 z i EWENotary Public • California 11 o Orange County Comm. Ex !res Feb. 7, 2622 (Seal) Optional Information Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner- Limited/General ❑ Trustee(s) ❑ Other: representing: Namefs) of Persons) or En[ily(ies7 Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: 0 form(s) of identification Cl crediblewitness(es) Notarial event is detailed in notaryjournal on: Page If Entry # Notary contact: Other ❑ Additional Signers) ❑ signer(s)Thumbprint(s) 0 copyright 2007-2017 Notary Rotary, PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 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. 27 VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT CONTRACT NO. 7645-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 13th day of October, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and T.E. Roberts, Inc., a California corporation ("Contractor"), whose address is 306 W Katella Avenue, Unit B, Orange, California 92867, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this Contract includes: abandonment of existing 6 - inch distribution main; construction of 6 -inch, 8 -inch, and 10 -inch valves; construction of 8 -inch distribution main including all appurtenances, fittings, services and connections to the existing water system; replacement of 12 -inch distribution main; replacement of laterals beyond curb return; and replacement of service laterals and meter boxes. The work involves open -cut method to install C- 900 PVC DR 14 water distribution pipe, fittings, and high—lining, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents, as defined herein (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7645-2, 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 Three Million Seven Hundred Eighty Seven Thousand Four Hundred One Dollars and 00/100 ($3,787,401.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Justin Roberts to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. T.E. Roberts, Inc. Page 2 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director 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: T.E. Roberts, Inc. Page 3 Attention: Timothy Roberts T.E. Roberts, Inc. 306 W. Katella Avenue, Unit B Orange, CA 92867 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy 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. IIL�1l�d� • : _ • . 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. T.E. Roberts, Inc. Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 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 T.E. Roberts, Inc. Page 5 City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees, volunteers and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 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. T.E. Roberts, Inc. Page 6 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., 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. T.E. Roberts, Inc. Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 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. T.E. Roberts, Inc. Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] T.E. Roberts, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: I o%s/ 2-o?o By: ' Aaron C. Harp CA"^ ►alcor G City Attorney Date: EST: /O 09kk j BrownLeilani 1. City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: ��,✓I �?. &_ By: "irers/ .��, ,t•�1� Will O'Neill Mayor CONTRACTOR: T.E. Roberts, Inc., a California corporation Date: By: Signed in Counterpart Timothy Roberts President Date: By: Signed in Counterpart Justin Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements T.E. Roberts, Inc. Page 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: Ick/$ /'IO 2p By: J.,& 4" A, Aaron C. Harp AM lol(yCjto City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: T.E. Roberts, Inc., a California corporation Date: 10 - ZI.2o 2-0 By: y Timothy Roberts President Date: 10-V - 20 Zp By: J in Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements T.E. Roberts, Inc. Page 10 EXECUTED .IN TWO COUNTERPARTS EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 1071 S 1260 LABOR AND MATERIALS PAYMENT BOND BOND# 107318640 PREMIUM: INCLUDED IN PERFORMANCE BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this Contract including: abandonment of existing 6 -inch distribution main; construction of 6 -inch, 8 -inch, and 10 -inch valves; construction of 8 -inch distribution main including all appurtenances, fittings, services and connections to the existing water system; replacement of 12 -inch distribution main; replacement of laterals beyond curb return; and replacement of service laterals and meter boxes. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, and high—lining, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Seven Hundred Eighty Seven Thousand Four Hundred One Dollars and 00/100 ($3,787,401.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the T.E. Roberts, Inc. Page A-1 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 16TH day of OCTOBER , 20 20 . 7 T.E. ROBERTS, INC. t QrewCy+ Name of Contractor (Principal) Au t riz Signature/Title Timothy R-nbCvts TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety Aut orize A t ignature ONE TOWER SQUARE HARTFORD, CT 06183 CHARLES L. FLAKE,ATTORNEY—IN—FACT Address of Surety Print Name and Title (909) 612-3675 Telephone - APPROVED AS TO FORM: - -_ CITY ATTORNEY'S OFFICE Date: tOIz7/%oz By: dy- '�L -�Y- Aaron C. Harp w" `%Itis x City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR = AND SURETY MUST BE ATTACHED T.E. Roberts, Inc. Page A-2 UT4:4►I TAIRXEMiiiQM 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'^- f1 4e, ss. On Q ( IXi✓ 21 20 20 before me, k.l m E N e w in--v- Notary Public, personally appeared '-1rAf)-fh4 �Zpb{�-'t'S who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. I js� ature KIM E. NEWETT COMM. #2228431 z o Notary Public - California p Z Orange County M Comm. Expires Feb. 7, 2022 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. Roberts, Inc. Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 10/16/2020 before me, Erin Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) ERIN SNERWOOD acted, executed the instrument. - COMM. #2292388 co +� NOTARY PUBLIC - CALIFORNIA I certify under PENALTY OF PERJURY under the laws of N ORANGE COUNTY the State of California that the foregoing paragraph is true MY COMM. E%PIREB JULY 86, 28f3 and correct. Witness my hand and officials I. Signature �i� Ate✓ c�--/ , Place Notary Seal Above Signnure of Notary Public Erin herwood OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document the form to document. and could prevent fraudulent removal and reattachment of another Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capai ity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee • ❑ Trustee ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator ❑ Other: ❑ Other: 77- Signer is Representing: Signer is Representing: Travelers Casualty and Surety Company of America A11111111k Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE of Anaheim California , their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporale seals to be hereto affixed, this 3rd day of February, 2017. 400— 1 .6e"` xe A �yrrE Stale of Connecticut City of Hartford ss. By:g--� Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Madne Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. r,1R My Commission expires the 30th day of June, 2021=- C * rryeLp • Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surely Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 16th day of October , 20M _. �1 • fs,s� G✓ J' Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please callus at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. - EXECUTED IN TWO COUNTERPARTS EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 107151260 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 299176 BOND# 107313640 PREMIUM: $299176 being at the rate of $ 10.60/$7.40/$7.05 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to T.E. Roberts, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this Contract including: abandonment of existing 6 -inch distribution main; construction of 6 -inch, 8 -inch, and 10 -inch valves; construction of 8 -inch distribution main including all appurtenances, fittings, services and connections to the existing water system; replacement of 12 -inch distribution main; replacement of laterals beyond curb return; and replacement of service laterals and meter boxes. The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, and high—lining, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Seven Hundred Eighty Seven Thousand Four Hundred One Dollars and 00/100 ($3,787,401.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. 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. T.E. Roberts, Inc. Page B-1 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 16TH day of OCTOBER 2020 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 101171202.0 CHARLES L. FLAKE. ATTORNEY-IN-FACT Print Name and Title Z By: (Ai� 'p -A FX( Aaron C. Harp y`��0 City Attorney NOTARY ACKNOWLEDGMENTS OF - CONTRACTOR AND SURETY MUST BE ATTACHED T.E. Roberts, Inc. Page B-2 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 Or A r1 e- }ss. On 0 O y , 20 149 before me, Klyn Wew 04 - Notary Public, personally appeared Tim okh.c R.0lae,r3 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KIM E. NEWETT WITNESS my hand and official seal. COMM. #2 31 o Notary PubIle •California Z Orange County M Comm. Ex Ires Feb. 7, 2022 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T.E. Roberts, Inc. Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On 10/16/2020 before me, Erin Sherwood Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Charles L. Flake Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the _ e ERIN SHERWOOD 1 person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. COMM. tk2292388 N a NOTARY PUBLIC -CALIFORNIA rn oRANOEcoulvTr I certify under PENALTY OF PERJURY under the laws of MY CDMM. EXPIRES JULY OQ 2023 the State of California that the foregoing paragraph is true and correct. Witness my hand and offici Signature (7� Place Notary Seal Above Signature of Notary Public Enn brierwooa OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document fraudulent the form to another document. and could prevent removal and reattachment of Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee • ❑ Trustee • ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Travelers Casualty and Surety Company of America AAk Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies'j, and that the Companies do hereby make, constitute and appoint CHARLES L FLAKE of Anaheim California , their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. rums%�t w"�0sra , �' cmxur� r� State of Connecticut City of Hartford as. Ur Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021j�pTAe�y mom• C This Pourer of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal wth the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 16th day of October 12020 - - `- - ------------ rtr 1P E�>� r Kevin E. Hughes; Asgi tant-Saaatary ro verify the authenticity of this Power of Attorney, please callus at Z-800-021-3880. _ - Please refer to the above-named Attomey-in-fact and Me detai/s of the bond to wh/ch the power iy adoched.- - - - EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two T.E. Roberts, 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. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. T.E. Roberts, Inc. Page C-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. T.E. Roberts, Inc. Page C-3 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. 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. T.E. Roberts, Inc. Page C-4 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. T.E. Roberts, Inc. Page C-5 Reyes, Raymund From: Customer Service < customerservice@ebix.com > Sent: Friday, October 23, 2020 5:51 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number FV00000300 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV00000300 T.E. Roberts, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. City of Newport Beach VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT Contract No. 7645-2 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. 7645-2 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: qT. E Roberta, Inc Date der '(�t�lbb�0072 F -11q-200 02y1 �� o; � ,Pre5lclPr�t Bidder's Telephone and Fax Numbers Bidder's Authorized Signature and Title 60 00 A e in ern C-!L40ne aob W. Katella Avenue aNt . 13,Lrarla_ e C� A X286 j Bidder's License No(s Bidder's Address and Classification(s) 1000000290 DIR Registration Number Bidder's email address: JPbgrts @ +erObeY+s.GDm PR -1 City of Newport Beach Page 1 VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT (7645-2), bidding on September 22, 2020 10:00 AM (Pacific) Printed 09/22/2020 Bid Results Bidder Details Vendor Name TE Roberts Inc. Address 306 W. Katella Avenue Unit B Orange, CA 92867 United States Respondee Brian Wagner Respondee Title Estimator Phone 714-669-0072 Ext. Email estimating@teroberts.com Vendor Type DGS,CADIR License # 603008 CADIR 1000000280 Bid Detail Bid Format Electronic Submitted September 22, 2020 9:32:55 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 228420 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type TE Roberts Via Lido WM bid docs NB LIDO BID 09222020.pdf General Attachment TE Roberts Bid Bond NB LIDO BID BOND 09222020.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment BASE BID ITEMS (AWARD TO BE BASED ON LOWEST TOTAL BID, WHICH SHALL BE BASE BID PLUS WATER MAIN IMPROVEMENTS.) 1 Mobilization & Demobilization Lump Sum 1 $29,000.00 $29,000.00 2 Traffic Control Lump Sum 1 $28,000.00 $28,000.00 3 Excavation Safety Lump Sum 1 $9,600.00 $9,600.00 4 Traffic Striping Lump Sum 1 $25,000.00 $25,000.00 5 Surveying Services Lump Sum 1 $20,000.00 $20,000.00 PlanetBids, Inc. City of Newport Beach Page 2 VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT (7645-2), bidding on September 22, 2020 10:00 AM (Pacific) Printed 09/22/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Provide As -Built Plans Lump Sum 1 $5,000.00 $5,000.00 7 PRovide Allowance for Private Property Restoration Lump Sum 1 $100,000.00 $100,000.00 Subtotal $216,600.00 WATER MAIN IMPROVEMENTS (AWARD TO BE BASED ON LOWEST TOTAL BID, WHICH SHALL BE BASE BID PLUS WATER MAIN IMPROVEMENTS.) 8 Construct 4 -inch PVC Pipe LF 375 $135.00 $50,625.00 9 Construct 6 -inch PVC Pipe LF 1300 $110.00 $143,000.00 10 Construct 8 -inch PVC Pipe LF 11000 $82.00 $902,000.00 11 Construct 10 -inch PVC Pipe LF 25 $280.00 $7,000.00 12 Construct 12 -inch PVC Pipe LF 365 $165.00 $60,225.00 13 Construct 6 -inch DI RW Gate Valve EA 73 $1,600.00 $116,800.00 14 Construct 8 -inch DI RW Gate Valve EA 23 $2,000.00 $46,000.00 15 Construct 12 -inch DI RW Gate Valve EA 2 $3,500.00 $7,000.00 16 Furnish and Install 8 -inch Cut -in Valve w/ Pipe & Fittings EA 2 $6,600.00 $13,200.00 17 Furnish and Install 10 -inch Cut -in Valve w/ Pipe & Fittings EA 1 $10,200.00 $10,200.00 18 Install 1 -inch Water Service Connection EA 260 $2,400.00 $624,000.00 19 Install 2 -inch Water Service Connection EA 30 $3,900.00 $117,000.00 20 Cut and Plug Existing Water Main and Abandon in Place EA 180 $1,200.00 $216,000.00 PlanetBids, Inc. City of Newport Beach Page 3 VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT (7645-2), bidding on September 22, 2020 10:00 AM (Pacific) Printed 09/22/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 21 Connect to Existing Water Main EA 58 $5,200.00 $301,600.00 22 Abandon in Place Existing Water Main Lump Sum 1 $100,000.00 $100,000.00 23 Remove Existing AC Pipe (4 -inch to 12 -inch) LF 300 $105.00 $31,500.00 24 Remove Existing Pipe (4 -inch to 12 -inch) LF 1500 $48.00 $72,000.00 25 Construct 6 -Inch Fire Hydrant Assembly EA 28 $5,000.00 $140,000.00 26 Temporary Water Main Bypass and Service Connections Lump Sum 1 $1.00 $1.00 27 Pressure Test, Disinfect and Flush New Water Mains Lump Sum 1 $25,000.00 $25,000.00 28 Pothole Crossing Utilities Lump Sum 1 $170,000.00 $170,000.00 29 Remove and Construct P.C.C. Street Pavement SF 2000 $1.00 $2,000.00 30 Repair Cross Gutter, Sidewalk, Driveway, Curb and Gutter Lump Sum 1 $22,000.00 $22,000.00 31 Base Pave Flush w/ Asphalt Concrete TN 1550 $183.00 $283,650.00 32 Grind AC and Place Final Asphalt Pavement Overlay SF 55000 $2.00 $110,000.00 Subtotal $3,570,801.00 Total $3,787,401.00 Subcontractors Name & Address Description License Num CADIR Amount Type Superior Pavement Markings Striping 776306 1000001476 $15,000.00 5312 Cypress Street Cypress, CA 90630 United States All American Asphalt Grind and cap 267073 1000001051 $97,900.00 400 E. Sixth Street Corona, CA 92878 United States On Point Land Surveying Inc. Surveying 8133 1000003100 $10,800.00 1910 Orange Tree Lane Redlands, CA 92374 United States PlanetBids, Inc. Page 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT CONTRACT NO 7645-2 DATE: September 10, 2020 BY:f��/L( TO: ALLPLANHOLDERS City Engineer The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. NOTICE INVITING BIDS Change bid opening to 10:00 AM on September 22, 2020. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. T.C. F\o6e VtS lnc. _ Bidder's Name (Please Print) q - 22-2o2fl �D � , Presidzrifi Authorized Signature & TitleTimotay Robots CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT PROJECT NO. 20W12 CONTRACT NO. 7645-2 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 4-1.3 Inspection and Testing 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 5-7 ADJUSTMENTS TO GRADE 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 5 5 5 5 5 6 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 8 6-9 LIQUIDATED DAMAGES 8 6-11 SEQUENCE OF CONSTRUCTION 8 6-11.1 Schedule Constraints 8 6-11.2 Sequence of Construction 8 6-11.3 Isolation of Existing Water Mains 9 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 9 7-1.2 Temporary Utility Services 9 7-2 LABOR 10 7-2.2 Prevailing Wages 10 7-5 PERMITS 10 7-7 COOPERATION AND COLLATERAL WORK 11 7-8 WORK SITE MAINTENANCE 11 7-8.1 Cleanup and Dust Control 11 7-8.4 Storage of Equipment and Materials 11 7-8.4.2 Storage in Public Streets 11 7-8.4.3 Storage of Equipment and Materials in Public Streets 12 7-8.4 Temporary Light, Power and Water 12 7-8.5 Sanitary Sewers 12 7-8.5.2 Sewage Bypass and Pumping Plan 12 7-8.6 Water Pollution Control 13 7-8.6.2 Best Management Practices (BMPs) 13 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 13 7-8.6.4 Dewatering 14 7-10 SAFETY 16 7-10.1 Traffic and Access 16 7-10.2 Street Closures, Detours and Barricades 16 7-10.3 Haul Routes 17 7-10.4 Safety 17 7-10.4.1 Work Site Safety 18 7-10.5 Security and Protective Devices 18 7-10.5.3 Steel Plate Covers 18 7-10.6 Notices to Residents and Businesses 19 7-10.7 Street Sweeping Signs and Parking Meters 19 7-10.8 Temporary Parking Permits 19 7-15 CONTRACTOR'S LICENCES 20 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 20 7-17 TEMPORARY WATER MAIN BY-PASS 20 7-17.1 General 20 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 21 7-18.1 General 21 SECTION 9 - MEASUREMENT AND PAYMENT 22 9-2 LUMP SUM WORK 22 9-3 PAYMENT 22 9-3.1 General 22 9-3.2 Partial and Final Payment. 26 PART 2 - CONSTRUCTION MATERIALS 27 SECTION 200 — ROCK MATERIALS 27 200-2 UNTREATED BASE MATERIALS 27 200-2.1 General 27 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 201-1.1.3 Concrete Specified by Special Exposure 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel SECTION 203 — BITUMINOUS MATERIALS 203-5 SLURRY SEAL 203-5.1 General 203-5.4 Emulsion -Aggregate Slurry (EAS) 203-5.4.1 General 203-5.4.2 Materials 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6.4.3 Composition of Grading 203-6.5 Type III Asphalt Concrete Mixtures 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading SECTION 209 — PRESSURE PIPE 209-1 IRON PIPE AND FITTINGS 209-1.1 Ductile Iron Pipe 209-1.1.2 Materials 209-4 PVC PRESSURE PIPE 209-4.1 General 209-8 TEMPORARY WATER MAIN BY-PASS (HIGHLINE) PRESSURE PIPE 209-8.1 General 209-9 PIPE APPURTENANCES 209-9.1 General 209-9.2 Valve Boxes 209-9.3 Sleeve -Type Couplings 209-9.4 Nuts and Bolts SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES 212-5 VALVES 212-5.1 Resilient Wedge Gate Valves 212-5.1.1 General 27 27 27 27 27 27 27 27 27 27 27 28 28 28 28 28 28 28 28 28 29 29 29 29 29 29 31 31 31 31 32 32 32 32 32 32 32 SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 33 214-4 PAINT FOR STRIPING AND MARKINGS 33 214-4.1 General 33 214-5 REFLECTIVE PAVEMENT MARKERS 33 214-6 PAVEMENT MARKERS 34 214-6.3 Non -Reflective Pavement Markers 34 214-6.3.1 General 34 214-6.4 Retroreflective Pavement Markers 34 214-6.4.1 General 34 SECTION 215 - TRAFFIC SIGNS 34 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 35 300-1.3.2 Requirements 35 300-1.3.3 Solid Waste Diversion 35 SECTION 302 - ROADWAY SURFACING 36 302-4 SLURRY SEAL SURFACING 36 302-4.8 Spreading and Application 36 302-4.9 Field Sampling and Testing 36 302-5 ASPHALT CONCRETE PAVEMENT 36 302-5.1 General 36 302-5.4 Track Coat 36 302-5.8 Manholes (and Other Structures) 37 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 37 302-6.6 Curing 37 302-6.7 Traffic and Use Provisions 37 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 37 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND APPURTENANCES DRIVEWAYS 37 303-5.1 Requirements 37 303-5.1.1 General 37 303-5.4 Joints 38 303-5.4.1 General 38 303-5.5 Finishing 38 303-5.5.1 General 38 303-5.5.2 Curb 38 303-5.5.4 Gutter 38 303-7 COLORED CONCRETE 38 303-7.1 General 38 SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 38 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES 38 306-2.7 Shutdowns of Existing Pipelines 39 306-2.7.3 Temporary Bypasses 39 306-3 TRENCH EXCAVATION 39 306-3.1 General 39 306-3.2 Removal and Replacement of Surface Improvement 40 306-3.3 Removal and Abandonment of Existing Conduits and Structures 40 306-3.3.1 Abandoned Water Mains 40 306-3.3.1 Removal of A.C. Pipe and Fittings 40 306-3.5 Maximum Length of Open Trench 41 306-5 DEWATERING 41 306-6 BEDDING 42 306-6.1 General 42 306-8 PREFABRICATED PRESSURE PIPE 42 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning 42 SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 43 307-17 TRAFFIC SIGNAL CONSTRUCTION 43 307-17.7 Vehicle Detectors 43 307-17.7.3 Inductive Loop Detectors 43 SECTION 308 — LANDSCAPE AND IRRIGATION INSTALLATION 43 308-1 General 43 SECTION 310 — PAINTING 44 310-5 PAINTING VARIOUS SURFACES 44 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 44 310-5.6.6 Preparation of Existing Surfaces 44 310-5.6.7 Layout, Alignment, and Spotting 44 310-5.6.8 Application of Paint 45 310-5.6.11 Pavement Markers 45 SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL 46 312-1 PLACEMENT 46 SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 46 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 46 314-2.1 General 46 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 46 314-4.1 General 46 314-4.2 Control of Alignment and Layout 46 314-4.2.1 General 46 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 47 314-4.4.1 General 47 314-4.4.2 Surface Preparation 47 314-5 PAVEMENT MARKERS 47 314-5.1 General 47 SECTION 315 - TRAFFIC SIGN INSTALLATION PART 4 — EXISTING IMPROVEMENTS 48 E1.1 SECTION 400 — ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 48 400-2 UNTREATED BASE MATERIALS 48 400-2.1 General 48 400-2.1.1 Requirements 48 PART 6 — TEMPORARY TRAFFIC CONTROL 48 SECTION 600 - ACCESS 48 600-1 GENERAL 48 600-2 VEHICULAR ACCESS 49 600-3 PEDESTRIAN ACCESS 49 SECTION 601— WORK AREA TRAFFIC CONTROL 50 601-1 GENERAL 50 601-2 TRAFFIC CONTROL PLAN (TCP) 50 PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 51 SECTION 701— CONSTRUCTION 51 701-17 TRAFFIC SIGNAL CONSTRUCTION 51 701-17.6 Detectors 51 701-17.6.3 Inductive Loop Detectors 51 IV] PART 8 -LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIALS 800-1.1 Topsoil 800-1.1.1 General SECTION 801 - INSTALLATION 801-1 GENERAL 801-6 MAINTENANCE AND PLANT ESTABLISHMENT [VI] 52 52 52 52 52 52 52 53 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT PROJECT NO. 20W12 CONTRACT NO. 7645-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W -5386-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 online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Design Engineer — HDR Inc. 3230 EI Camino Real, Suite 200 Irvine, CA 92602-1377 (714) 730-2300; (714) 730-2301 Fax [1] 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 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. 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 includes: • Abandonment of existing 6 -inch distribution main; • Construction of 6 -inch, 8 -inch, and 10 -inch valves; • Construction of 8 -inch distribution main including all appurtenances, fittings, services and connections to the existing water system. • Replacement of 12 -inch distribution main • Replacement of laterals beyond curb return • Replacement of service laterals and meter boxes The work involves open -cut method to install C-900 PVC DR 14 water distribution pipe, fittings, and high —lining, isolation valves, service reconnections, pavement restoration and appurtenant work as required by the Contract Documents. 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor 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. [2] The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Guida Surveying Inc. and can be contacted at (949) 777-2000. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 - hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (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 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. [3] 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 in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. 4-1.3 Inspection and Testing Add Section 4-1.3.4 Inspection and Testing 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. [4] 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 sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide [5] 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. 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 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 205 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the [6] availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. (Optional Night Work Alternative) 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 8:00 p.m. to 5:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. (List potential night work locations.) The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 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. [7] 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three 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. 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 Schedule Constraints The Contractor will only be allowed to perform the potholing within the time restrictions provided by the City (assumed to be between 9:00 a.m. to 2:00 p.m. Monday through Thursday). During these work hours, the Contractor shall maintain a minimum of one lane in each direction. The Contractor shall notify the Engineer two weeks prior to performing this work and the anticipated duration of the work. 6-11.2 Sequence of Construction The proposed water main replacements will need to be sequenced in order to maintain water service to the project area and minimize impacts to the residents. The [8] sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and/or shut downs of existing water mains. The Contractor shall use the following guidelines to develop their sequencing plan. The sequencing plan shall be approved by the City prior to commencement of construction. Construction sequencing guidelines include: 1. Isolate the existing water mains per section 6-11.3. 2. Cut and cap existing water main on the outside of new water main loop. 3. No more than two fire hydrants may be out of service at any one time. 4. New piping must be tested and placed in service at a maximum of every 1,000 feet of installed pipe. 6-11.3 Isolation of Existing Water Mains The valve closures required to isolate the existing water mains for the proposed connections shall only be performed by the City. Existing valves do not provide a complete seal and nuisance water should be expected at connections to existing piping in amounts up to 500 gpm. The Contractor shall maintain the supply of water to the customers at all times except for the time to make the necessary connections to the water mains or connections to the existing water meters. These shutdowns will occur at an agreed upon time. A maximum of a four-hour shut down of water facilities will be allowed during the daytime hours of 10:00 a.m. to 2:00 p.m. or a maximum of a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. Shutdowns to restaurants or hotels are limited to a maximum of a four-hour shut down between the hours of 2:00 to 6:00 a.m. The Contractor shall maintain adequate fire protection at all times during the construction of the project. It is the Contractor's responsibility to provide advance notification to and coordinate the construction with the local fire department. Several of the connections will require the shutdown of existing water mains outside of the limits shown on the construction plans. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter 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. 191 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. 7-5 PERMITS Delete the first sentence and add the following to the end of this section: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of the work. All groundwater, pipeline dewatering and flushing shall be discharged to the nearest sewer facility. The Contractor will not be allowed to discharge any groundwater, pipeline dewatering or flushing to any storm drain facility or discharge it to the ocean. The Contractor will be required to apply for a Special Purpose Discharge Permit from the OCSD for discharging of all groundwater, pipeline dewatering and flushing to the nearest sewer facility. A copy of the Application Form, Certification of Accuracy of Information, Sewer Connection Verification Statement, Certification of Responsible Officer and Option to Designate Signatory are attached as Appendix A. The Contractor will need to obtain this permit and comply with all of its requirements in order to discharge to the nearest sewer facilities. The permit fee is $2,365.58 and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. The Contractor will be required to analyze a representative sample of the groundwater to be dewatered by the Project, for Total Toxic Organics (TTO's), Volatile Organic Compounds, Selenium, Heavy Metals, Arsenic, and Total Dissolved Solids (as a minimum). In cases where chlorine addition is used for disinfection, the Contractor shall also monitor for chlorine. The Contractor will be required to install and maintain a desilting tank for settling and removal of solids in the groundwater before discharge to the sewer mains. Contractor will be required to install a flow meter on the discharge line from the desilting tank. The meter shall have a known accuracy of ±5%, and upon commencement of construction dewatering, the Contractor must report volume totals to OCSD on a weekly basis. A sample port with valve assembly shall be installed on the discharge line from the desilting tank, and in an accessible location for subsequent sampling by both the Contractor and OCSD. The Contractor will be prohibited from discharging during a rain/storm event. [10] The Contractor shall conduct monitoring of the groundwater discharge as specified for the purpose of determining the status of compliance and suitability for discharge. For the purpose of monitoring the groundwater discharge associated with the Project, the Contractor shall collect grab samples from the desilting effluent discharge within the first week upon commencement of the discharge, and lastly, approximately one month before project shutdown. The constituents to be analyzed will include heavy metals (chrome, copper, nickel, zinc), plus arsenic and selenium (by EPA method 60106), total suspended solids, and total toxic organics (by EPA method 624). Copies of all sampling results/lab reports must be submitted to OCSD within 15 days of the sampling date. The project site is less than 1 acre, therefore, the preparation of a SWPPP is not required. The statewide general NPDES permit does not apply either to this project. 7-7 COOPERATION AND COLLATERAL WORK Add to this section: 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 7-8.1 Cleanup and Dust Control Except for asphaltic concrete wearing surfaces and planted areas, the Contractor, upon completion of the work, shall completely remove all painted markings that were made within and about the construction limits, as required by the work. The cleaned surfaces shall have the same texture and color as adjacent unpainted surfaces. The cost for this portion of work is considered incidental to the work and no additional compensation will be made therefore. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.4 Temporary Light, Power and Water The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use City water, he shall arrange for a meter, and tender a $750 meter deposit with the City. Upon return of the meter to the City, in good condition, the deposit will be returned to the Contractor, less a quantity charge for construction water usage. City shall designate to Contractor the location of the fire hydrant or other connection acceptable for withdrawal of construction and temporary water. City reserves the right to limit the location, times and rates of withdrawal of such water. 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 1 foot above the crown of the incoming sewer pipe. Plans for bypassing shall be submitted by the Contractor to the [12] 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. 7-8.6 Water Pollution Control Add to this section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 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. (Section 7-8.6.3 is optional and should be included only if a SWPPP is required when disturbing more than 1.0 ac.) 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Contactor shall retain a Qualified SWPPP Developer (QSD) to prepare a SWPPP for the project. The contractor shall implement and maintain the requirements of the [13] SWPPP, including all required BMPs during all phases of the work. The implementation of the SWPPP shall be performed by a Qualified SWPPP Practitioner (QSP) to be retained by the Contractor. SWPPP implementation shall be subject to inspection by the City and any identified deficiencies shall be corrected by the Contractor at the Contractor's expense. The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the Contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall include two (2) hard copies and one (1) Adobe Acrobat "pdf' copy. The SWPPP must be kept at the construction site during construction and also be available for review when requested by the Regional Water Quality Control Board (RWQCB) or the City. Contractor is not responsible for filing a Notice of Intent (NOI) for permit coverage or a Notice of Termination (NOT) at project end. City will file the NOI and NOT through the State Water Resources Control Board (SWRCB) SMARTS system. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the City throughout the duration of the project for the City's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the City incurs any administrative civil liability (fine) imposed by the RWQCB as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may withhold from payments otherwise due the Contractor a sufficient amount to cover the fine. 7-8.6.4 Dewatering Groundwater will be encountered during the excavation of the project. The Contractor will be responsible for providing, installing, maintaining and operating a well point dewatering system in the project area if groundwater is encountered. The Contractor shall demonstrate past experience with well point dewatering systems and their in- house capabilities or list a dewatering sub -contractor who will perform these services. The Contractor's dewatering operations shall conform with all requirements of the OCSD's Special Purpose Discharge Permit. See Section 7-5, as amended, for specific requirements. The elevation of free groundwater may vary depending on tides. Based on previous experience with construction in the area, it was determined that groundwater was entering the trench every time the contractor encountered a cross utility. The existing utility trench was acting as a french drain. For bidding purposes, the [14] Contractor shall assume that free groundwater will be encountered at all excavations over three feet of cover. The Contractor shall provide and maintain, at all times during construction, ample means and devices to promptly remove and properly dispose of all water from any source, including groundwater, and water migrating through the bedding of existing sewers or storm drains or other existing utilities, entering the excavations. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Lineal Foot Price for Project Water Main Pipe and no additional compensation will be allowed therefor. The Contractor shall confirm that the receiving sewer system has the capacity to take the estimated flows during dry and wet weather conditions and whether or not the water quality is acceptable and will not cause any permit violations. The following discharges are prohibited: oil, grease, fuel, sludge, trash, chemicals, and any other items which would adversely affect water quality. Water shall not be discharged into OCSD sewer facilities during a wet -weather storm event. For all dewatering operations, each disposal point shall have a calibrated, non- resettable totalizing effluent flow meter with a flow accuracy of plus or minus 5 percent to track the dewatering discharges. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Also, an accessible sample collection point shall be provided immediately upstream of all points of discharge. The Contractor shall provide OCSD's Source Control staff and Engineer unrestricted access to the facility and site to inspect, monitor, or verify compliance with OCSD's Permit requirements. All dewatering operations require the use of a desilting tank with a stainless steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air -tight covers so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than 5 minutes detention time and have a "flow-through" velocity not exceeding 0.2 foot per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow-through limitations specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system. All dewatering operations with detectable levels of TTO's, or evidence of TTO's in the extraction zone, or significant amounts of volatile organics, may require the use of [15] granular activated carbon (GAC) filters in lead -lag arrangement or other suitable technology to meet OCSD's TTO limit of 0.58 mg/L and mitigate an Lower Explosion Limit (LEL) event. Note that additional particle filtration is typically provided upstream of the GAC filters to prevent fouling and to extend the life of the carbon. The GAC filters shall be equipped with a stainless steel sampling port and a drip container on the final stage discharge outlet so that the Engineer may collect periodic dewatering samples. Additionally, the GAC filters shall be air -tight so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for carbon change out or other maintenance activities. The GAC filters shall be located in a safe and easily accessible location. Each GAC filter shall provide enough detention time to meet OCSD's TTO limit of 0.58 mg/L. The carbon shall be changed in the lead GAC filter when the TTO as measured in the discharge of the lead GAC filter is at 0.58 mg/L, or as required. The GAC filters and additional particle filtration equipment upstream of the GAC filters shall be cleaned as required to maintain the detention time and flow-through limitations as specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system or fouling of the GAC filter carbon media. The method of pretreatment and point of disposal of water shall be subject to the District's Source Control staff and the Engineer's approval. 7-10 SAFETY 7-10.1 Traffic and Access Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans to be prepared by the Contractor (see Section 7-10.3). 7-10.2 Street Closures, Detours and Barricades Add to this section: The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan for work on 32nd Street, 30th Street and Via Lido and detour plans(s) for each street impacted. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK [16] (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as lost street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. Contractor will be responsible for providing detour plans for each road closure. Plans may include postings of "No Parking" to increase traffic flow on streets where traffic is detoured to increase traffic flow. 6. 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. 7. 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 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety [17] 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 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. Where there is concrete pavement at the surface, and all other streets, or alleys, the steel plates shall be placed on top of the existing pavement. Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of two (2) dowels pre -drilled into the corners of the plate and drilled 2 -inches into the pavement. Subsequent plates shall be butted to each other. Fine grade hot mix asphalt shall be compacted to form ramps and to feather the edges of the plates with a maximum slope of 8.5% with a minimum of 12 -inch taper to cover all edges of the steel plates. When the steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines or asphalt concrete hot mix, concrete slurry or an equivalent slurry that is satisfactory to the City. Ultimately, the area of the dowels will need to be replaced with the final pavement restoration work. [181 The Contractor shall be responsible for maintenance of the steel plates, shoring and asphalt concrete ramps. The following conditions apply for both plate installation methods: steel plates shall extend a minimum of 12 -inches beyond the edges of the trench; steel plate bridging shall be installed to operate with minimum noise; and trench shall be adequately shored to support the bridging and traffic loads. 7-10.6 Notices to Residents and Businesses Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents and businesses within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents and businesses a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-10.7 Street Sweeping Signs and Parking Meters 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 of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. 7-10.8 Temporary Parking Permits In addition to the forty-eight hour notice specified above in 7-10.6 (Notices to Residents and Businesses), the Contractor shall hand out two Temporary Parking Permits to each residence adjacent to the alley construction. The Temporary Parking Permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. [19] The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-15 CONTRACTOR'S LICENCES At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 7-17 TEMPORARY WATER MAIN BY-PASS 7-17.1 General As a part of this project, the Contractor will be responsible for installation of any temporary by-pass water system (highline) as determined necessary by the Contractor's approved sequencing plan. The Contractor can commence installation of new mains once the temporary by-pass system is in place and has passed a disinfection test. The Contractor shall have the by- pass line inspected by City personnel prior to commencing the project. If at any time, the temporary by-pass water system is damaged, it will be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the City. All costs associated with repair and replacement of the highline will be the sole responsibility of the Contractor. [20] The Contractor shall adhere to the following special provisions when installing temporary by-pass systems: 1. Water service shall be maintained to all customers at all times except as necessary to install the temporary by-pass system. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. It is recommended that two (2) 2 -inch steel by-pass lines shall be installed, one on either side of the alley adjacent to the meter boxes. All temporary piping crossing streets shall be buried and paved flush with the existing surface. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the by-pass systems. The Contractor shall be responsible for disinfection and flushing the by-pass systems as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. The Contractor will then relocate 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. 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 7-18.1 General As a part of this project, the Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services and Sections 207-21.7, 207- 21.7.1, 207-21.7.2, 306-1.4.5 (Water pressure test) and 306-1.4.7 (Water main Disinfection) of the Standard Special provisions: 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. [21 ] 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation. SECTION 9 - MEASUREMENT AND PAYMENT �Gbla ILI]JiI A1411Ly, 11TIVO7:7I'll 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. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as needed, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic [22] engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach requirements. Item No. 3 Excavation Safety: Work under this item shall include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Item No. 4 Traffic Striping: Work under this item shall include installing traffic striping, pavement markers, and all other work items as required to complete the work in place. Item No. 5 Surveying Services: Work under this item shall include the cost of construction staking, preliminary grades, final grades, centerline ties, all horizontal alignment, survey monument adjustment, as -built field notes, filing of corner records, re-establishment of property corners distributed by the work, and other survey items as required to complete the work in place. Item No. 6 Provide As -Built Plans (and DBE Certification if applicable): 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 $11,500 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 7 Provide Allowance for Private Property Restoration: An amount of $100,000 is to be included for private property hardscape restoration work damaged by water improvements, as directed by the Engineer based on a time and materials basis. Item No. 8-12 Construct 4 -inch, 6 -inch, 8 -inch, 10 -inch and 12 -inch PVC, C- 900 DR 14, Water Main: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, dewatering (well point system), shoring, bracing, temporary patching or trench plates, bedding, backfill, compaction, installation of pipe, fittings, couplings, thrust blocks, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, aggregate base, pavement replacement, disposal of excess excavation materials and all other work items as required to complete the work in place. [23] Item No. 13-15 Construct 6 -inch, 8 -inch and 12 -inch Ductile Iron Resilient Wedge Gate Valve: Work under this item shall include installing a Ductile Iron Resilient Wedge Gate Valve of the size shown on the plans including, but not limited to, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 16 Furnish and Install 8 -inch Cut -in Valve including Piping & Fittings: Work under this item shall include furnishing and installing a 8 -inch ductile iron resilient wedge gate valve including but not limited to, valve, valve operator, valve box and cover, valve extension, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet 20 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, couplings, fittings, valve anchor block, coatings, metallic warning tape or locater wire, providing connections to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 17 Furnish and Install 10 -inch Cut -in Valve including Piping & Fittings: Work under this item shall include furnishing and installing two 8 -inch ductile iron resilient wedge gate valves including but not limited to, valve, valve operator, valve box and cover, valve extension, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet 20 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, couplings, fittings, valve anchor block, coatings, metallic warning tape or locater wire, providing connections to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place Item No. 18-19 Install 1 -inch and 2 -inch Water Service Connection: Per City Standard Drawings (including new lid and boxes), work under this item shall include all labor, materials and equipment to construct new laterals and reconnect existing services to new piping using 45 degree bends, including maintenance of water service to existing customers during tie-in, saw -cutting existing pavement, excavation, cutting, tapping or preparation of existing pipe, adjustments to services on private side of meter, preparation of old surface to mate with new work, fittings, couplings, thrust blocks and restraints, saddles, spools, butt straps, piping, flanges, bedding, backfill, testing, disinfection, compaction, aggregate base and pavement replacement, temporary paving and patching or trench plates, and all other work items as required to complete the work in place. Item No. 20 Cut and Plug Water Main and Abandon in Place: Work under this item shall include cutting and plugging the existing water main as shown on the plans and abandoning the remaining water main in place and all other work items as [24] required to complete the work in place. Item No. 21 Connect to Existing Water Main: Work under this item shall include furnishing and installing all pipe material to connect the new pipeline to the existing water main including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, bedding, backfill, compaction, slurry backfill, installation of pipe, fittings, transition or flexible couplings, removal, abandoning, or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 22 Abandon in Place Existing Water Mains: Work under this item shall include furnishing all labor, materials and equipment to abandon in place the existing water main for the limits shown on the plans, including, but not limited to, excavation, backfill, slurry backfill (if required), compaction, pavement removal and replacement, protection of existing water main and improvements to remain in service, plugging and filling abandoned portion of main with 1 -sack slurry and all other work items as required to complete the work in place. Item No. 23 Remove Existing AC Pipe (4"-12"): Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of the existing asbestos cement pipe in accordance with local, state and federal regulations and all other work items as required to complete the work in place. Item No. 24 Remove Existing Pipe (4"-12"): Work under this item shall include furnishing all labor, materials and equipment to remove and dispose of the existing ductile iron, cast iron, PVC, stainless steel or steel pipe and all other work items as required to complete the work in place. Item No. 25 Construct 6 -inch Fire Hydrant Assembly: Work under this item shall include installing a new fire hydrant assembly in accord with City of Newport Beach STD -500-L, including but not limited to fire hydrant, fire hydrant bury, valve, valve box and cast Iron traffic cover, valve extension, removal and replacement of existing sidewalk per CNB STD -180-L and all other work items as required to complete the work in place. Item No. 26 Temporary Water Main Bypass and Service Connections: Work under this item shall include furnishing and installing a temporary water main bypass (for potable water use) as necessary, disinfection and testing, temporary pipe restraint, temporary service connections, disconnection and removal of temporary water services, for all affected water services, one alley at a time (from local street intersection to local street intersection, maximum) to accommodate proposed improvements and maintain services as required to complete the work in place. Item No. 27 Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new [25] water mains per the project specifications. Item No. 28 Pothole Crossing Utilities: Work under this item shall include all labor, materials and equipment to pothole crossing utilities for the proposed water main. Work shall include, but not be limited to, traffic control permit acquisition, preparation of traffic control plans, pothole operations to locate and determine depth of crossing utility, field notes, bore hole patching and any other work necessary per permit requirements to identify the depth of the utility. Item No. 29 Remove and Construct P.C.C. Street Pavement: Work under this item shall include removing existing improvements and constructing P.C.C. street pavement and all other work items as required to complete the work in place. Item No. 30 Repair Cross Gutter, Sidewalk, Driveway, Curb and Gutter: Work under this item shall include, but is not limited to saw -cutting, excavation, backfill, compaction, disposal of excess material, removal and replacement of pavement sidewalk, cross gutter, driveway, curb and gutter, and all other work items as required to complete the work in place. Please note that PCC sidewalk replacement will be matched to existing sidewalk color (LICA color "Chromix Adobe Tan No. C-21" by the L.M. Scofield Company). Item No. 31 Base Pave Flush w/ Asphalt Concrete: Work under this item shall include the base paving flush with asphalt concrete in accordance with the City of Newport Beach requirements and per Table 1 within the Repaving Detail on Sheet 20 of the plans, complete in place. The Contractor will be compensated with this bid item for only the base paving required by the plans. The CITY will not pay for additional quantity of base paving, which may be required due to the Contractor's construction operations. This will be done at the Contractor's own expense. Item No. 32 Grind AC and Place Final Asphalt Pavement Overlay: Work under this item shall include the grinding and placing of final asphalt paving overlay with either conventional hot mix asphalt concrete or asphalt rubber hot mix (ARHM) in accordance with the City of Newport Beach requirements and per Table 1 within the Repaving Detail on Sheet 20 of the plans, complete in place. The Contractor will be compensated with this bid item for only the grinding and capping required by the plans. The CITY will not pay for additional quantity of grinding and placing of paving cap, which may be required due to the Contractor's construction operations. This will be done at the Contractor's own expense. 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. [26] PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-1.1.3 Concrete Specified by Special Exposure High -early strength concrete shall be non -chloride admixtures which meet the requirements of ASTM C494. Acceptable products are Pozzutec 20 and Pozzolith NC 534 by Master Builders, Inc. or approved equal. Concrete shall reach 2,500 psi by four (4) hours. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-5 SLURRY SEAL 203-5.1 General Slurry seal shall be emulsion -aggregate slurry (EAS) conforming to 203-5.4. [27] 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. (Use Section 203-6 for conventional AC.) 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6.4.3 Composition of Grading Add this Section: Asphalt Concrete for the finish course shall be C2 64-10 and B 64-10 for the base course. 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). (Use Section 203-11 for rubberized AC.) 203-11 ASPHALT RUBBER HOT MIX (ARHM) 203-11.3 Composition and Grading Asphalt rubber hot mix finish course shall be ARHM-GG-C. [28] SECTION 209 — PRESSURE PIPE 209-1 IRON PIPE AND FITTINGS 209-1.1 Ductile Iron Pipe 209-1.1.2 Materials All flanged pipe joints shall be joined utilizing Type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and transition couplings used to join pipes in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from stainless steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints. Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 Stainless Steel. Threads shall be coated with a liberal amount of anti - seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber. Ductile iron pipe fittings and valves buried underground shall be protected with a polyethylene encasement (plastic film wrap) in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene. 209-4 PVC PRESSURE PIPE 209-4.1 General [29] All PVC pressure pipe shall be DR -14 (CL 305) for pipes 12 -inches in diameter and smaller. All PVC pipe shall be colored blue. All fittings for PVC pressure pipe shall be ductile iron and shall be in accordance with the Section 209-1.1.2 of these Special Provisions. All fittings connecting PVC pipe shall be either push -on type or have mechanical joint ends and shall be thrust -blocked and anchored in accordance with the City Standard Plans. Mechanical joints will not need to be fitted with retainer glands. Compact body fittings (AWWA C153) will not be permitted. Service saddles shall be designed for use on AWWA C900 and C905 PVC pipe for 1 - inch and 2 -inch diameter outlets. Service saddles shall be manufactured of brass with stainless steel band. The strong, extra wide fabricated stainless steel band will conform to the PVC pipe surface resulting in nearly 360 degree contact with the pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with Type 316 stainless steel hex -head screws or bolts. The brass service saddle shall be manufactured by Ford Style 202BS, Smith -Blair Series 325, A.Y. McDonald Model 3845, or approved equal. The PVC pipe shall not be laid along curves at a radius less than 1,146 feet for 20 foot pipe lengths or 573 feet for 10 foot pipe lengths. The minimum radius curves are determined by the limit of 1 -degree deflection for C-900 and C-905 PVC pipe joints with factory -assembled bell couplings. For integral bell PVC pipe, the minimum radius curve obtained by deflecting joints shall not exceed the manufacturer's recommendation (which may be less than 1 degree). Pipe may not be offset to a degree such that the spigot end of the pipe deflects (touches) against the end of the pipe bell. Pipe sections shall be bent to achieve a curve. For curves of smaller radius, ductile -iron fittings or high deflection couplings shall be used. High deflection couplings may be used for angles of 4 degrees or less. The high deflection couplings shall be PVC couplings, meeting the requirements of AWWA C900, with twin elastomeric gaskets which allow two (2) degrees of deflection at each gasket for a total of four (4) degrees per coupling. The couplings shall be provided for ductile iron equivalent outside diameter and have a 200 psi working pressure rating. The high deflection couplings shall be "High Deflection (HD) Stop Couplings" as manufactured by CertainTeed, or approved equal. For closure applications, PVC couplings, meeting the requirements of AWWA C900, with twin elastomeric gaskets which are designed to connect plain ends of pipe can be used. The couplings shall be provided for ductile iron equivalent outside diameter and have a 200 psi working pressure rating. The closure couplings shall be "Closure/Repair Couplings" as manufactured by CertainTeed, or approved equal. Do not deflect pipe in these couplings. All PVC pressure pipe shall have a tracer wire or metallic warning tape installed per Section 207-22.7.1 of the City's Standard Special Provisions, 2004 Edition. At service lines and air and vacuum valve assemblies, the wire or tape shall be extended up into [30] the meter box or cover enclosure. The wire or tape shall be brought to the surface at valve locations and shall be accessible by removing the valve can cover. The Contractor shall perform an electrical continuity test for each length of PVC pipe and shall provide the City with the results of the test. The Contractor shall perform the initial electrical continuity test, and all subsequent testing required due to the failure of the wire or tape to be electrically continuous, at the expense of the Contractor. 209-8 TEMPORARY WATER MAIN BY-PASS (HIGHLINE) PRESSURE PIPE 209-8.1 General The general requirements for temporary water main by-pass is specified in Section 7- 17.1 of these Special Provisions. Highline piping and appurtenances shall be suitable for potable water service and shall have a minimum pressure rating of 200 psi. The highline piping shall be Victualic joint welded steel pipe or aluminum pipe and shall be suitable for potable water service. Piping shall be a minimum of 6 -inches in diameter or two (2) 2 -inch by-pass lines, one on each side of the alley adjacent to the meter boxes. All highlining facilities shall be disinfected after installation and prior to be placed into operation. Pressure testing is not required, but the piping and connections shall not leak. All visible leaks shall be repaired immediately. No highline piping shall be allowed to be traveled over without adequately protecting the highlining pipe as well as, safely ramping the pipe for vehicle protection. The Contractor shall obtain approval from the City for all highline piping crossing driveways or streets. Adequate protection of vehicles crossing the highline will be the sole responsibility of the Contractor. The Contractor may consider a shallow trench for the highline if ramping is not feasible. 209-9 PIPE APPURTENANCES 209-9.1 General Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawings of the City of Newport Beach and Section 207-22 of the City's Standard Special Provisions, 2004 Edition, unless modified herein. All materials and equipment installed in the City's public water system shall meet all state and federal standards, as well as standards developed by nationally recognized organizations such as AWWA, ANSI, and NSF. In order to protect human health, all materials, chemicals, lubricants, and products in contact with drinking water shall be tested and certified as meeting NSF/ANSI Standard 60 (Drinking Water Treatment Chemicals — Health Effects) and ANSI/NSF 61 (Drinking Water System Components — Health Effects). In addition, all materials coming in contact with potable water shall be lead-free per California Health and Safety Code Section 116875. All materials are required to be certified as lead-free by NSF or other ANSI accredited certifier per SB 1953. [31 ] 209-9.2 Valve Boxes Valve boxes shall be Brooks Products, Inc., Valve Box No. 4TT or approved equal. All below -grade valves not in vaults shall be provided with valve boxes and schedule 40 PVC pipe risers. Valves with operator nuts greater than four (4) feet below ground or street surface shall be fitted with a valve nut extension. Valve operator extensions shall be structural tube fiberglass or schedule 80 PVC as manufactured by Pipeline Products, Inc. of San Marcos, California or preapproved equivalent manufacturer. Extensions shall be of a length so as to have the valve operator nut of the extension at an elevation not more than three (3) feet below the ground or street surface. Valve extension shall not be pinned or bolted to the valve operator. 209-9.3 Sleeve -Type Couplings Unless otherwise specified, all sleeve -type couplings shall have a ductile iron body, center sleeve and followers and shall be fitted with Type 316, stainless steel bolts, nuts and washers. Coupling hardware shall be installed with an approved anti -seize compound on all threaded parts. Center sleeves shall be a minimum of two times the minimum center sleeve length specified in the AWWA Standard for flexible couplings. Couplings shall be M & H, Dresser, Ford, Rockwell, Romac, JCM, Clow, or approved equal. 209-9.4 Nuts and Bolts Above ground and buried nuts and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M for bolts, and ASTM A 194, Grade 8M for nuts. A washer shall be provided for each nut. Washers shall be of the same material as the nuts. Bolts for flange insulation kits shall conform to ASTM A 193, Grade B7. Nuts shall conform to ASTM A 194, Grade 2H. SECTION 212 — WATER AND SEWER SYSTEM VALVES AND APPURTENANCES 212-5 VALVES 212-5.1 Resilient Wedge Gate Valves 212-5.1.1 General Where specifically shown on project plans approved by the Engineer, resilient wedge gate valves may be used. Gate valves shall be solid, single, resilient -wedge type design and shall equal or exceed the requirements established by specifications of AWWA. [32] Valves shall be as manufactured by AVK or approved equal and shall be per AWWA Specification C-509 for resilient seated gate valves, latest revision. Valve wedge disk and disk nut shall be fully encapsulated in an approved rubber coating. Valves may be furnished with bronze or stainless steel discs. Where cast bronze is approved the bronze shall be comprised of 85 percent copper, 5 percent tin, 5 percent lead, and 5 percent zinc. The stem shall be non -rising, shall be stainless steel. Valves shall be furnished with triple O-ring stem seals and stainless steel bonnet bolts. Bonnet bolts shall be recessed into the valve body and shall be sealed from exposure via a hot -melt applied sealing compound. The operating nut shall be a 2 -inch square bronze stem operating nut. Operating nut shall be held in place with a stainless steel cap nut. Valve ends may be gasketed tyton push -on type joint, hub end, flanged end, or mechanical joint end as called for in the construction plans. All end configurations shall conform to the pipe manufacturer's specifications and the project construction plans. Valve body and bonnet shall be fabricated from ductile iron and shall be electrostaticly coated inside and out. Electrostatic powder coating shall be applied per SSPC SP -6 or SP -10 surface preparation criteria and shall be applied to a preheated material surface via the fluidized bed process or applied via the electrostatic process and then be cured by the post -heat thermal fusion method. Double disc style gate valves shall not be considered as a substitute or and equivalent to resilient wedge gate valves and shall not be permitted. 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. 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." [33] 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. Add Section 215 — TRAFFIC SIGNS (Greenbook does not have a section on Traffic Signs) SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2'/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 [34] 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 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. 300-1.3.3 Solid Waste Diversion 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. [35] 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. 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. 302-5.4 Track Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." [36] 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 302-6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201- 1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." 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. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi. [37] 303-5.4 Joints (Section 303-5.4.1 is for concrete alley projects only.) 303-5.4.1 General The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches. 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb 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 306-2 DELIVERY, STORAGE, HANDLING, AND PROTECTION OF PIPELINE MATERIALS, FITTINGS, VALVES, AND APPURTENANCES [381 306-2.7 Shutdowns of Existing Pipelines 306-2.7.3 Temporary Bypasses The Contractor will be responsible for the installation of a temporary by-pass system as described in these special provisions and the plans. The Contractor can commence installation of new mains once the temporary by-pass system is in place and has passed a disinfection test. The Contractor shall have the by- pass line inspected by City personnel prior to commencing the project. If at any time, the temporary by-pass water system is damaged, it will be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the City. The Contractor shall adhere to the following special provisions when installing temporary by-pass systems: 1. Water service shall be maintained to all customers at all times except as necessary to install the temporary by-pass system. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. It is recommended that two (2) 2 -inch steel by-pass lines shall be installed, one on either side of the alley adjacent to the meter boxes. All temporary piping crossing streets shall be buried and paved flush with the existing surface. 3. The Contractor shall make arrangements with the City's Utilities Division for disinfection, bacteriological testing and certification of the by-pass systems. The Contractor shall be responsible for disinfection and flushing the by-pass systems as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. The Contractor will then remove meters and connect services to temporary by- pass systems. Upon acceptance by the City of new water mains, after the water services have been reinstalled by the Contractor, the Contractor will disconnect the temporary by-pass system at each service connection and reinstall meters. The temporary water main by-pass system installed at any given time shall not exceed the water services between any single alley section (from local street intersection to local street intersection) unless approved in writing by the City in advance of the work, including specific limits of the proposed by-pass. 306-3 TRENCH EXCAVATION 306-3.1 General [391 Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off-site location. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. All excess native material excavated during the construction shall become the property of the Contractor and shall be disposed of by him outside the limits of work in accordance with the applicable ordinances and regulations of the governmental agencies having jurisdiction. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. 306-3.2 Removal and Replacement of Surface Improvement The thickness of the existing AC pavement and base sections will vary. The Contractor 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 or soil borings and the City does not guarantee the accuracy of this determination. Street Pavement Structural Section Via Lido Soud STA 1 +00 to 16+00 6" Thick of Hot Mix AC Via Lido Soud, Via Lido Nord and Via Antibes 6" Thick of Hot Mix AC Traverse Trenches 6" Thick of Hot Mix AC 306-3.3 Removal and Abandonment of Existing Conduits and Structures 306-3.3.1 Abandoned Water Mains Contractor shall remove existing water mains and appurtenances at the locations shown on the plans or as directed by the Engineer. Water mains specified to be abandoned in place, 12 -inches in diameter and larger, shall be filled with one sack cement slurry and have their ends plugged. The slurry shall be installed wet enough to insure that it does not bridge but rather fills the pipeline entirely. Water mains specified to be abandoned in place, 10 -inches in diameter and smaller, shall have their ends plugged and be left intact. 306-3.3.1 Removal of A.C. Pipe and Fittings The Contractor will be required to remove asbestos cement pipes during the prosecution of his work. Removal of existing asbestos material shall be performed by a Contractor registered by CAUOSHA and certified by the State Contractor's Licensing Board for asbestos removal. Copies of the certification shall be submitted to the City prior to the commencement of any asbestos removal activities. The Contractor shall comply with all State and Federal laws regarding handling all removal of asbestos materials. The Contractor shall be responsible for the proper [40] removal and disposal of all asbestos materials. The Contractor shall not field cut the existing A.C.P. In the specific instance of making connections to the existing A.C.P., disconnect, at the nearest joints, the length of pipe to be connected to the new pipe. This length of existing A.C.P. will be replaced by the new pipe making the tie-in. Contractor shall handle the A.C. pipe in strict conformance with all applicable CAL/OSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure conformance. 306-3.5 Maximum Length of Open Trench Maximum Revise the length of open trench from "500 feet" with "200 feet". Add the following to this section: "In addition, the Contractor shall place the base paving (for temporary pavement) flush with surrounding pavement within at least three (3) calendar days after traffic is allowed back onto the trench." 306-5 DEWATERING The Contractor shall provide and maintain at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water, from any source, entering the excavations or other parts of the work. Dewatering shall be accomplished by methods which will ensure a dry excavation and preservation of the lines and grades of the bottoms of excavations. For pipeline work, the methods may include sump pumps, deep wells, well points, suitable rock or gravel placed below the required bedding for draining and pump purposes, temporary pipeline and other means. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accord with the provisions of this section or other requirements. Standby pumping equipment shall be provided on the jobsite. A minimum of one standby unit (one for each ten in the event well points are used) shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for the accomplishment of the work. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor and shall comply with OCSD's Special Purpose Discharge Permit. See Section 7-5 (Permits) and Section 7-8.6.4 (Dewatering) for requirements. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. Conveyance of the water shall be such as to not interfere with traffic flow. Water shall be desilted before disposal to any sewer system. The system used for desilting the water shall be baffled structure and shall provide not less than five minutes detention time and shall be designed to have a "flow-through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow-through limitations specified above. [41 ] The Contractor shall ensure that all extracted and discharged water meets the OCSD's Special Purpose Discharge Permit water quality criteria. 306-6 BEDDING 306-6.1 General Bedding material shall be clean, well graded imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be a 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% and shall be a minimum thickness of twelve (12) inches above the pipe outside diameter. In the event the subgrade soils below the bedding are excessively weak or disturbed during excavation, the unsuitable soils shall be overexcavated to expose firm native material or removed and recompacted for a minimum depth of twelve (12) inches below the proposed bedding (recompacted to 90% relative compaction). 306-8 PREFABRICATED PRESSURE PIPE 306-8.9 Pipeline Pressure Testing, Disinfection, and Commissioning The Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services. 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements with the City's Utilities Division for disinfection, bacteriological testing and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubation tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to [42] customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation. SECTION 307 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.7 Vehicle Detectors 307-17.7.3 Inductive Loop Detectors Amend this Section to include: "Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the Traffic Signal Specifications Supplemental and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement course placement." SECTION 308 — LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General Add to this section: "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 for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 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 Forrester 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 Forrester for inspection. Upon inspection, the Urban Forrester 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. [43] 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. 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. SECTION 310 — PAINTING KJiil"an1k,kI1k,[HY/na[@111:1all:7y_Tsj*j 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than [44] 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. [45] SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the finish course or slurry seal has been placed. The width of the temporary lane line stripes shall be one- half the width of the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. Existing thermoplastic striping shall be removed prior to the application of slurry seal. Temporary painted striping shall be placed within 24 hours of removal. (Optional temporary striping on AC base course. Add to bid if required.) Upon completion of AC base course, temporary striping shall be installed. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and [46] pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without proper striping over a weekend or holiday. Stop bars and crosswalks shall not remain unpainted overnight. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 10 days but not later than 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. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete surface shall match the width of the striping. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 10 days but not later than 15 days. All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. [47] Add Section 315 - TRAFFIC SIGN INSTALLATION (Greenbook does not have a section on Traffic Signs) 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. Refer to CNB DWG 924-L for typical sign installation. PART 4 - EXISTING IMPROVEMENTS SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 111:1-11M =1111I►Ti/_,11=1:7/_1&I 400-2.1 General 400-2.1.1 Requirements Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 1s%1115"4 ki 14 MM Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. (Following paragraph is optional for covering street sweeping signs and parking meters and posting temporary permit parking signs.) 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. (Following paragraph is optional for distribution of temporary parking permits.) In addition to the 10 -day and 48-hour notices described above, the Contractor shall hand out two temporary parking permits to each residence adjacent to the alley construction. Temporary parking permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. [49] 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 signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) (Select one of the following 3 options. If project requires temporary striping, include requirements in this section.) The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. (Optional items to be considered by the Engineer) 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. Temporary striping may be required and shall be shown on the TCP. 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 [50] 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. PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 701 — CONSTRUCTION VillaVAd:7_19;1D&IM0E-11W919106*19:i1L91d[Q 0 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the Traffic Signal Specifications and the Detector Loop Installation Detail included in Appendix "B" and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days after placement of pavement finish course. (Discuss with traffic engineering staff if temporary loops are required. Include in bid items if required.) [51 ] PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIALS 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). SECTION 801 - INSTALLATION 801-1 GENERAL The landscape contractor or subcontractor shall provide a licensed Pest Control Advisor (PCA) prior to applying herbicide. The PCA will be responsible for preparing and approving a Pest Control Recommendation and providing Safety Data Sheets (SDS). These items shall be included with the herbicide submittal. (Alternative 1 for project where nuisance roots may be encountered.) 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 Arborist 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 City Arborist 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 Arborist for inspection. Upon inspection, the City Arborist may require the Contractor to formally submit a plan for removing the large roots to the City for review. (Alternative 2 for project with known tree root pruning or removals.) The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City Arborist at the site to discuss City standards and requirements. [52] (This section applies to either alternative.) 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 Arborist. 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. 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 Arborist. 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. [53] JOHN WAYNE p' AIRPORT y>P� -�gt Q� a4 c9 h� P Z7 CITY OF COSITA MESA RTY OFaP IRVINE P UPPE o NERAORT C) UNIVERSITY PAC/F/C OCeAN PROJECT LOCATION VICINITY MAP NOT TO SCALE EMERGENCY TELEPHONE NUMBERS Y SHEET INDEX DAY NIGHT CITY OF NEWPORT BEACH (UTILITIES) (949) 644-3011 (949) 644 3717 AT&T DISTRIBUTION (714) 618-9128 SOUTHERN CALIFORNIA GAS COMPANY (714) 634-5019 SOUTHERN CALIFORNIA EDISON COMPANY (714) 796-9932 CHARTER (714) 591-4871 Y SHEET INDEX SHEET SHEET TITLE 1 TITLE SHEET, SHEET INDEX, VICINITY MAP, LOCATION MAP, AND CONSTRUCTION NOTES 2 GENERAL NOTES, ABBREVIATIONS, SYMBOLS, AND AREA INDEX MAP 3 VIA LIDO SOLID STA 1+00 TO 8+00 4 VIA LIDO SOLID STA 8+00 TO 15+00 5 VIA LIDO SOLID STA 15+00 TO 22+00 6 VIA LIDO SOLID STA 22+00 TO 29+00 7 VIA LIDO SOLID STA 29+00 TO 36+00 8 VIA LIDO SOLID STA 36+00 TO 43+25 9 VIA LIDO SOLID STA 43+25 TO 50+00 10 VIA LIDO SOLID AND VIA LIDO NORD STA 50+00 TO 57+00 11 VIA LIDO NORD STA 57+00 TO 64+00 12 VIA LIDO NORD STA 64+00 TO 71+00 13 VIA LIDO NORD STA 71+00 TO 78+00 14 VIA LIDO NORD STA 78+00 TO 85+00 15 VIA LIDO NORD STA 85+00 TO 92+00 16 VIA LIDO NORD STA 92+00 TO 99+00 17 VIA LIDO NORD STA 99+00 TO 105+14.11 18 VIA LIDO SOLID STA 105+14.11 TO 108+17.74 19 VIA ANTIBES STA 1+00 TO 4+47.82 20 DETAILS 21 CUT -IN VALVE LOCATION MAP APPROVED: F b G I �► C-7645-2 PROJECT NO. 20W12 DIRECTOR DATE: ;�-25-Z32 xn BASIS OF BEARINGS: THE BEARINGS SHOWN HEREON ARE BASED UPON THE BEARING BETWEEN O.C.S. HORIZONTAL CALL TOLL FREE CONTROL STATION GPS NO. 6299 AND STATION GPS NO. 6288 BEING NORTH 63.04'31" WEST, PER RECORDS ON FILE IN THE OFFICE OF THE COUNTY SURVEYOR. 1-800-227-2600 BEFORE YOU DIG BENCHMARK: THE ELEVATIONS SHOWN HEREON ARE BASED ON ORANGE COUNTY SURVEY VERTICAL CONTROL NUMBER "NB3-17-77", ELEVATION 24.503' (NAVD8f) 1995 OCS ADJ. LOCATION MAP NOT TO SCALE jRpF ES o,,4 N N G,4 F o. C89067 m Exp. 09-30-20 ��qTF OFC GIAL�F���\P MgkvillEi 171 l CURTIS R. GAUTHIER RCE C89067 DESIGNED: I DRAWN: APPROVAL RECOMMENDED: MIqAH MARTIN MUNICIPAL OPERATIONS CONSTRUCTION NOTES O1 INSTALL THRUST BLOCK; SEE STD 510-L OINSTALL 12" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L O INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L O4 12'x6" DI MJxFLG TEE 5O INSTALL 12" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C Ob INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C O7 INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C O8 12" PVC SPOOL (LENGTH AS REQUIRED) O9 10" PVC SPOOL (LENGTH AS REQUIRED) 10 8" PVC SPOOL (LENGTH AS REQUIRED) 11 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 13 12" DI MJxFLG TEE 14 12'x8" DI MJxFLG TEE 15 8" DI FLG CROSS TEE 16 8'x6" DI FLG TEE 17 8'x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 9 12" DI MJ 45° ELBOW 20 12" DI MJ 11.25° ELBOW 21 8" DI MJ 450 ELBOW 22 8" DI MJ 22.50 ELBOW 23 8" DI MJ 11.250 ELBOW 24 6" DI MJ 90° ELBOW 25 4" DI MJ 90° ELBOW 26 12'x10" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 27 12'x8" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 28 8•x6" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 29 6'x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 30 12" TRANSITION COUPLING 31 10" TRANSITION COUPLING 32 8" TRANSITION COUPLING 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 35 12" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL, 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 43 12'x8" DI FLG TEE 44 4" DI MJ TEE 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. 47 10" DI MJ 900ELBOW 48 INSTALL 10" MJXMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 49 INSTALL 8" MJXMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 50 8" DI FLG TEE LIST OF STANDARD DRAWINGS NUMBER TITLE STD -105 -L-A UNDERGROUND CONSTRUCTION REQUIREMENTS STD -105 -L -B TRENCH RESURFACING STD -105 -L -C ROADWAY UTILITY TRENCH DETAIL STD -106-L PIPE BEDDING STD -108-L P.C.0 PAVEMENT CONTACT JOINTS STD -140-L TYPICAL ALLEY SECTIONS STD -142-L ALLEY APPROACHES TYPE A, B, AND C STD -143-L ALLEY APPROACH TYPE D STD -160 -L-A COMMERCIAL DRIVEWAY APPROACH TYPE I STD -161-L COMMERCIAL DRIVEWAY APPROACH TYPE II STD -163-L RESIDENTIAL DRIVEWAY APPROACH TYPE II STD -164-L RESIDENTIAL DRIVEWAY APPROACH TYPE III STD -180-L SIDEWALK DETAIL STD -181 -L-A CURB ACCESS RAMP DETAILS I STD -181 -L -B CURB ACCESS RAMP DETAILS II STD -181 -L -C CURB ACCESS RAMP NOTES STD -181 -L -D CURB ACCESS RAMP DETECTABLE WARNING SURFACE STD -182-L STANDARD CURB SECTIONS TYPES A & B STD -185-L STANDARD GUTTER - 8 -FEET WIDE STD -500-L WET BARREL FIRE HYDRANT STD -502-L 1ANCH WATER SERVICE STD -503-L 2 -INCH WATER SERVICE STD -507-L WATER MAIN TAP STD -508-L MAIN LINE VALVE STD -509-L TYPICAL OFFSET WATER MAIN TIE-IN STD -510 -L-A THRUST BLOCKS STD -510 -L -B REDUCER THRUST BLOCKS STD -510 -L -C VALVE ANCHOR STD -510 -L -D ANCHOR BLOCK DETAIL STD -511-L VALVE BOX COVER AND RISER STD -516-L MULTIPLE WATER SERVICE CONNECTION TO MAIN STD -518-L MULTIPLE WATER METER & SERVICE BOX INSTALLATIONS STD -519-L 1 -INCH MULTIPLE SERVICE MANIFOLD STD -533-L WATER AND SEWER MAIN SEPARATION REQUIREMENTS APPROVAL RECOMMENDED: lk MARK VUKOJEVIC, P.E. Elf UTILITIES DEPARTMENT CHECKED: CRG DATE. AH DATE: ?-Zd-Zo DATE SAF 07/31/20 8-11 -2®z.o APPROVAL RECOMMENDED: CH J SINACORI, P.E. ASSIS CITY ENGINEER DATE: 8-15-20Z40 C-7645-2 VIA LIDO SOLID & NORD WATER MAIN REPLACEMENT TITLE SHEET, SHEET INDEX, VICINITY MAP, LOCATION MAP, AND CONSTRUCTION NOTES CITY OF NEWPORT BEACH W -5386-S PUBLIC WORKS DEPARTMENT SHEET 1 OF 21 w Aw 0 N rn N 0 U GENERAL NOTES ABBREVIATIONS 1. ALL WORK DETAILED ON THESE PLANS TO BE PERFORMED UNDER. CONTRACT SHALL 25. THE CONTRACTOR SHALL MAINTAIN THE WORK AREA IN A NEAT, SAFE, CLEAN AND AB AGGREGATE BASE S SLOPE, SOUTH, SIGN, OR BE CONSTRUCTED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR SANITARY CONDITION AT ALL TIMES AND TO THE SATISFACTION OF THE AGENCY ABAN ABANDON SEWER (LINE) PUBLIC WORKS CONSTRUCTION", 2015 EDITION AND SUPPLEMENTS TO DATE, EXCEPT HAVING JURISDICTION OVER THE AREA. STREETS SHALL BE KEPT CLEAN OF DEBRIS, AC ASPHALT CONCRETE SCE SOUTHERN CALIFORNIA EDISON AS OTHERWISE STATED IN THE CITY'S STANDARD SPECIAL PROVISIONS. WITH DUST AND NUISANCE BEING CONTROLLED AT ALL TIMES. THE CONTRACTOR ACP ASBESTOS CEMENT PIPE SCH SCHEDULE SHALL ALSO BE RESPONSIBLE FOR ANY CLEANUP ON ADJACENT STREETS AFFECTED AFG ABOVE FINISH GRADE SCO SEWER CLEANOUT 2. THE CONTRACTOR SHALL BE RESPONSIBLE TO NOTIFY REPRESENTATIVES FROM THE BY THE CONSTRUCTION. THE CONTRACTOR SHALL HAVE A FUNCTIONAL STREET APPROX APPROXIMATE SD STORM DRAIN (LINE) RESPECTIVE UTILITY COMPANIES PER STATE LAW. CALL UNDERGROUND SERVICE SWEEPER. AND WATER TRUCK AVAILABLE AT ALL TIMES DURING CONSTRUCTION APWA AMERICAN PUBLIC WORKS SDR STANDARD DIMENSION RATIO Sy ALERT 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES AT 811. WORK HOURS. ASSOCIATION SERV SERVICE CP T 7) 3. THE EXISTENCE AND LOCATION OF ANY UNDERGROUND UTILITIES CONDUITS 26. AT THE END OF EACH WORK DAY, AND AT THE TIMES WHEN CONSTRUCTION AWWA AMERICAN WATER WORKS ASSOCIATION SHT SHEET SPECS SPECIFICATIONS y� SyT (PIPES, OR STRUCTURES) SHOWN ON THE DRAWINGS ARE OBTAINED BY A SEARCH OF THE OPERATIONS ARE SUSPENDED FOR ANY REASON, THE CONTRACTOR SHALL REMOVE AVE AVENUE SS SANITARY SEWER �� .� 19'' r1 AVAILABLE RECORDS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARY ALL EQUIPMENT, VEHICLES, MATERIAL, TRAFFIC CONTROL DEVICES, STOCKPILE OR SSFM SEWER FORCE MAIN S� SyT76 MEASURES TO PROTECT THE UTILITY LINES SHOWN AND ANY OTHER LINES NOT ANY OTHER FORM OF OBSTRUCTION FROM THE STREET RIGHT-OF-WAY. BCR BEGIN CURB RETURN SSP STAINLESS STEEL PIPE , SHOWN ON THESE DRAWINGS. THE CONTRACTOR IS RESPONSIBLE FOR THE BF BLIND FLANGE SSPWC STANDARD SPECIFICATIONS N PROTECTION AND/OR DAMAGE OF THESE EXISTING UTILITIES. IT SHALL BE THE 27. AT THE END OF EACH WORK DAY, THE CONTRACTOR SHALL EITHER BACKFILL AND BFV BUTTERFLY VALVE FOR PUBLIC WORKS ti� syr, CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE UTILITY OWNERS OF ANY PLACE BASE PAVEMENT OR STEEL PLATE ALL EXCAVATIONS WITHIN STREET BLDG BUILDING CONSTRUCTION (GREENBOOK) 76+ CONSTRUCTION ACTIVITIES NEAR THE UTILITIES OR STRUCTURES OF CONCERN PRIOR RIGHT-OF-WAY SO ALL LANES OF TRAFFIC CAN BE OPEN. STEEL PLATE SHALL BE BLVD BOULEVARD ST STREET Syj'rs TO STARTING WORK. TACKED DOWN AND SPIKED AND TEMPORARY AC PLACED AS REQUIRED BY THE BM BENCHMARK STA STATION N REGULATOR AGENCY. STD STANDARD y� 4. THE WALL AND FACE OF ALL EXCAVATIONS GREATER THAN FIVE (5) FEET IN DEPTH C CONDUIT, CONDULET S yTis SHALL BE EFFECTIVELY GUARDED BY A SHORING SYSTEM: SLOPING OF THE GROUND 28. SNAP CUT EXISTING AC PIPE AND REMOVE INTERFERING PORTIONS OF PIPE AS C&G CURB & GUTTER TC TOP OF CURB AREA 4 OR OTHER EQUIVALENT MEANS. TRENCHES OR EXCAVATIONS LESS THAN FIVE (5) NECESSARY TO PROVIDE ROOM FOR NEW CONNECTING PIPE, FITTINGS, AND VALVE. CAL -OSHA CALIF.DEPT. OF INDUSTRIAL TEL TELEPHONE FEET IN DEPTH SHALL ALSO BE GUARDED WHEN EXAMINATION INDICATES THAT DO NOT UNDER ANY CIRCUMSTANCES ALLOW ASBESTOS PARTICLES TO BECOME RELATIONS DIV. OF THK THICK HAZARDOUS GROUND MOVEMENT MAY BE EXPECTED. AIRBORNE. DISPOSE OF AC PIPE IN ACCORDANCE WITH LOCAL, STATE, AND FEDERAL OCCUPATIONAL TYP TYPICAL REGULATIONS. INSTALL NEW PIPE AS SHOWN IN CONNECTION DETAILS SHOWN IN CATV SAFETY AND HEALTH CABLE TELEVISION UGE UNDERGROUND ELECTRICAL 5. ALL TRENCHING AND/OP. SHORING SHALL MEET REQUIREMENTS OF CAL -OSHA. THE PLANS. USE LONG BARREL TYPE FLEX COUPLINGS WITH TYPE 316 STAINLESS STEEL CONTRACTOR SHALL OBTAIN A PERMIT TO PERFORM EXCAVATION OR TRENCH WORK HARDWARE WITH FLUOROPOLYMER (TRIPAC 2000)OR EQUAL COATING AND DI OR CB CATCH BASIN UNO UNLESS OTHERWISE NOTED FROM CAL -OSHA. AWWA C900 (DR 14) PIPE SPOOLS CUT TO FIT AS REQUIRED. ALL MATERIAL SHALL BE CF CURB FACE N Sy APPROVED BY THE CITY INSPECTOR PRIOR TO INSTALLATION. CIP CAST IRON PIPE V VALVE, VOLTS 6. THE CONTRACTOR SHALL BE RESPONSIBLE TO FIELD VERIFY THE LOCATION AND CJ CONSTRUCTION JOINT VB VALVE BOX i AREA 3 S DEPTH OF EXISTING CROSSINGS AND PARALLEL UNDERGROUND UTILITIES AND 29. ALL HARDWARE FOR FLANGES, JOINTS, HARNESS ASSEMBLIES, FITTING RESTRAINTS, CL CLASS, CENTERLINE VCP VETRIFIED CLAY PIPE AREA 1 yT POINTS OF CONNECTION AT LEAST THREE WEEKS PRIOR TO START OF TRANSITION COUPLINGS, MECHANICAL JOINT HARDWARE, AND FASTENERS SHALL BE CNB CITY OF NEWPORT BEACH VERT VERTICAL � CONSTRUCTION. IN ADDITION, THE CONTRACTOR SHALL EXPOSE ALL UTILITIES AND THREADED FASTENERS FABRICATED FROM 316 STAINLESS STEEL AND COATED CONIC CONCRETE, CONCENTRIC S . SERVICES AT LEAST 300 LINEAR FEET IN ADVANCE OF THE ACTUAL PIPE EXCAVATION LIBERALLY WITH AN APPROVED ANTI -SEIZE COMPOUND. CONT CONTINUE, CONTINUOUS W WATER (LINE), WEST, WIDTH OPERATIONS. CPLG COUPLING WM WATER METER S+Hr i 30. ALL FLANGED JOINTS SHALL BE JOINED WITH CLOTH REINFORCED BUTA-N RUBBER CTR CENTERLINE S S'y 7. THE CONTRACTOR SHALL KEEP A SIGNED SET OF APPROVED PLANS AND FULL FACED GASKETS. X -SEC CROSS SECTION `SNT r�2 SPECIFICATIONS AND A COPY OF ALL CONSTRUCTION PERMITS ON THE JOB SITE AT DEMO DEPT DEMOLITION DEPARTMENT XFMR TRANSFORMER 6 SNj's AREA 2 ALL TIMES DURING WORKING OPERATIONS. 31. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING THE EXISTING WATER MAIN IN SERVICE DURING CONSTRUCTION AND SHALL SUBMIT A HIGH LINE AND FLOW DET DETAIL 8. ALL WORK SHALL COMPLY WITH CONDITIONS ESTABLISHED BY THE CALIFORNIA BYPASS PLAN, RESPECTIVELY FOR APPROVAL BY THE CITY. DI DIA DUCTILE IRON DIAMETER REGIONAL WATER QUALITY CONTROL BOARD. CONTRACTOR WILL BE REQUIRED TO 7 OBTAIN A NPDES PERMIT AND COMPLY WITH ALL REQUIREMENTS FOR ANY DISCHARGE 32. THE CONTRACTOR SHALL PROTECT IN PLACE EXISTING SEWER, GAS, WATER DIM DIMENSION Sy% 8 OF GROUNDWATER, DEWATERING OR SURFACE DRAINAGE TO A STORM DRAIN LATERALS AND OTHER UTILITIES OR REPLACE IN KIND. CONTRACTOR SHALL VERIFY DIP DUCTILE IRON PIPE i N FACILITY. PRIOR TO ANY DISCHARGE TO STORM DRAIN, CONTACT CITY OF NEWPORT EXACT LOCATIONS, ELEVATIONS, AND DIMENSIONS IN THE FIELD PRIOR TO DR DRAIN, DIMENSION RATIO BEACH STORM DRAINS (949-718-3481) BEFORE DEWATERING INTO STORM DRAINS. CONSTRUCTION IN THE AREA OF THE SPECIFIC UTILITY. DWG DRAWING � THERE ARE HIGH TIDE VALVES WITHIN THE SYSTEM THAT IS NORMALLY CLOSED Sh%T9 O DURING HIGH TIDES. NO DISCHARGE INTO STORM DRAIN IS ALLOWED DURING HIGH 33. THE CONTRACTOR SHALL REMOVE AND REPLACE EXISTING WATER SERVICES PER E EA ELECTRICAL, EAST EACH TIDE. CNB STANDARD DRAWING STD -502-L AND STD -503-L. MATERIAL FROM MAIN LINE TO METER BOX, INCLUDING ANGLE METER STOP, SHALL BE NEW. INSTALLATION OF NEW ELEC ELECTRICAL 9. TRAFFIC CONTROL WITHIN THE PUBLIC STREET RIGHT-OF-WAY SHALL BE IN WATER. METER BOX AND LIDS ARE REQUIRED (DFW PLASTICS). EXISTING SERVICE ELEV ELEVATION CONFORMANCE WITH THE WORK AREA TRAFFIC CONTROL HANDBOOK (WATCH CONNECTIONS SHOWN ON THESE PLANS WERE OBTAINED FROM AVAILABLE RECORDS ETC ETCUAL ETERA AREA INDEX MAP MANUAL), 2012 OR MOST RECENT EDITION AND ANY CITY OF NEWPORT BEACH AND ARE APPROXIMATE ONLY. THE CONTRACTOR SHALL LOCATE AND IDENTIFY SIZE REQUIREMENTS. THE CONTRACTOR SHALL PROVIDE A 24-HOUR. TELEPHONE NUMBER OF ALL SERVICE CONNECTIONS REQUIRED FOR REPLACEMENT. EXISTING 3/4 -INCH EXST EXISTING NO SCALE FOR EMERGENCY REPAIRS TO TRAFFIC CONTROL AND PAVEMENT MARKINGS. SERVICE CONNECTIONS SHALL BE UPGRADED TO 1 -INCH CONNECTIONS. EXISTING 1 -INCH AND 2 -INCH CONNECTIONS SHALL BE REPLACED IN KIND. CONTACT DFW FH FIRE HYDRANT GENERAL SYMBOLOGY EXISTING SYMBOLOGY PROPOSED SYMBOLOGY 10. WORK SHOWN OR INDICATED ON THESE PLANS, OR CALLED FOR IN THE PLASTICS (METER BOX) DISTRIBUTOR AARON SADLER (FERGUSON)AT (714) 865-5196. FLG FLANGE FM FLOW METER, FORCE MAIN SPECIFICATIONS, BUT NOT INCLUDED AS PAY QUANTITY ITEMS SHALL BE CONSIDERED FOT FLAT ON TOP INCIDENTAL WORK - COST OF WHICH SHALL BE INCLUDED IN THE CONTRACTOR'S BID 34. WHEN INSTALLING COPPER PIPE VIA OPEN TRENCH, THE CONTRACTOR SHALL FULLY FS FINISHED SURFACE FOR PAY QUANTITY ITEMS. ENCASE ALL COPPER PIPE (E.G. SERVICES, AIR/VACS ETC.) WITH CLEAN SAND (SE30 FT FEET 11. BENCHMARK/MONUMENT NOTE: ANY BENCHMARK OR MONUMENT WHICH IS MIN) 6" MIN AROUND PIPE. ARROW INDICATES WATER LINE CENTER LINE G GAS (LINE) DISTURBED OR DESTROYED SHALL BE RE-ESTABLISHED AND REPLACED AT 35. ALL WATER MAIN FITTINGS SHALL BE MECHANICAL JOINT DUCTILE IRON C110 (CL 52 GV GATE VALVE DIRECTION OF - - PROPERTY BOUNDARY CONTRACTOR'S EXPENSE BY A STATE OF CALIFORNIA LICENSED LAND SURVEYOR, MIN.) UNLESS OTHERWISE SPECIFIED. ALL WATER MAIN FITTINGS SHALL HAVE 8 MIL PLAN NORTH GAS LINE AND A CORNER RECORD OR RECORD OF SURVEY FIELD AS REQUIRED BY THE LAND LOOSE POLYETHYLENE ENCASEMENT PER SECTION 209-1 OF THE STANDARD H HEIGHT WATER LINE; CURRENT SHT SURVEYOR'S ACTS. PRIOR TO COMMENCEMENT OF WORK, ALL SURVEY AND SPECIFICATION. POLYETHYLENE SHALL BE TIGHTLY WRAPPED AND TAPED TO PIPE HOA HOME OWNERS ASSOCIATION E ELECTRICAL MONUMENTS IN THE PROJECT AREA SHALL BE LOCATED AND TIED OUT BY THE WITH 10 MIL VINYL TAPE. HORIZ HORIZONTAL -- WATER LINE; OTHER SHT CONTRACTOR. ALL CENTERLINE MONUMENTS OR TIES LOST OR DESTROYED BY THIS UGE UNDERGROUND WORK SHALL BE REPLACED AND NEW TIE SHEETS PROVIDED. METHOD OF 36. ALL WATER MAINS SHALL BE C-900 (DR 14) PVC PIPE, INCLUDING 10 GAUGE INSULATED ID INSIDE DIAMETER ELECTRICAL ESTABLISHMENT SHALL BE STATED ON THE TIE SHEET. TIE SHEETS SHALL BE TRACER WIRE UNLESS OTHERWISE NOTED. INSTALL PER CNB STANDARD DRAWING INV INVERT NORTH ARROW SERVICE LATERAL KNOWN PREPARED AND STAMPED BY A LICENSED ENGINEER. OR SURVEYOR AND SHALL BE STD -106-L. IRR IRRIGATION (LINE) DELIVERED TO THE CITY OF NEWPORT BEACH PRIOR TO CONSTRUCTION. gs SANITARY SEWER - - SERVICE LATERAL UNKNOWN 37ISOLATION IRONWEDGE GATE VALVES (CL L LENGTH 12. STATIONS, COORDINATES AND CURVE DATA REFER TO THE CENTERLINE OF THE PIPE. 50) PER CNB STANDARD DRAWING STD- AND STD-5110-L-C. LF LINEAR FEET PLAN SS FM SEWER FORCE MAIN ® ISOLATION VALVE STATIONS SHOWN ARE VERTICAL PROJECTIONS ALONG THE CENTERLINE OF PIPE. LN LANE DISTANCES SHOWN IN THE ESTIMATED QUANTITIES ARE HORIZONTAL DISTANCES. 38. A MINIMUM CLEARANCE OF 12 INCHES BETWEEN EXISTING UTILITIES AND WATER MAIN LT LEFT 1/4" = 1'-0" X X CHAIN LINK FENCE FIRE HYDRANT SHALL BE MAINTAINED AT ALL CROSSINGS. A MINIMUM CLEARANCE OF 4 FEET (PIPE 13. WATER MAINS SHALL HAVE A 42" MINIMUM DEPTH OF COVER IN UNPAVED AREAS EDGE TO EDGE) BETWEEN EXISTING SEWER AND WATER MAIN SHALL BE MAINTAINED MAX MAXIMUM PLAN TITLE AND 36" MINIMUM DEPTH OF COVER IN PAVED AREAS UNLESS OTHERWISE NOTED ON FOR ALL PARALLEL INSTALLATIONS. MFR MANUFACTURER El DRAIN GATE IM IRRIGATION WATER METER THE PLANS. FOR DEPTH OF COVER LESS THAN 30 -INCHES, DUCTILE IRON PIPE SHALL MH MANHOLE BE INSTALLED. PVC PIPE SHALL NOT BE INSTALLED WITH LESS THAN 30 -INCHES. 39. ALL SURPLUS MATERIAL REMOVED, INCLUDING EXCAVATED MATERIALS WHICH ARE MIN MINIMUM O MANHOLE NOT SUITABLE FOR USE IN THIS PROJECT SHALL BECOME THE PROPERTY OF THE MJ MECHANICAL JOINT DETAIL NUMBER 14. ALL IMPROVEMENTS SHALL BE INSTALLED PER REFERENCED DETAIL AND/OR CONTRACTOR AND SHALL BE DISPOSED OF AWAY FROM THE JOB SITE IN A MANNER El WATER METER STANDARD DRAWING SHOWN IN IMPROVEMENT SCHEDULE. AND AT A LOCATION ACCEPTABLE TO ALL COGNIZANT AGENCIES. N NORTH # NA NOT APPLICABLE XXX SHEET WHERE DETAIL TREENO 15. ALL EXPOSED CONCRETE SURFACES SHALL CONFORM IN GRADE, COLOR., DIMENSION, 40. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO THE AREAS WITHIN THE NUMBER AND FINISH TO ADJOINING IMPROVEMENTS. EXISTING STREET RIGHT-OF-WAY SHOWN IN THESE PLANS UNLESS WRITTEN CONSENT NTS NOT TO SCALE IS LOCATED FROM THE PROPERTY OWNER IS OBTAINED FIRST. CONTRACTOR IS RESPONSIBLE FOR DETAIL MARKER 16. PROPOSED PAVEMENT AND CURB AND GUTTER SHALL JOIN AND MATCH LINE AND OBTAINING TEMPORARY STORAGE AREA. OC ON CENTER PALM TREE GRADE OF EXISTING IMPROVEMENTS UNLESS NOTED OTHERWISE. OD OUTSIDE DIAMETER FOR REFERENCING DETAILS INCLUDED IN DRAWING SET. 41. SHUT DOWN OF EXISTING LINES TO FACILITATE CONNECTION TO EXISTING FACILITIES 17. THE CONTRACTOR SHALL RESTORE ALL EXISTING SURFACE IMPROVEMENTS AND SHALL BE COORDINATED WITH THE CITY OF NEWPORT BEACH. PROVIDE MIN. 48 HR PB PULL BOX ELECTRICAL EQUIPMENT GRADES TO THEIR ORIGINAL CONDITION EXCEPT WHERE MODIFICATIONS ARE NOTICE TO RESIDENTS AND COMMERCIAL PROPERTIES PRIOR TO SHUTDOWN. PC POWER -CONTROL SPECIFICALLY NOTED ON THESE PLANS. PCC PORTLAND CONCRETE DETAIL NUMBER UTILITY MANHOLE 42 BE ED BY THE SURVEYS FOR THIS PROJCT SDESTROY IOTHEIR ENT DETAIL 18. ALL LANDSCAPING AND GRASS AREAS SHALL BE RESTORED TO ITS ORIGINAL CONTRACTOR ATALL DHALL EXPENSE SURVEY POEN SN ESTROYED RESULT OF THE PH POTHOLE X CONDITION. ALL IRRIGATION LINES, SPRINKLERS, CONTROL WIRES AND CONTROL CONTRACTOR'S NEGLIGENCE OR FAILURE TO PROVIDE PROPER PROTECTION, SHALL PKWY PARKWAY XXX® 1/4" = 1'-0" ISOLATION VALVE BOXES THAT ARE DAMAGED SHALL BE REPAIRED TO THE SATISFACTION OF THE BE REPLACED AT THE CONTRACTOR'S EXPENSE. PL PLACE OWNER AND TO THE REGULATORY AGENCY HAVING JURISDICTION. PROP PROPOSED SHEET WHERE DETAIL FIRE HYDRANT 43. CONTRACTOR SHALL DEMONSTRATE EXTREME CAUTION WHEN TRENCHING IN CLOSE PVC POLYVINYL CHLORIDE IS LOCATED 19. ALL WATER PIPE SHALL BE BEDDED PER CITY OF NEWPORT BEACH STD -106-L AND THE PROXIMITY TO OTHER UTILITIES. ANY SIGN OF DEGRADATION OF THE TRENCH WALL PVMT PAVEMENT TRENCH DETAIL ON THESE PLANS AND SPECIFICATIONS. INTEGRITY WILL NOT BE TOLERATED AND WILL FORCE THE STOPPAGE OF WORK UNTIL DETAIL TITLE THE TRENCH INTEGRITY IS ADEQUATELY RESTORED. RCB REINFORCED CONCRETE BOX STREET LIGHT 20. THE CONTRACTOR SHALL RESTORE OR REPLACE IN KIND ALL EXISTING RCP REINFORCED CONCRETE PIPE IMPROVEMENTS DISTURBED DURING CONSTRUCTION. 44. TRACING WIRE (10 GAUGE) SHALL BE INSTALLED ON ALL PVC LATERAL CONNECTIONS RD ROAD FROM THE TRANSMISSION MAIN TO THE DISTRIBUTION MAINS. ROW OR R/W RIGHT OF WAY KEY NOTE DESIGNATION SIGN 21. ALL P.C.C. AND A.C. PAVEMENT REMOVALS SHALL BE OUTLINED TO NECESSARY RT RIGHT WORKING LIMITS AND SAWCUT PRIOR TO THE REMOVAL. ALL DEBRIS CREATED BY THE 45. BLUE LOCATING TAPE SHALL BE INSTALLED ON ALL MAINS WITH LESS THEN FIVE (5) RW RECYCLED WATER (LINE) KEY NOTE NUMBER REMOVAL OPERATIONS SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND FEET OF COVER. RWGV RESILIENT WEDGE GATE VALVE IM IRRIGATION WATER METER SHALL BE DISPOSED OF AWAY FROM THE JOB SITE IN A MANNER AND AT A LOCATION # ACCEPTABLE TO THE CITY OF NEWPORT BEACH. 46. NO CHANGE ORDERS WILL BE PROVIDED FOR SURFACE FEATURES NOT IDENTIFIED ON PLANS SUCH AS CONCRETE GUTTERS, CURBS, SIDEWALKS, ADA RAMPS, OR PRIVATE 22. THE CONTRACTOR SHALL MAKE EVERY EFFORT TO PROVIDE FOR SMOOTH TRAFFIC HARDSCAPE OR LANDSCAPE. CONTRACTOR REQUIRED TO PERFORM FIELD VISIT FLOW AND SAFETY; ACCESS SHALL BE MAINTAINED FOR ALL PROPERTIES ADJACENT PRIOR. TO BIDDING. * EXCEPTIONS WHERE THE SHEET NUMBER IS REPLACED BY TO THE WORK. A DASH (-). 1) FOR COMMON DETAILS, SECTIONS, ELEVATIONS OR 23. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO EXISTING UTILITIES, DETAILS THAT ARE CUT OR CALLED OUT ON MULTIPLE PAVEMENT, CURBS, TRAFFIC STRIPING, MARKER AND MARKINGS, TRAFFIC SIGNAL SHEETS. DETECTOR LOOPS, STREET LIGHT CONDUITS, STRUCTURES, TREES AND IRRIGATION 2) SECTIONS, ELEVATIONS OR DETAILS THAT ARE SYSTEMS, AS A RESULT OF HIS OPERATIONS, AND WILL BE REQUIRED TO REPAIR OR LOCATED ON THE SAME SHEET THEY ARE CUT OR REPLACE SAME TO THE SATISFACTION OF, AND AS DIRECTED BY, CITY OF NEWPORT CALLED OUT ON. C-7645-2 BEACH, THE ENGINEER, UTILITY COMPANY OR PROPERTY OWNER. REVIEWED: 24. IN THE EVENT THAT EXISTING TRAFFIC STRIPING OR STENCILING IS OBLITERATED OR VIA LIDO SOUD & NORD WATER MAIN REPLACEMENT THE EFFECTIVENESS OF WHICH HAS BEEN REDUCED BY CONSTRUCTION, IT WILL BE THE RESPONSIBILITY OF THE CONTRACTOR TO REPLACE THE SAID STRIPING OR MICHAEL J. SINACORI GENERAL NOTES, ABBREVIATIONS, STENCILING TO THE SATISFACTION OF THE CITY OF NEWPORT BEACH. ALL RESTRIPING RCE 46214 WILL REQUIRE TWO COATS (TWO PASSES) AS A MINIMUM AND BE SUPPLEMENTED SYMBOLS, AND AREA INDEX MAP ASSISTANT CITY ENGINEER WITH RAISED REFLECTIVE PAVEMENT MARKERS AS REQUIRED. DESIGNED: CRG DRAWN: AH CITY OF NEWPORT BEACH W -5386-S NO. PUBLIC WORKS DEPARTMENT DATE DESCRIPTION OF REVISIONS APPROVED CHECKED: DATE: SHEET 2 OF21 SAF 07/31/20 w Aw 0 N rn N 0 U VIA ANTIBES 1 3 SEE SHEET 19 3 FOR CONTINUATION 1 102 K"—,STA. 1+04. 7 100 _ x GO UNDER (E) 0 � /lool STA.1 +30.10 21 1 / ANGLE POINT _ S16°15'11"W S18015'11"W 8' SS FM / - / STA. 1+21.19 SS iS SEE SHEET 18 ANGLE POINT E UGE-T / FOR CONTINUATION // �� 9 VIA BARCELONA I I Lu I w 0 cn 1 208 I GO OVER (SS) NOTE 1 I GO UNDER (G) )T —I �! +00 .O o 5 sa I rn 3+00 N 8" SS FM N R"SRFnn— GO UNDER (UGE) SS SS SS EDG E lJ G Jnl N 19 r�� 38 / 203 205 209 213 VIA CORDOVA cn cn m � I GO UNDER (UGE) � I O Lo 222 Q 5+00— E +00 4GOER (SS) U) 0/ C7 SS FM 8" SS` -- - -�- - - SS L tGE 41 - 1UGE — VIA LIDO SOUD SCALE: 1 "=20' STRADA CORDOVA 8" DOMESTIC WATER MAIN O3 SEE NOTE 2 1 1 3.5' ROW GO UNDER (SD) 39 215 I - 250 40 NOTE 1 ^101 W W 8" SS FM 8" S FM 8" SS FM — z 0— GO UNDER (G) - - ------- = SS U W 41 W �0 UGE 'INUATION OF PE SEE ABOVE 40 2 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE O3 1 VI\ VVIV I IIV Vll11V1Y VI 12" PVC PIPE SEE ABOVE 40 2 CONNECTION AT STA. 1+04.38 SCALE: 1/2" = V-0" 0 N SS ss — E UGE 41 N U 'E UGE G G 229 231 233 235 EXIST. 6" CIP 33 45 11 T24 v .Q a' v a 3O FOR CONTINUATION C 8" PVC PIPE SEE ABO 8" SS F 8" SS FM ' GO UNDER (UGE) - - — I— — SS SS SS rE---�l UGE U STRADA BARCELONA 8" DOMESTIC WATER MAIN3O I SEE NOTE 2 1 1 3.5' ROW 110 222 40 C) 37 38 + P LLU L39 Q J 4+00 911 W W 46 41 I z 219 - O SS SS - J J 41 STA 3+88 69 2 = W UGE - E I U) Q —i— .fit/v 221 221 225 VIA DIJON I 1 4?..I U 1 0 cn II GO OVER (SS) J 37 38 310 CD I + 00 7+00� �, 8 Q H ~ W U) W 8" SS Nl 8" SS FM — 8" SS FM W 2 Z (n — — — — — — — 4.J W 41 SS — SS W STA. 7+37.32 4 U W U E - E — GO UNDER (G) Q G ��- 42 309(1-3) —v— �— — — — — o — STA. 6+08.69 3 cn 239 301 305 0 VIA LIDO SOU D SCALE: 1 "=20' R CONTINUATION OF 'VC TO FH SEE ABOVE CONTINUATION OF VC PIPE SEE ABOVE 3O CONNECTION AT STA. 3+88.69 SCALE: 1/2" = V-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' j EXIST. 4" CIP 34 45 12 25 i 8 v ' 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 6+08.69 SCALE: 1/2" = V-0" 3O FOR CONTINUATION OI 8" PVC PIPE SEE ABOV rte" "7NTINUATION OF TO FH SEE ABOVE DR CONTINUATION OF 'PVC PIPE SEE ABOVE O3 CONNECTION AT STA. 7+37.32 SCALE: 1/2" = V-0" CONSTRUCTION NOTES OINSTALL THRUST BLOCK; SEE STD -510-L OINSTALL 12" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L 3O INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L 5O INSTALL 12" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 6O INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 0 10 8" PVC SPOOL (LENGTH AS REQUIRED) 11 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE IS 6" DI MJxFLG TEE 21 8" DI MJ 45° ELBOW 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 36 12" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 43 12"x8" DI FLG TEE 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. NOTE: 1. MAINTAIN A MINIMUM CLEARANCE OF 4 FEET (PIPE EDGE TO EDGE) BETWEEN EXISTING SEWER FORCE MAIN AND WATER MAIN. EXTEND THE LIMITS OF ASPHALT REMOVAL FROM SIDE OF TRENCH TO THE EDGE OF NEAREST GUTTER. PROTECT IN PLACE EXISTING CURB AND GUTTER. 2. REMOVE AND REPLACE INTERFERING PORTIONS OF BRICK WALL. VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 Q Q J Li U E rn r I 0 N 0 r 0 3 r� �I w w / o 0 a� c L 0 3 Q i 7/-- EXIST. 4" CIP T12 i 8 � v ' 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE STRADA DIJON I I I W W = z co STA. 8+18.69 ri J W - - - - SS UW U) 1 Q UGE 313 VIA EBOLI � w � D C� I w - 8" DOMESTIC WATER MAIN O3 I i cn Im I 318 GO OVER (SS) GO UNDER (UGE) NOTE 1 C GO UNDER (G) Lu 10 9+00 �? S26°35' " N N I iv >FM- 8" SS FM - SS FM 8" SS - SS — SS 41 41 41 "? 41 46 -,uE UGE E N UGE II IIIIIIIIIISITA 101 39 40 319 I( 1 323 1 1 1 325 1 327 VIA LIDO SOUD SCALE: 1" = 20' VIA FLORENCE I L 8"SSM- STA. 10+12.31 ANGLE POINT 11' ROW I I M PROTECT IN PLACE PALM TREE NOTE 2 O i 100 STA. 10+42.31 - - 11. ANGLE POINT 11+00 S30°0808E I 8"SS FM - FM 8" SS M SS Cn W FSS I SS---�- z S28°35'49" \ 41 U E — = U Ii S UGE 41 46 C) i 41 Q STA. 10+33 55 2 329 � 1 331 Fl 333 F-1 VIA FERMO VIA FIRENZE 1 I "ui GO OVER (SS) i O GO UNDER (UGE) PROTECT IN PLACE LL I I 101 LIGHT POLE I 338 I 344 346 � SEE NOTE 3 37 38 GO OVER (SS) II 4' ROW i STA. 11+78.17 NOTE 17w --) GO UNDER (G) STA. 13+73.52 8" DOMESTIC WATER MAIN 3 ANGLE POINT - ANGLE POINT- - - 46 41 141 E GO UNDER (SD) GO OVER (SS) 40 39 _ 12+00 ° �� N 13+00 S28°35'45"E 14+00 S26°35'45"E S28'08'1 TIE S26 3545 E Q IJ._ - 3" SS FM J15 �- -AFM - �cn.8"- - - SSFM-- - S` - - -8" SS F�" 8..SS F - - TAF (n � - �� SS kE SS - SS STA. 14+61.51 W W 41 STA. 12+87.56 41 ANGLE POINT d. STA. 11+ N ANGLE POINT a UG 0- " ❑ ANGLE POINT UGE UGE 'JGE N -aO"' J D 0 41 41 4 STA. 14+67.37 = W �" 41 ❑ — — — V W _-W G — — IM - �� — G —��-- -- G W 3 STA. 13+46.40 I� 42 � - GO UNDER (UGE) 337 339 343 1 351 353 355 F.,359 F 361 363 365 R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 8+18.69 SCALE: 1/2" = 1'-0" EXIST. 6" CIP 33 45 ff11 .,- 24 v q a\ ' a FOR CONTINUATION ( 6" PVC TO FH SEE AB, (DFOR CONTINUATION 8" PVC PIPE SEE AB( cn VIA LIDO SOUD SCALE: 1" = 20' R CONTINUATION OF 3O FOR CONTINUATION OF 'VC PIPE SEE ABOVE 3O 8" PVC PIPE SEE ABOVE CONNECTION AT STA. 10+33.55 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' ?J r EXIST. 4" CIP 34 45 12 i a d . R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 13+46.40 SCALE: 3/4" = 1'-0" VIA GENOA I I I i 3.5' ROW CD I 39 —_ 15 + + 40 00 - - CO39 � � 39 R" � F ICA < W 0 W W = z co STA. 8+18.69 ri J W - - - - SS UW U) 1 Q UGE 313 VIA EBOLI � w � D C� I w - 8" DOMESTIC WATER MAIN O3 I i cn Im I 318 GO OVER (SS) GO UNDER (UGE) NOTE 1 C GO UNDER (G) Lu 10 9+00 �? S26°35' " N N I iv >FM- 8" SS FM - SS FM 8" SS - SS — SS 41 41 41 "? 41 46 -,uE UGE E N UGE II IIIIIIIIIISITA 101 39 40 319 I( 1 323 1 1 1 325 1 327 VIA LIDO SOUD SCALE: 1" = 20' VIA FLORENCE I L 8"SSM- STA. 10+12.31 ANGLE POINT 11' ROW I I M PROTECT IN PLACE PALM TREE NOTE 2 O i 100 STA. 10+42.31 - - 11. ANGLE POINT 11+00 S30°0808E I 8"SS FM - FM 8" SS M SS Cn W FSS I SS---�- z S28°35'49" \ 41 U E — = U Ii S UGE 41 46 C) i 41 Q STA. 10+33 55 2 329 � 1 331 Fl 333 F-1 VIA FERMO VIA FIRENZE 1 I "ui GO OVER (SS) i O GO UNDER (UGE) PROTECT IN PLACE LL I I 101 LIGHT POLE I 338 I 344 346 � SEE NOTE 3 37 38 GO OVER (SS) II 4' ROW i STA. 11+78.17 NOTE 17w --) GO UNDER (G) STA. 13+73.52 8" DOMESTIC WATER MAIN 3 ANGLE POINT - ANGLE POINT- - - 46 41 141 E GO UNDER (SD) GO OVER (SS) 40 39 _ 12+00 ° �� N 13+00 S28°35'45"E 14+00 S26°35'45"E S28'08'1 TIE S26 3545 E Q IJ._ - 3" SS FM J15 �- -AFM - �cn.8"- - - SSFM-- - S` - - -8" SS F�" 8..SS F - - TAF (n � - �� SS kE SS - SS STA. 14+61.51 W W 41 STA. 12+87.56 41 ANGLE POINT d. STA. 11+ N ANGLE POINT a UG 0- " ❑ ANGLE POINT UGE UGE 'JGE N -aO"' J D 0 41 41 4 STA. 14+67.37 = W �" 41 ❑ — — — V W _-W G — — IM - �� — G —��-- -- G W 3 STA. 13+46.40 I� 42 � - GO UNDER (UGE) 337 339 343 1 351 353 355 F.,359 F 361 363 365 R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 8+18.69 SCALE: 1/2" = 1'-0" EXIST. 6" CIP 33 45 ff11 .,- 24 v q a\ ' a FOR CONTINUATION ( 6" PVC TO FH SEE AB, (DFOR CONTINUATION 8" PVC PIPE SEE AB( cn VIA LIDO SOUD SCALE: 1" = 20' R CONTINUATION OF 3O FOR CONTINUATION OF 'VC PIPE SEE ABOVE 3O 8" PVC PIPE SEE ABOVE CONNECTION AT STA. 10+33.55 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' ?J r EXIST. 4" CIP 34 45 12 i a d . R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 13+46.40 SCALE: 3/4" = 1'-0" VIA GENOA I I I OC:) —_ 15 + S28°35'45"E L!7 r � 39 R" � F ICA - - F- W SS UGE C Z (1) 41 J Lu _ W U) 77:: �- GO UNDER (E) Q 367 3O FOR CONTINUATION OI 8" PVC PIPE SEE ABOV i I 2 ^" ^NTINUATION OF TO FH SEE ABOVE DR CONTINUATION OF 'PVC PIPE SEE ABOVE O3 CONNECTION AT STA. 14+67.37 SCALE: 3/4" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L Ob INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C O7 INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 90° ELBOW 25 4" DI MJ 90° ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. NOTES: 1. MAINTAIN A MINIMUM CLEARANCE OF 4 FEET (PIPE EDGE TO EDGE) BETWEEN EXISTING SEWER FORCE MAIN AND WATER MAIN. EXTEND THE LIMITS OF ASPHALT REMOVAL FROM SIDE OF TRENCH TO THE EDGE OF NEAREST GUTTER. PROTECT IN PLACE EXISTING CURB AND GUTTER. 2. REMOVE AND REPLACE INTERFERING PORTIONS OF SIDEWALK, CURB, AND GUTTER BETWEEN STA. 10+44 AND STA. 11+33. 3. CONNECT TO EXISTING WATER MAIN BETWEEN ACCESS RAMP AND DRIVEWAY. REMOVE AND REPLACE METER BOX AND SERVICE CONNECTION AS NEEDED. PROTECT IN PLACE RAMP AND DRIVEWAY. VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 D Q U E Q N 0 N I 0 N rn N r 0 3 I w w cn / co 0 a� c L 0 3 Q LA EXIST. 6" CIP 33 45 11 FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE GO UNDER (E) 412 39 40 �39 / O Lo + 00 = — W Of LU LU z � J = w U LJ Q 39 — UGE 423 VIA HAVRE 11' ROW i 19+00 UGE —G 'A. 18+88.88 1 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 18+88.88 SCALE: 1/2" = 1'-0" 425 4251/2 GO UNDER (E) J 403 VIA LIDO SOUD SCALE: 1"=20' VIA ITHACA 430 4' ROW PROTECT IN PLACE SIGN AND PLANTER 39 it C3 o Lo 40 cli N 20+00 N SS SS n — J � UGE N 429 433 EXIST. 4" CIP 34 45 12 rka 42 405 GO UNDER (UGE) 100 - GO OVER (SS) STRADAITHACA REMOVE AND REPLACE INTERFERING PORTIONS OF FENCE 8" DOMESTIC WATER MAIN 3O L 450 S71 °36'45"E 41 GO UNDER (G) STA. 20+09.88 435 439 VIA LIDO SOUD SCALE: 1"=20' 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE AOR CONTINUATION OF " PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 20+09.88 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 441 N 3.5' ROW O 39 + 40 37 38 N 21 +00 39 22- I—Lu 2 I -LU - - - r, - - 0 W S — 41 41 _ � SS Lu - 3E. UGE UGE — z 41 J w 41 = cf) vv - J G — — — Q S 3 443 443 1/2 445 445A EXIST. 6" CIP 33 45 11 O3 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 447 FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 21+24.38 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L 3O INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L @INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 0 INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 21 8" DI MJ 450 ELBOW 24 6" DI MJ 900 ELBOW 25 4" DI MJ 90° ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. NOTE: 1. FROM STA. 15+00 TO STA. 16+50 MAINTAIN A MINIMUM CLEARANCE OF 4 FEET (PIPE EDGE TO EDGE) BETWEEN EXISTING SEWER FORCE MAIN AND WATER MAIN. EXTEND THE LIMITS OF ASPHALT REMOVAL FROM SIDE OF TRENCH TO THE EDGE OF NEAREST GUTTER. PROTECT IN PLACE EXISTING CURB AND GUTTER. VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 LLJ D Q 0 U E 0- 0 N 1 O N rn N O Lo I Li LLJ 2 / M O N 3 c L 0 3 3 a i w VIA JUCAR w I (D I 450 Irll I GO UNDER (G) i O GO OVER (SS) O N N00 w N � VIA KORON ' I 8" DOMESTIC WATER MAIN O3 39 1 11' ROW I PROTECT IN PLACE WALL 100 500 I 460 PROTECT IN PLACE SIGN GO UNDER (E) -� 40 GO UNDER (E) GO OVER (SS) N 23+00 39 24+00 GO UNDER (UGE) S71 °36'45"E Q - - - Ln - - - - - - - - - - - w41 N SS SS ss— os SS SS W = S u' 41 I 41 41 ss — 1 U) aO, UGE N U UGE UGE UGE UGE J W GO UNDER (UGE) UGE UGE UG W U (n - — G G —IN —C. —V77----— — — G — — 42 FEY STA. 23+38.88 1 4511/2 451 453 459 461 463 w VIA LIDO SOUD SCALE: 1 "=20' 501 VIA LORCA I I I I i Lu O C GO UNDER (G) 25+00 SS 41 SS 507 511 510 C O Lo L N W Q J SS U) W UG W Z O J J 2 W G �W Q STRADA LORCA VIA MENTONE STRADA MENTONE VIA NICE m i 1 8" DOMESTIC WATER MAIN 3O I i 510 516 I I 520 I 534 1 3.5' ROW 3.5' ROW 37 38 — — — — — — — cn I I v) -- -- U)_ =,J w cn � 39i GO UNDER (G) wLo M E� 39 I I p + 40 GO OVER (SS) o GO OVER (SS) + LO N N 39 1(D 16 26+00 GO UNDER (UGE) 27+00 S71 3645E N 390 28+00 GO UNDER (UGE) 29 N - - - - - - -- - - - - - - - - - - TL Q W It vJ 0. — as SS JJ S_ SS —nj a SS SS — vJ W 41 41 41 41 W W — UGE UG SS UG _ss— � W Z 0- 41 41 41 a UGE UGE UGE N — E 41 UGE UGFUGE �' U. J W —� — — — — -- — -- -- = C) Q W� T I � STA. 27+84.38 r3 S.25+74.38 2Q 42 Q 2 1 7 / I I 1� 2 Tr EXIST. 4" CIP 34 45 12 25 a \Q •a. � o " 3O FOR CONTINUATIOI\ 8" PVC PIPE SEE AB, 515 517 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE D CONNECTION AT STA. 23+38.88 SCALE: 1/2" = V-0" 519 523 EXIST. 6" CIP 33 45 11 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 525 527 VIA LIDO SOUD SCALE: V=20' FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 25+74.38 SCALE: 1/2" = V-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 529 531 j EXIST. 4" CIP 34 45 12 533 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 535 R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 27+84.38 SCALE: 1/2" = V-0" N N CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L 66 INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. -------- VIA NORD SOUD -- -- -- KEY MAP SCALE: NTS C-7645-2 I W Q 0 U E 0 ro I O N 0 O O I W LLJ / 0 M O N 3 c L 0 3 a X 0 540 GO UNDER (SD) O + o ih NN N 00 LJ - (n Lu 10 N LLI = Z N J Lw GO UNDER (G) Q 537 111 539 CD N = M (D < w W 101� Lu w _Z n J n = LLI U Lu Q U) EXIST. 6" CIP I � 33 45 11 FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 29+98.88 SCALE: 1/2" = 1'-0" VIA ORVIETO i 111' ROW I 39 PROTECT IN PLACE SIGN 40 GO UNDER (E) — 39 i Sn —5D 37 38 30+00 GO UNDER (SD) 40 > 3 —SS -7 S: O 39 UGE UGE UGE 543 42 VIA QUITO � I Tr EXIST. 4" CIP 34 45 12 25 VIA PALERMO STRADA PALERMO imw , C� crr I I 8" DOMESTIC WATER MAIN 3O I c I 3.5' ROW 600 I 616 --- -- F -- — 39 p STA. 31+27.88 ANGLE POINT ,L GO OVER (SS) 40 L+ CD N GO UNDER (UGE) 32+00 39 CY) LL 31+00 S73°36'45"E LU S71 °36'45"E_ Q J -- - - - - - - - - ry SS SS E (3 / UGE 605 VIA LIDO SOUD SCALE: 1 " = 20' STRADA QUITO i I VIA LIDO SOUD SCALE: 1" = 20' 3O FOR CONTINUATION 8" PVC PIPE SEE ABi ONTINUATION OF PIPE SEE ABOVE 3O CONNECTION AT STA. 32+34.89 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' L .9 _ S S L1J 41 ui GE UGE UGE Z ® J — = W ay 615 ' 1 617 VIA RAVENNA lit !�►'� EXIST. 6" CIP 33Y4 5 24 3O FOR CONTINUATION c 8" PVC PIPE SEE ABO C) + (D M 00 Q � W (n W LLI = Z U) J W U U) Q 73 R CONTINUATION OF 'VC TO FH SEE ABOVE )NTINUATION OF PIPE SEE ABOVE 3O CONNECTION AT STA. 34+45.25 SCALE: 1/2" = 1'-0" N N CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW @)6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. NOTE: 1. CONNECT TO EXISTING WATER MAIN BETWEEN TREES. REMOVE AND REPLACE INTERFERING PORTIONS OF IRRIGATION. VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 w Q 0 U E O_ N N I 0 N rn N 0 I w w 2 / 0 M r- O N 3 c L 0 3 3 a X EXIST. 4" CIP 34 45 12 EXIST. 4" CIP O3 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 0 662 39 PROTECT IN PLACE PALM TREE O CD C9 — 40 Lij Q � U) W VIA SAN REMO I 15' ROW 100 11 1 W = 00 41 39 Z U)— J W = cn / mm: 661 665 VIA UNDINE w i 101 uJ I n (D LoI O � + — — M = GO UNDER (G) i CD co 3 Q — GO OVER (SS) Lu 40+00 W W - - - Z 0 S J :t 41 41 O L) w 0� U) 40 — — A' GO UNDER (UGE) i STA. 37+25.41 ANGLE POINT 37+00 S73020'10.7"E S74023'25"E GO UNDER (SD) Q , U E 41 STA. 37+95.11 g5 UGE 'E i - W W W ANGLE POINT —� G G — '- G F� I - — SS SS � SS GO UNDER (G) VIA TRIESTE STRADA TRIESTE I w I � I I I I � II � (1 I 720 3' ROW 101 GO UNDER (E) - 37 38 O i STA. 37+75.11 — — SEE NOTE 1 `O ANGLE POINT -1 E GO OVER (SS) —M LL 38+00 I 5'± o iq y N W S71 °20'11 "E S69°20'11"E 39 39+00 N J _ - - W w `o n SS 10 W 8" DOMESTIC WATER MAIN ( 42 I I U) 701 0 I VIA LIDO SOUD SCALE: 1" = 20' STRADA UNDINE I I 734 I 744 8" DOMESTIC WATER MAIN O3 I �- I U I 3 .5' ROW GO OVER (SS)6 39 I GO UNDER E GO UNDER (UGE) t -17 71 i 40 N Lo 39 41+00 _t_ SS SSli SS - 41 Q — — GO UNDER (UGE) 729 731 733 EXIST. 4" CIP 735 1 739 EXIST. 6" CIP 33 45 FOR CONTINUATION OF 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O 8" PVC PIPE SEE ABOVE CONNECTION AT STA. 36+64.01 SCALE: 1/2" = 1'-0" S69°20'11 "E Eu� 41 N E G 3 �■i NIIIFOFr,. N Z O 2 TA. 38+78.50 UGE —10 UGE41 J J N = W _ N U W _ F_- co � L I - 725 729 VIA VENEZIA 1 I II II 743 VIA LIDO SOUD FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 38+78.50 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' SCALE: 1" = 20' '+LTVV — � SS 'G I41 Avg VIA WAZIERS 11' ROW I 39 I 760 i SEE NOTE 2 I GO UNDER (E) i Lo— — 39 I N + M� 40 IO 43+00 W 37 38 U) W --W = S SS Z U) 39 _J W UE.. W 41 39 C) U) 3+0 .2 5 STA. 43+16.08 N 751 755 759 PROTECT IN PLACE WALL EXIST. 4" CIP 34 45 12 25 a v 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE )R CONTINUATION OF PVC PIPE SEE ABOVE O3 CONNECTION AT STA. 40+89.39 SCALE: 1/2" = 1'-0" FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE EXIST. 6" CIP 33 45 11 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 43+07.29 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 0 INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) G 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 90° ELBOW 25 4" DI MJ 90° ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 44 4" DI MJ TEE 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. NOTE: 1. INSTALL NEW FH 5 FT SOUTHEAST AS SHOWN TO REMAIN OUTSIDE OF ACCESS RAMP. 2. PROTECT IN PLACE SIGN, WALL, AND PALM TREE. 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE EXIST. 6" CIP - 1 1' ± FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O EXIST. 6" CIP EXIST. 6" SSP CONNECTION AT STA. 43+16.08 SCALE: 1/2" = 1'-0" _ _ — VIA NORD SOUD KEY MAP SCALE: NTS C-7645-2 I LJ D a 0 U E 0 N 0 I O N 0 O 00 I Li LJJ U) / 0 o M O N 3 c L 0 3 a i W VIA WAZIERS I 100 w GO UNDER (E) Lf') C0 _ 3 Q W44LLj Z J W 0- � _ " S j W GO UNDER (G) 1:11 co A,=�A GO OVER (SS) Q i-- N NGO UNDER (UGE) W N 44+00 LLJ _ Z W—N SS SS SS J Lu 41 = W _ N UGE U 41 L IM G 801 VIA YELLA I Icy II 805 807 VIA XANTHE w Icoco o STRADA XANTHE VIA YELLA I � I � I w I I� 8" DOMESTIC WATER MAIN O3 818 808 3.5' ROW O LC) 39 ~ GO OVER (SS) w LJ_. —3 GO UNDER (UGE) -I W 40 GO UNDER (E) Q J 45+00 S69020'11"E 39 ' 46+00 (� LLLJ -- - - - - - - - - - - - - - - - W S - S— )S SS — - S e Z O 41 1 STA. 45+40.22 41 41 J J UG 0 811 VIA LIDO SOUD SCALE: 1" = 20' STRADA YELLA I I I, I 828 GO UNDER (E)838 I 838 GO UNDER (UGE) — 3� W 37 38 F 39 — 39 .,...,,.�" 40- 47+00 39 , 48+0039 S69°20'11 "E 55 F SS ss- -i—SS- - iSS- UGE UGE U E - In C0 _ 3 Q W44LLj Z J W 0- � _ " S = UW �U) Q W G- EXIST. 4" CIP T(-- 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 823 DR CONTINUATION OF 'PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 45+40.22 SCALE: 3/4" = 1'-0" 41 41 G v� — —� 2 STA. 47+54.12 827 831 UGE GO UNDER (G) 41 GO UNDER (UGE) — G 42 3 STA. 48+53.30 835 1 853 EXIST. 6" CIP 33 45 11 24 E U E GE OI W U W TV v17 813 815 819 VIA ZURICH III I 8" DOMESTIC WATER MAIN O3 8' ROW 901 912 i I� GO UNDER (E) O O J - - - + C) 0 STA. 49+70.70 Q GO OVER (SS) 4g+oo N ANGLE POINT 50 S70°20'44"E S73°20'44"E (f) w -� - - - - w r.__� Z_ cn — ss 41 STA. 49+29.24 41 J Lll ANGLE POINT = W G UG N U U) G ----�; --G� G F_ I i 901 VIA LIDO SOU D SCALE: 1" = 20' O3 FOR CONTINUATION � 8" PVC PIPE SEE ABO R CONTINUATION OF 'VC TO FH SEE ABOVE )NTINUATION OF PIPE SEE ABOVE 3O CONNECTION AT STA. 47+54.12 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 3O FOF 8" P EXIST. 6" CIP i 1 33 45 11 --ONTINUATION OF C PIPE SEE ABOVE 3O CONNECTION AT STA. 48+53.30 SCALE: 1/2" = 1'-0" N rA CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 I N 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE O� 912 X GO OVER (SS) co '0 ° S73 20 44 E � `V STA. 50+26.65 ANGLE POINT \ `vP SS \\ STA. 50+46.65 p \ pQ ANGLE POINT O >° SEE NOTE 1 915 \ 42 S' +00 GO UNDER (UGE) 22 11 STA. 50+86.05 �\ 39 �- C ANGLE POINT GO UNDER (UGE) 0 ' Vol 938 / \ SS �s 909 i 37 38 GO OVER (SS) C — STA. 52+91.15 / O / 23 1 ANGLE POINT cJ / GO UNDER (UGE) 8 DOMESTIC WATER MAIN O3 1 GO UNDER (UGE) \ SS _ vC'�-- N2 °24'16"E 944 / GO UNDER (UGE) Cp AGE O �. N66009'1 6"E 41 46 \ UG UG52+00 N43°39�6E N37°39'16"E t454-5 41 GO UNDER (UGE) 941 N80009'16"E 41 1 -v G� 1 STA. 51+18.47 921 Xr'O v� Q� N22-4 00, 940 GO UNDER (UGE) 936 23 DANGLE 51+70.33 ANGLE POINT 925 929 STA. 53+58.8523 1 \ 917 929 VIA LIDO SO SCALE: 1" = 20' ANGLE POINT 8" DOMESTIC WATER MAIN O3 \ 37 38 �p9 \p9(� SS , \ 76 -7 41SQ_ O O X 00 N070 5'53"E SS 41 co �F N26029'07"W 0 590 � On STA. 54+16.72 41 �' GO UNDER (UGE) ANGLE POINT GO UNDER (UGE) N15°1407„5 5+00 46 41 932 23 1 STA. 54+57./78 v ANGLE POINT 41 930 GO UNDER (UGE) S A 928 926 VIA I lNUATION OF O FH SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE O3 CONNECTION AT STA. 51+18.47 SCALE: 1/2" = 1'-0" 3O FOR CONTINUATION OI 8" PVC PIPE SEE ABOV GO UNDER (UGE) STA. 52+11 ANGLE POI 933 UD 3leeQ GO UNDER (UGE) :3!Dn N34°38'48"W 939 23 3 \ STA. 56+93.8! 0 40 GO UNDER (UGE) G � 42 GO UNDER (UGE) - 41 912 39 vv 41 41 STA. 55+21:38 2 \ TA. 55+06.74 1 23 STA. 55+79.09 1 22 NGLE POINT ANGLE POINT SEE NOTE 1 \ 924 920 LIDO NORD SCALE: 1 " = 20' ^^ CONTINUATION OF /C TO FH SEE ABOVE :OR CONTINUATION OF 1" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 55+21.38 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O v• v. Q. 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE / 7 EXIST. 6" CIP 11 17 39 �\ 39 EXIST. 6" CIP x, / 33 45 EXIST. 6" SSP CONNECTION AT STA. 56+93.89 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 22 8" DI MJ 22.50 ELBOW 23 8" DI MJ 11.250 ELBOW 33 6" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. NOTE: 1. CONTRACTOR TO FIELD FIT PIPE ALIGNMENT FROM STA. 50+86.05 TO STA. 55+79.09. MAXIMUM PIPE DEFLECTION SHALL BE 2 DEGREES WITH A MINIMUM 10 FEET LAY LENGTH. MINOR DEFLECTION POINTS AND BEARINGS NOT SHOWN WITHIN THIS SEGMENT FOR CLARITY. VIA NORD SOLID - -- -- -- - -- -- -- KEY MAP SCALE: NTS C-7645-2 I X 3O FOR CONTINUATION C 8" PVC PIPE SEE ABO\ VIA ZURICH I I I901 SEE NOTE 1 I I I 4 I 22 1 ANGLE POINT B' R0 845 I 39 --� O — — — 40 STA. 58+56.45 + GO OVER (SS) ANGLE POINT N57°08'48"W Iii 58+00 39 Ir - AS U) W 00 - LU = GO OVER (SS) --� w STA. 57+11.13 �E = w ANGLE POINT 22 lO —� Lo + O = Cfl Q ry W ry w w Z_ n -- J n U w �w Q 75 41 904 STRADA XANTHE - - GO UNDER (G) - - I41 46 I 41 STk 57+95.41 ri N S - �n on STRADA YELLA I I � I I 3' ROW - 37 38 39 i STA. 58+87.33 40 N ANGLE POINT I u, 59+00 39 N58008'48"W 840 VIA LIDO NORD SCALE: 1" = 20' VIA XANTHE 8" DOMESTIC WATER MAIN (D 835 N 0 VIA YELLA � I I I li G) rn Mi GO UNDER (G) 60+00 N60°05'45"W N G1 .L SS �� 41 _, o 3 fl 41 0 STA. 58+95.95 2 836 832 VIA WAZIERS C) Lo ++ E-- (fl LL GO UNDER (UGE) uJ IGO OVER (SS) r---rnC 828 ,I J J � � 2 W 824 EXIST. 6" CIP 33 45 11 CONNECTION AT STA. 57+95.41 SCALE: 1/2" = 1'-0" N OF 30VE O3 FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE VIA LIDO NORD SCALE: 1" = 20' EXIST. 6" CIP 33 45 11 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE D CONNECTION AT STA. 58+95.95 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE EXIST. 4" CIP 34 45 12 DR CONTINUATION OF PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 61+10.53 SCALE: 1/2" = V-0" OFOR CONTINUATION 8" PVC PIPE SEE AB, O C-0 N Q ~ w U) w w = Z_ (n J w = w U W Q EXIST. 6" CIP 33Y45) R CONTINUATION OF 'VC TO FH SEE ABOVE CONTINUATION OF VC PIPE SEE ABOVE O3 CONNECTION AT STA. 63+44.21 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 0 18 6" DI MJxFLG TEE 0 22 8" DI MJ 22.50 ELBOW 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. NOTE: 1. CONNECT TO EXISTING WATER MAIN BETWEEN ACCESS RAMP AND DRIVEWAY. REMOVE AND REPLACE METER BOX AND SERVICE CONNECTION AS NEEDED. PROTECT IN PLACE RAMP AND DRIVEWAY. 2. PROTECT IN PLACE TREES AND STRUCTURE. 3. REMOVE AND REPLACE INTERFERING PORTIONS OF BRICK WALL. VIA NORD SOUD KEY MAP SCALE: NTS C-7645-2 V.J Q CD 0 E Q 00 N I O N rn N r 0 I Li w 2 / 0 0 M O N 3 c L 0 3 3 a i Q J I-- U) cr w I z — O ,I J J � � 2 W 824 EXIST. 6" CIP 33 45 11 CONNECTION AT STA. 57+95.41 SCALE: 1/2" = 1'-0" N OF 30VE O3 FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE VIA LIDO NORD SCALE: 1" = 20' EXIST. 6" CIP 33 45 11 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE D CONNECTION AT STA. 58+95.95 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE EXIST. 4" CIP 34 45 12 DR CONTINUATION OF PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 61+10.53 SCALE: 1/2" = V-0" OFOR CONTINUATION 8" PVC PIPE SEE AB, O C-0 N Q ~ w U) w w = Z_ (n J w = w U W Q EXIST. 6" CIP 33Y45) R CONTINUATION OF 'VC TO FH SEE ABOVE CONTINUATION OF VC PIPE SEE ABOVE O3 CONNECTION AT STA. 63+44.21 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 0 18 6" DI MJxFLG TEE 0 22 8" DI MJ 22.50 ELBOW 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. NOTE: 1. CONNECT TO EXISTING WATER MAIN BETWEEN ACCESS RAMP AND DRIVEWAY. REMOVE AND REPLACE METER BOX AND SERVICE CONNECTION AS NEEDED. PROTECT IN PLACE RAMP AND DRIVEWAY. 2. PROTECT IN PLACE TREES AND STRUCTURE. 3. REMOVE AND REPLACE INTERFERING PORTIONS OF BRICK WALL. VIA NORD SOUD KEY MAP SCALE: NTS C-7645-2 V.J Q CD 0 E Q 00 N I O N rn N r 0 I Li w 2 / 0 0 M O N 3 c L 0 3 3 a i 761 O O 00 Q W W W 2 Z U) Jn J W en = W Uc/) Q Ln I` _ Cfl Q ry (D ry W W Z W U w �w Q(J) 73 VIA VENEZIA Irn I GO OVER (SS) GO UNDER (G) SS Don - STRADA TRIESTE EXIST. 4" CIP 34 45 12 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE C(1M f f"%klTIAII lATlON OF BOVE O3 CONNECTION AT STA. 65+62.81 SCALE: 1/2" = 1'-0" 42 STRADA UNDINE I I PROTECT IN PLACE I i I I CONCRETE BENCH 745 I 737 GO UNDER (UGE) __"T_ 8" DOMESTIC WATER MAIN 3O 3.5' ROW 39 I 40 65+00 39 66+00 N60005'45"W z I —F — SS T 41 Don 3Jn Do STA. 65+62.81 1 - 7J — —� T 756 1 748 1 744 1 740 FOR CONTINUATION 6" PVC TO FH SEE A& 3O FOR CONTINUATI 8" PVC PIPE SEE VIA TRIESTE VIA LIDO NORD SCALE: 1" = 20' VIA LIDO NORD SCALE: 1" = 20' (_ EXIST. 6" CIP 33 45 Jai -OR CONTINUATION OF 3" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 67+74.38 SCALE: 1/2" = 1'-0" 20 0 20 40 SCALE:1 "=20' Lq N N SS_ J Don N 736 VIA UNDINE I I I 725 LAI I GO UNDER (G) c:N GO UNDER (UGE) Fon1 V1 67+00 - -L - - ss - 04 cI) Don 306 VIA SAN REMO 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE Donn 732 REMOVE AND REPLACE INTERFERING PORTIONS OF PLANTER it — sS — D 724 VIA RAVENNA EXIST. 6" CIP 33 45 11 LO f (.0LL W ct) W uiZ —O J J 2 W U w Q c/) O ti M QLLJ� W W 2 Z (n J W = W U cl) Q SEE LEFT FOR CONTINUATION (21-- 10 1 1 o, b. v C 39 =XIST. 6" CIP 45 32 ITINUATION OF PE SEE ABOVE3O 10 a a as SEE RIGHT FOR CONTINUATION CONNECTION AT STA. 69+85.14 SCALE: 1/2" = 1'-0" 10 39 EXIST. 6" CIP 4'± EXIST. 8" CIP CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 10 8" PVC SPOOL (LENGTH AS REQUIRED) 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 15 8" DI FLG CROSS TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 21 8" DI MJ 45° ELBOW 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW 28 8"x6" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 32 8" TRANSITION COUPLING 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 FOR CONTINUATION ( 6" PVC TO FH SEE AB 3O FOR CONTINUATI 8" PVC PIPE SEE VIA RAVENNA Ili m C m + GO UNDER (UGE) j CV 00 W SS SS W W = 3�n Z U) J n J W 41 41 = W — — — — U CI ~ 42 Q 650 1 646 STRADA QUITO I I REMOVE AND REPLACE INTERFERING PORTIONS OF BRICK WALL 645 I I PROTECT IN PLACE TREE 633 35 OW 'R I y 37 38 8" DOMESTIC WATER MAIN O3 39 40 VIA QUITO STRADA PALERMO I i m1 i 623 I 11S , 615 GO OVER (SS) 3.5' ROW GO UNDER (UGE) � - c r7 -77 - - - 17 i i 39 72+QQ 39 GO UNDER (G) 73+00 ol N60005'45"W S. S -S n 3Jn 3Jn N '\ ST .72 1 E 3 n 642 - 41 41 v v 640 634 630 O 0 40 Lo CN N 74+00LL 39 ti W N SS - Cn N 41 n LJJW N I 2 STA. 74+13.64 am 46 41 _ Z O O J - = W �W Q 628 1 626 1 618 VIA LIDO NORD SCALE: 1" = 20' VIA PALERMO VIA ORVIETO VIA NICE m I PROTECT IN PLACE TREE, PLANTER, AND STRUCTURE 1 I I U)I 615 I 601 39 545 I 537 8" DOMESTIC WATER MAIN O3 11' ROW i rLL7=.- GO UNDER (E) 39 GO UNDER (G) OGO OVER (SS) O Lo GO UNDER (UGE) N N U) rr GO UNDER (UGE) p = 75+00 m 76+00 1 40 37 38 77+00 N 78 00 N60°05'45"W Q- - - - - - - - - - - - - - - - - - - - - - Z� - - - - Q r- - S SS SS SS - S SS SS SS —10 41 F -- (n � 41 GO UNDER (G) 41 39 N W W W W - 39n 3 n 3Jn 3 3Jn On GO UNDER (E) -Lo.- en 3 r W Z C 3Jn n� ion 41 41 I N W = 41 41 z (n J � o U W - E - 9 -- - -��- - - I w QT - W 42 3 76+49.14 Q fri II 612 EXIST. 6" CIP I 33 45 11 :OR CONTINUATION OF 3" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 72+03.64 SCALE: 1/2" = 1'-0" 608 1 604 1 600 1 II 544 1 538 1 536 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE I m VIA LIDO NORD SCALE: 1 " = 20' EXIST. 4" CIP z12 JATION OF SEE ABOVE 3O CONNECTION AT STA. 74+13.64 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 3O FOR CONTINUATION 8" PVC PIPE SEE ABO EXIST. 6" CIP 33 45 i 11 ) R CONTINUATION OF 'VC TO FH SEE ABOVE )NTINUATION OF PIPE SEE ABOVE O3 CONNECTION AT STA. 76+49.14 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 46 SERVICE LATERAL LOCATION UNKNOWN; COORDINATE WITH ACTUAL METER BOX LOCATION IN FIELD. VIA NORD SOUD - -- -- -- --- -- KEY MAP SCALE: NTS C-7645-2 I LA 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE O O + in otio cy-) 00 N C/) LJJ In— Lu_Don Lq Z (n J LJJ Lli — Q 534 O U7 c � 0 Cn C LLI L z J � = l Q STRADA MENTONE I I I PROTECT IN PLACE TREE I 529 537 3.5' ROW 8" DOMESTIC WATER MAIN O3 777 N I 40 STA. 79+58.32 39 79+00 ANGLE POINT N60°05'45"W Lq T - - — - - N I � ss 3 CJI X momiIZ-RIZ' it �WWEM� 532 1 530 Son lnn VIA MENTONE I I I I � m m I I II I I I GO UNDER (UGE) I — c' STA. 79+78.32 rANGdLEOINT 80+00 SS - - GO UNDER (G) F� 3Jn 521 N64007'22"W 3Jn m $-7 1T J 42 518 520 528 524 VIA LIDO NORD SCALE: 1 " = 20' STRADA LORCA I I I I 511 I y I � I3.5' ROW N63°04'26"W 39 STA. 81+41.19 40 ANGLE POINT 39 38 81 +00 - �— - STA. 80+74.60 2 41 41 � - iv\C I 516 VIA LORCA VIA KORON VIA JUCAR 514 512 O Co LL Lli Q J E– Cn LLJ ui Z� 0 J Uw Q U) EXIST. 4" CIP T34 45 12 R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 78+63.64 SCALE: 1/2" = 1'-0" FOR CONTINUATION ( 6" PVC TO FH SEE AB, 3O FOR CONTINUATI 8" PVC PIPE SEE VIA LIDO NORD SCALE: 1" = 20' EXIST. 6" CIP 33 45 �lll) FION OF :ABOVE 3O CONNECTION AT STA. 80+74.60 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE EXIST. 4" CIP T12 JATION OF ;EE ABOVE O3 CONNECTION AT STA. 83+09.72 SCALE: 1/2" = 1'-0" O O + L0 00 Ln Q � ~ W LLJ LLJ = Z_ (n J LLJ = LU UU) a WE CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 11 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 900 ELBOW 25 4" DI MJ 90° ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. VIA NORD SOUD KEY MAP SCALE: NTS C-7645-2 FOR CONTINUATION ( 6" PVC TO FH SEE AB 3O FOR CONTINUATI 8" PVC PIPE SEE O O 00 Q � ~ Lu U) Lu LU 2 _Z U) J LLI = LU U U) Q WE O Lo 00 = 00 Q ry U) ry LLI LU Z_ n J 0- U Lu U) Q 73 STRADA ITHACA VIA ITHACA STRADA GRAZIANA VIA GRAZIANA VIA LIDO NORD SCALE: 1" = 20' VIA GENOA VIA FIRENZE [T /I',-- EXIST. 6" CIP 33 45 11 15 Jf -OR CONTINUATION OF 3" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 85+24.22 SCALE: 1/2" = 1'-0" 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABC EXIST. 4" CIP T34 45 12 -� a .a q. v. VIA LIDO NORD OR CONTINUATION OF PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 86+38.72 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' SCALE: 1 " = 20' EXIST. 6" CIP I 33 45 11 FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 88+40.22 SCALE: 1/2" = V-0" 3O FOR CONTINUATION 8" PVC PIPE SEE ABC O 00 LL LLJ Q J co Lu Z Zo J J 2 Ll U Lu Q W O O N QLLJ � U) LLl LLI = Z_ (n J LLJ = LU U U) Q Tl-- EXIST. 4" CIP z12 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE O3 CONNECTION AT STA. 91+07.72 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 24 6" DI MJ 900 ELBOW 25 4" DI MJ 900 ELBOW @)6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 E Q r� N w I 0 N rn N r 0 FOR CONTINUATION 6" PVC TO FH SEE AB, O3 FOR CONTINUATION 8" PVC PIPE SEE AB( O O m Lo Q T_ I— Lij~ U) W W 2 Z (n J W = W UW Q STRADA FLORENCE VIA EBOLI STRADA DIJON VIA DIJON STRADA CORDOVA i 303 Iwo II I STA. 95+50.9521 1 ANGLE POINT 3.5' OLo GO OVER (SS) LO ~ - d) r_n i v un GL CV N Cn 10 Ljj W _ mM _ _ _ co— Z a A It SS SS /p— Ln — 96+00 — -zo UW0LLJ 4 Q10 N6-0-00-5'45"WC i� ao — EXIST. 6" CIP 33 45 11 ATION OF =E ABOVE 3O CONNECTION AT STA. 92+14.72 SCALE: 1/2" = 1'-0" 41 41 STA. 95+74.2621 1 ANGLE POINT GO UNDER (E) 300 441 i w 39 225 VIA LIDO NORD SCALE: 1" = 20' VIA CORDOVA STRADA BARCELONA I I I cn --- -- -- - I G) m 217 I I I N62°05'50"W STA. 96+81.02 STA. 97+42.62 — - - - ANGLE POINT ANGLE POINT i 4� 3997 0 N64°05'50"W N62°00'32"W 41 GO UNDER (UGE) / I \ STA. 96+63.08 T O 41 ANGLE POINT w STA. 96+44.06 2 42 i i 226 1 224 222 i 220 VIA LIDO NORD SCALE: 1" = 20' 3O FOR CONTINUATION O 8" PVC PIPE SEE ABOV EXIST. 4" CIP 34 45 12 -� a a q. R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 94+24.22 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 1 3.5' ROW GO UNDER (UGE) 37 38 STA. 97+62.62 ANGLE POINT 8" DOMESTIC WATER MAIN O3 d N60°05'50"W 98+00N58°05'50"W STA. 98+41.90 41 ANGLE POINT - _ STA. 97+82.62 ANGLE POINT 41 i 5 STA. 1 98+51.28 i 218 xi 216 214 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 95+03.05 SCALE: 1/2" = V-0" F 211 40 co 39 60°05'45"W 4 GO UNDER (UGE) O Lo d7 LL Q J Cn W Lij 3:Z Zo J J 2 W UW Q W 0 d') 0) (` r Q I— Li j — � L.I.J W = 99 Z W LJJW 2 U) Q !10 3O FOR CONTINUATION O 8" PVC PIPE SEE ABOV 61 EXIST. 4" CIP 34 45 12 -� a o' a A o. R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 96+44.06 SCALE: 3/4" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L O3 INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 0 INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 16 8"x6" DI FLG TEE 17 8"x6" DI MJxFLG TEE 18 6" DI MJxFLG TEE 21 8" DI MJ 45° ELBOW 24 6" DI MJ 90° ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 33 6" TRANSITION COUPLING 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN LINO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. NOTE: 1. INSTALL NEW FH 3 FT SOUTHEAST AS SHOWN TO REMAIN OUTSIDE OF ACCESS RAMP. EXIST. 6" CIP 33 45 11 FOR CONTINUATION OF 6" PVC TO FH SEE ABOVE 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE O3 CONNECTION AT STA. 98+51.28 SCALE: 3/4" = 1'-0" VIA NORD SOUD KEY MAP SCALE: NTS C-7645-2 I i O O (fl ~ W 07 W W 2 Z V) J W = W U U) Q 02 FOR CONTINUATION OF 4nil P'%Irl nmC OCC OLJCCT 4(l 03 FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE O Ln N � O 2 Q U) ry W W Z n J � 2 W U W W Q 75 VIA BARCELONA VIA ANTIBES VIA LIDO NORD SCALE: 1" = 20' MATCH LINE STA. 105+14.11 SEE SHEET 18 NTINUATION OF 'IPE SEE ABOVE 3O CONNECTION AT STA. 100+25.99 SCALE: 1/2" = 1'-0" 3OFOR CONTINUATION C 8" PVC PIPE SEE ABO VIA LIDO NORD SCALE: 1 " = 20' "ONTINUATION OF : TO FH SEE ABOVE OR CONTINUATION OF PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 101 +70.70 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 3O FOR CONTINUATION i 8" PVC PIPE SEE ABO EXIST. 4" CIP z12 CD Lo + N O W Q J (n W W 3 Z 0 J J = W U W W Q R CONTINUATION OF 'VC PIPE SEE ABOVE 3O CONNECTION AT STA. 102+89.98 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L 2O INSTALL 12" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L 3O INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 10 8" PVC SPOOL (LENGTH AS REQUIRED) 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 17 8"x6" DI MJxFLG TEE 21 8" DI MJ 45° ELBOW 22 8" DI MJ 22.50 ELBOW 27 12"x8" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) @)6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 34 4" TRANSITION COUPLING 35 8" DI FLGxMJ ADAPTER 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 50 8" DI FLG TEE NOTE: 1. EXTEND THE LIMITS OF ASPHALT REMOVAL FROM SIDE OF TRENCH TO THE EDGE OF NEAREST GUTTER. PROTECT IN PLACE EXISTING CURB AND GUTTER. r VIA NORD SOLID KEY MAP SCALE: NTS C-7645-2 E Q 0 N w w 3O FOR CONTINUATION c 8" PVC PIPE SEE ABO "7NTINUATION OF TO FH SEE ABOVE )R CONTINUATION OF PVC PIPE SEE ABOVE 3O CONNECTION AT STA. 105+39.97 SCALE: 1/2" = V-0" VIA LIDO SOUD SCALE: 1 " = 20' EXIST. 4" CIP 34 45 12 M FOR CONTINUATION OF 8" PVC PIPE SEE ABC )N OF ABOVE 3O CONNECTION AT STA. 106+54.57 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' 3O FOR CONTINUATION OF 8" PVC PIPE SEE ABOVE (DFOR CONTINUA' PC PIPE SEE SH VIA ANTIBES SEE SHEET 19 FOR CONTINUATIO S28044'32"E \ SEE SHEET 19 FOR CONTINUATION VIA LIDO R CONTINUATION OF 12" PIPE SEE SHEET C-19 O2 CONNECTION AT STA. 108+17.74 SCALE: 1/2" = 1'-0" z CONSTRUCTION NOTES lO INSTALL THRUST BLOCK; SEE STD -510-L 2O INSTALL 12" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L 3O INSTALL 8" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L bO INSTALL 8" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7O INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 10 8" PVC SPOOL (LENGTH AS REQUIRED) 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 12 4" PVC SPOOL (LENGTH AS REQUIRED) 14 12"x8" DI MJxFLG TEE 17 8"x6" DI MJxFLG TEE 21 8" DI MJ 45° ELBOW 25 4" DI MJ 900 ELBOW 29 6"x4" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 34 4" TRANSITION COUPLING 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. NOTE: 1. EXTEND THE LIMITS OF ASPHALT REMOVAL FROM SIDE OF TRENCH TO THE EDGE OF NEAREST GUTTER. PROTECT IN PLACE EXISTING CURB AND GUTTER. VIA NORD SOUD KEY MAP SCALE: NTS C-7645-2 LJ_ _ D a 0 U Q N O N I O N 11-1rn N r O w 20 co co L6 co Q 10 z O_ p M O + Z 0 ��O cow0 Z H o o+ 0 Y + Z p Z N J "t w L co— H X H X cowZ_ cnw? z coo coz co Y �Z W� X w? S = -1.75% z `a U O WZ O � j Y `*4U EXISTING GRADE U)W z z M 20 its] S = -1.13% S = -0.62% S = -0.32% Lu c0 w L0 z N rn 0 M z p S= -0.28% 00 o z rn U � w M z 00 0 Z Lo U) — r O r i EE F -O W W N O Cfl W N J + +I U O o LLJ F- M +I - W tl ��� + LO Qod O U) wp> Qoo x� < 00wW +MW M �-i� N+IN^ LnaoU �Z �N X �N� �W N= W N w W p� M�� Q tiLL W �+ OWN N Xp Q �w ac: <6 �_�� — QIP_ � Www N�� F- ti= W F- < W— cn —per Qr� O wNLU c —� �w� �w� �LLI W �= U) —� 1+00 1+50 2+00 2+50 1\ A. 1 +00.00 _ � 2 i 'c 39c i SEE SHEET 18 O r 7X m 1 FOR CONTINUATION so \ t STA. 1+21.25 2S74o 7TGO GO UNDER (G) UNDER (UGE) \ * GO OVER (SS) � \O 12" DOMESTIC WATER MAIN \\"\(2 \ 3 STA. 1+96.08 CCS 39 ii' ` 1 ANGLE POINT 19 1 3 STA. 2+04.74 3 Ci NOTE 1 GO UNDER (E) c� s. i \ GO UNDER (UG E) �� STA. 2+14.33 +00 ANGLE POINT � E_ / 39 �41 37 38 E W E m 203 / 39 N61 °15'28"E SEE SHEET 3 _T FOR CONTINUATION 1 42 205 45 100 102 104 106 VIA LIDO SOUD EXIST. 8" ACP /C EXIST. 6" CIP 39 FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE 40 2 CONNECTION AT STA. 1 +00.00 SCALE: 1/2" = 1'-0" 3+00 PROFILE HORIZONTAL SCALE: 1" = 20' VERTICAL SCALE: 1" = 4' 12" DOMESTIC WATER MAIN O2 cn 3+00 0 41 N63°24'15"E 41 0 W 3+50 4+00 \ \ \ 42 / i \ �lool \ SEE SHEET 17 \ FOR CONTINUATION \ \ STA. 3+41.49 4 \ 12" DOMESTIC WATER MAIN O2 N76053'51 "E N75°08'51 "E _\ Co STA. 4+20.21 ANGLE POINT 4+00 4+50 ANGLE POINT \ ` W — 3 W STA. 4+40.01 \ ` 1 21 ANGLE POINT \ \ SEE SHEET 17 l N31053' 1"E �\ FOR CONTINUATION 7.5' ROW I REMOVE AND REPLACE INTERFERING PORTIONS OF BRICK WALL 108C 108B 108A 112C 112B 112A I 200(1-3) 204 2041/2 206 i I STRADA CENTRO VIA ANTIBES SCALE: 1" = 20' FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE 40 2 EXIST. 6" CIP CONNECTION AT STA. 1+21.25 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' O2 FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE VIA LIDO NORD )R CONTINUATION OF " PVC PIPE SEE ABOVE 2\ FOR CONTINUATION OF 6" PVC PIPE TO FH SEE ABOVE 1 1 CONNECTION AT STA. 2+04.74 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES 1\ INSTALL THRUST BLOCK; SEE STD -510-L 2\ INSTALL 12" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L 4\ 12"x6" DI MJxFLG TEE 5\ INSTALL 12" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7\ INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 8\ 12" PVC SPOOL (LENGTH AS REQUIRED) \ 10" PVC SPOOL (LENGTH AS REQUIRED) 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 13 12" DI MJxFLG TEE 19 12" DI MJ 450 ELBOW @)12" DI MJ 11.25° ELBOW 21 8" DI MJ 450 ELBOW 26 12"x10" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 30 12" TRANSITION COUPLING 31 10" TRANSITION COUPLING 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 47 10 DI MJ 900 ELBOW i 2\ FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE EXIST. 10" CIP FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE 2\ EXIST. 10" CIP __3 CONNECTION AT STA. 3+41.49 SCALE: 1/2" = 1'-0" VIANORDSOUD __ EXIST. 10" CIP KEY MAP SCALE: NTS C-7645-2 X z O_ p M O CO ~ O pll jN ��mfV W W � i 100 co N J "t m Q' - L co— P': w0 QI- co O QI�� = co co co 20 its] S = -1.13% S = -0.62% S = -0.32% Lu c0 w L0 z N rn 0 M z p S= -0.28% 00 o z rn U � w M z 00 0 Z Lo U) — r O r i EE F -O W W N O Cfl W N J + +I U O o LLJ F- M +I - W tl ��� + LO Qod O U) wp> Qoo x� < 00wW +MW M �-i� N+IN^ LnaoU �Z �N X �N� �W N= W N w W p� M�� Q tiLL W �+ OWN N Xp Q �w ac: <6 �_�� — QIP_ � Www N�� F- ti= W F- < W— cn —per Qr� O wNLU c —� �w� �w� �LLI W �= U) —� 1+00 1+50 2+00 2+50 1\ A. 1 +00.00 _ � 2 i 'c 39c i SEE SHEET 18 O r 7X m 1 FOR CONTINUATION so \ t STA. 1+21.25 2S74o 7TGO GO UNDER (G) UNDER (UGE) \ * GO OVER (SS) � \O 12" DOMESTIC WATER MAIN \\"\(2 \ 3 STA. 1+96.08 CCS 39 ii' ` 1 ANGLE POINT 19 1 3 STA. 2+04.74 3 Ci NOTE 1 GO UNDER (E) c� s. i \ GO UNDER (UG E) �� STA. 2+14.33 +00 ANGLE POINT � E_ / 39 �41 37 38 E W E m 203 / 39 N61 °15'28"E SEE SHEET 3 _T FOR CONTINUATION 1 42 205 45 100 102 104 106 VIA LIDO SOUD EXIST. 8" ACP /C EXIST. 6" CIP 39 FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE 40 2 CONNECTION AT STA. 1 +00.00 SCALE: 1/2" = 1'-0" 3+00 PROFILE HORIZONTAL SCALE: 1" = 20' VERTICAL SCALE: 1" = 4' 12" DOMESTIC WATER MAIN O2 cn 3+00 0 41 N63°24'15"E 41 0 W 3+50 4+00 \ \ \ 42 / i \ �lool \ SEE SHEET 17 \ FOR CONTINUATION \ \ STA. 3+41.49 4 \ 12" DOMESTIC WATER MAIN O2 N76053'51 "E N75°08'51 "E _\ Co STA. 4+20.21 ANGLE POINT 4+00 4+50 ANGLE POINT \ ` W — 3 W STA. 4+40.01 \ ` 1 21 ANGLE POINT \ \ SEE SHEET 17 l N31053' 1"E �\ FOR CONTINUATION 7.5' ROW I REMOVE AND REPLACE INTERFERING PORTIONS OF BRICK WALL 108C 108B 108A 112C 112B 112A I 200(1-3) 204 2041/2 206 i I STRADA CENTRO VIA ANTIBES SCALE: 1" = 20' FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE 40 2 EXIST. 6" CIP CONNECTION AT STA. 1+21.25 SCALE: 1/2" = 1'-0" 0 1' 2' 4' SCALE:1 /2"=1'-0" 20 0 20 40 SCALE:1 "=20' O2 FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE VIA LIDO NORD )R CONTINUATION OF " PVC PIPE SEE ABOVE 2\ FOR CONTINUATION OF 6" PVC PIPE TO FH SEE ABOVE 1 1 CONNECTION AT STA. 2+04.74 SCALE: 1/2" = 1'-0" CONSTRUCTION NOTES 1\ INSTALL THRUST BLOCK; SEE STD -510-L 2\ INSTALL 12" C-900 (DR 14) PVC PIPE; SEE STD -STD -106-L 4\ 12"x6" DI MJxFLG TEE 5\ INSTALL 12" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 7\ INSTALL 6" FLGxMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 8\ 12" PVC SPOOL (LENGTH AS REQUIRED) \ 10" PVC SPOOL (LENGTH AS REQUIRED) 1 1 6" PVC SPOOL (LENGTH AS REQUIRED) 13 12" DI MJxFLG TEE 19 12" DI MJ 450 ELBOW @)12" DI MJ 11.25° ELBOW 21 8" DI MJ 450 ELBOW 26 12"x10" DI MJ ECCENTRIC REDUCER (FLAT ON TOP) 30 12" TRANSITION COUPLING 31 10" TRANSITION COUPLING 37 INSTALL WET BARREL FIRE HYDRANT; SEE STD -500-L 38 REMOVE AND DISPOSE OF EXISTING FIRE HYDRANT, HYDRANT BURY, VALVE, AND LATERAL. 39 REMOVE INTERFERING PORTIONS OF EXISTING PIPE, CUT AND PLUG WHERE INDICATED WITH CONCRETE, AND ABANDON IN PLACE. 40 REMOVE AND DISPOSE OF INTERFERING PORTIONS OF EXISTING PIPE, FITTINGS, AND THRUST BLOCKS. 41 REMOVE AND REPLACE EXISTING METER BOX AND SERVICE CONNECTION; SEE GENERAL NOTE 33. 42 ABANDON IN PLACE EXISTING WATER MAIN. REMOVE VALVE CANS AND LIDS FOR ABANDONED ISOLATION VALVES. RESURFACE IN KIND. 45 CONNECT TO EXISTING WATER MAIN BEHIND SIDEWALK AND/OR CURB RETURN UNO; COORDINATE LOCATION IN FIELD TO REDUCE SURFACE REPAIRS AND LANDSCAPING. 47 10 DI MJ 900 ELBOW i 2\ FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE EXIST. 10" CIP FOR CONTINUATION OF 12" PVC PIPE SEE ABOVE 2\ EXIST. 10" CIP __3 CONNECTION AT STA. 3+41.49 SCALE: 1/2" = 1'-0" VIANORDSOUD __ EXIST. 10" CIP KEY MAP SCALE: NTS C-7645-2 X REPLACE WI REQUIREME LOCATION OF SAWCUT �i r!\/ I cl _r f, l_'% F, I ur%r_ 1 F_ CONCRETE PAVEMENT LIMITS OF 2" GRIND & 2" FINAL PAVING CAP SEE NOTES 1 AND 2 18° 00 4 ° 4 a. f REPLACE AC PAVEMENT WITH REQUIREMENTS PER TABLE 1 LOCATION OF SECOND SAWCUT TRENCH WIDTH + 36" LOCATION OF ORIGINAL SAWCUT 18" SAWCUT & TACK COAT (TYP) 2" GRIND (TYP) EXIST AC PAVEMENT Jr BACKFILL REQUIREMENTS PER TABLE 1 AC PAVEMENT NOTES: 1. AC PAVEMENT REPLACEMENT SHALL BE PLACED NO LESS THAN FLUSH WITH ADJACENT EXISTING A.C. PAVEMENT. PRIOR TO PLACEMENT OF 2" FINAL AC CAP, THE PREVIOUSLY PLACED AC PAVEMENT TRENCH REPLACEMENT SHALL BE COLD PLANE (GRIND) ALONG WITH THE ADJACENT AC PAVEMENT TO THE WIDTH NOTED IN THE SPECIAL REQUIREMENTS COLUMN OF TABLE 1. 2. WHERE THE EDGE LINE OF THE PAVEMENT REMOVED FOR THE PIPELINE TRENCH EXCAVATION COMES WITHIN THREE (3) FEET OF THE OUTER EDGE OF THE PAVEMENT AGAINST GUTTER LINE OR CURB FACE, THE EXISTING PAVING SHALL BE REMOVED TO THE GUTTER LINE OR CURB FACE AND THE PERMANENT PAVEMENT LAID TO THE GUTTER LINE OR CURB FACE. WHERE THE EDGE LINE OF THE PAVEMENT REMOVED FOR THE PIPELINE TRENCH EXCAVATION IS MORE THAN THREE (3) FEET FROM THE GUTTER LINE OR CURB FACE, THE CONTRACTOR IS TO SAW CUT THE EXISTING PAVING 18 INCHES BACK FROM THE EDGE OF THE TRENCH AND REMOVE THAT EXISTING PAVEMENT BEFORE PLACEMENT OF PERMANENT PAVING (INCLUDING BASE MATERIAL). WHERE SPECIFIED, IN ADDITION, THE EXISTING PAVING IS TO BE MECHANICALLY GROUND DOWN A MINIMUM OF 2" (A MINIMUM OF AN ADDITIONAL 18" OR 36" OUTSIDE OF THE TRENCH). THE PERMANENT PAVING SHALL THEN BE EXTENDED AS AN OVERLAY INTO THIS AREA. ALL EXISTING PAVEMENT EDGES ARE TO BE TACK COATED BEFORE APPLICATION OF PERMANENT PAVEMENT. IF THERE IS LESS THAN (2) INCHES OF PAVEMENT AFTER GRINDING, THEN THE GROUND AREA SHALL BE REMOVED BY SAW CUTTING AND PERMANENT PAVEMENT PLACED. 3. ALL STRIPING AND PAVEMENT MARKINGS REMOVED BY TRENCHING/REPAVING/GRINDING AND CAPPING SHALL BE REPLACED PER PROJECT SPECIFICATIONS. 4. CONTRACTOR SHALL CLEAN THE STREET USING A SWEEPER PRIOR TO END OF EACH WORK DAY. 5. CONTRACTOR SHALL RAISE ALL EXISTING AND NEW WATER VALVES, SEWER/WATER. WATER MANHOLES TO GRADE AFTER FINAL PAVING IS COMPLETED. 6. TRANSVERSE TRENCHES ARE ANY TRENCHES WHICH ARE PERPENDICULAR TO THE STREET CENTERLINE, i.e. CROSSINGS OF STREETS, AIR & VACUUM RELEASE INSTALLATIONS, & C.P. INSTALLATIONS. 7. FOR EXISTING CONCRETE PAVEMENT OVERPLAYED WITH AC PAVEMENT, CONCRETE PAVEMENT RESTORATION SHALL BE DOWELED WITH #5 DOWELS @ 24" OC (MIN 12" EMBEDMENT) WITH EPDXY COATING ON BOTH SIDES OF THE TRENCH PER CNB STD -105 -L -B AND STD -108-L. THE CONCRETE PAVEMENT REPLACEMENT SHALL BE FOR TRENCH WIDTH ONLY. 8. CONTRACTOR IS REQUIRED TO RESTORE AFFECTED CONCRETE CURB AND GUTTER, SIDEWALK, CROSS -GUTTERS AND ALLEY APPROACHES IMPACTED BY THE WORK AS FOLLOWS: A. CURB AND GUTTER - ANY TRENCH LINE THAT CROSSES UNDER. EXISTING CURB AND GUTTER SHALL BE REPLACED WITH A MINIMUM 10' LINEAR FOOT LENGTH (GENERALLY SON EACH SIDE OF THE DISTURBED AREA) PER CITY STD -182-L. B. SIDEWALK - ANY TRENCH LINE THAT AFFECTS SIDEWALK, CONTRACTOR SHALL REPLACE FULL- PANELS PER CITY STD -180-L. SIDEWALKS ON THIS ISLAND HAVE COLORED CONCRETE. COLOR SHALL BE CHROMIX ADOBE TAN NO. C-21 AS MANUFACTURED BY L.M. SCOFIELD COMPANY. C. CROSS GUTTERS - ANY TRENCH THAT CROSSES UNDER AN EXISTING CONCRETE CROSS -GUTTERS, CONTRACTOR SHALL REPLACE THE CROSS GUTTER FROM JOINT TO JOINT (ON EACH SIDE OF THE DISTURBED AREA) PER CITY STD -185-L. CROSS -GUTTERS SHALL BE ASSUMED 8 -INCHES THICK. D. ALLEY APPROACH - CONTRACTOR SHALL REPLACE 6 -FOOT MINIMUM "T -TRENCH" WIDTH OF ALL IMPACTED ALLEY APPROACH PER CITY STD -142-L AND STD -143-L. T -TRENCH RESTORATION SHALL BE ASSUMED 18 -INCHES ON EITHER SIDE OF TRENCH LINE AND CONCRETE ALLEY APPROACH SHALL BE ASSUMED 8 -INCHES THICK. 9. ON CROSS -GUTTER AND ALLEY APPROACH CONCRETE RESTORATION CONTRACTOR SHALL JOIN EXISTING CONCRETE IMPROVEMENTS BY CORE DRILLING 1/2 INCH DIAMETER EPDXY COATED REBAR DOWELS PLACED AT 24 -INCHES ON CENTER. PAVEMENT REPLACEMENT TABLE 1 STREET AC PAVEMENT. SEE NOTES 1 AND 2 BACKFILL SPECIAL REQUIREMENTS 6" THICK OF HOT MIX ASPHALT TRENCH WIDTH PLUS 3 FEET; EXTEND LIMITS OF ASPHALT REMOVAL FROM SIDE OF VIA LIDO SOUD FROM STA. 1+04 TO 11+50 CONCRETE (1-1/2" FINE MIX AC / 4-1/2" NATIVE OR IMPORTED SOIL TRENCH TO THE EDGE OF NEAREST GUTTER. REMOVE AND REPLACE INTERFERRING BASE COURSE AC) PORTIONS OF SIDEWALK, CURB AND GUTTER, AND CROSS -GUTTER BETWEEN STA 10+44 AND 11+33 PER NOTES 8 AND 9 ABOVE. 6" THICK OF HOT MIX ASPHALT VIA LIDO SOUD STA 11+50 TO STA 53+50 CONCRETE (1-1/2" FINE MIX AC / 4-1/2" NATIVE OR IMPORTED SOIL TRENCH WIDTH PLUS 3 FEET BASE COURSE AC) 6" THICK OF HOT MIX ASPHALT VIA LIDO NORD STA 53+50 TO STA 105+00 CONCRETE (1-1/2" FINE MIX AC / 4-1/2" NATIVE OR IMPORTED SOIL TRENCH WIDTH PLUS 3 FEET BASE COURSE AC) 6" THICK OF HOT OT MIX ASPHALT VIA LIDO NORD STA 101+50 TO 105+00 CONCRETE (1 FINE MIX AC / 4-1 /2" NATIVE OR IMPORTED SOIL TRENCH WIDTH PLUS 3 FEET; EXTEND LIMITS OF ASPHALT REMOVAL FROM SIDE OF VIA LIDO SOUD STA 105+00 TO 108+18 BASE COURSE AC) TRENCH TO THE EDGE OF NEAREST GUTTER. 6" THICK OF HOT MIX ASPHALT VIA ANTIBES STA 1+00 TO STA 4+50 CONCRETE (1-1/2" FINE MIX AC / 4-1/2" NATIVE OR IMPORTED SOIL TRENCH WIDTH PLUS 3 FEET BASE COURSE AC) 6" THICK OF HOT MIX ASPHALT TRANSVERSE TRENCHES CONCRETE (1-1/2" FINE MIX AC / 4-1/2" NATIVE OR IMPORTED SOIL SEE NOTES 8 AND 9 ABOVE FOR CONCRETE RESTORATION REQUIREMENTS BASE COURSE AC) 1 REPAVING DETAIL NO SCALE TRENCH WIDTH EXIST PAVEMENT ' OR PCC TRENCH RESURFACING (WITHIN ZZ PAVED AREA) PER DETAIL 1 BACKFILL, SEE NOTE 6 METALLIC WARNING TAPE / LOCATOR TRACER WIRE (PVC PIPE) PER PROJECT SPECIFICATIONS. SEE GENERAL NOTE NO. 57 AND NO. 58 ON SHEET 2. 6" MIN ALL AROUND 112" MIN. m ABANDONED WATERLINE 1 J C I Qoo U) � 4 d LOCATION OF CUT zoo — — 4 r m 12" MIN. FOR 16" AND LARGER PIPES �i AND 6" MIN FOR 12" AND SMALLER PIPES IMPORTED SE 30 SAND BEDDING ° d FILL ABANDONED MAIN WITH 6" MIN. 18" MIN 10" MAX. ONE SACK CEMENT SLURRY BOTH SIDES OF PIPE PER SPECIFICATIONS NOTES - 1 . OTES:1. WHERE WET, UNSTABLE OR RUNNING SOIL IS ENCOUNTERED, SOLID SHEATHING IS REQUIRED FOR ALL VERTICAL TRENCH WALLS. 2. MINIMUM RELATIVE COMPACTION REQUIREMENTS SHALL CONFORM TO ALL PERMIT REQUIREMENTS AND SHALL AT NO TIME BE LESS THAN 90%. 3. BEDDING AND BACKFILL SHALL BE PER CITY OF NEWPORT BEACH STD -106-L AND PROJECT SPECIFICATIONS EXCEPT AS MODIFIED HEREIN. 4. TRENCH WIDTH SHALL BE O.D. + 12" MINIMUM OR O.D. + 20" MAXIMUM, INCLUDING THICKNESS OF TRENCH SHORING OR SHEETING. 5. THE MINIMUM DEPTH FROM EXISTING FINISHED SURFACE TO TOP OF PIPE SHALL BE 36 -INCHES UNLESS OTHERWISE SHOWN ON PLANS. 6. WITHIN STREET RIGHT-OF-WAY BACKFILL ABOVE THE BEDDING SECTION PER DETAIL 1. TYPICAL TRENCH SECTION NO SCALE ADJUST PRIVATE SERVICE LINE AS REQUIRED TO CONNECT TO WATER METER W i RELOCATE WATER METER TO THE PROPERTY LINE PER CNB STD -502-L & CNB STD -503-L. NEW SERVICE LINE RUNS STRAIGHT FROM NEW MAIN INTO METER BOX. INSTALL NEW ANGLE METER STOP AND CONNECT TO METER. TYPE "K" RIGID COPPER TUBING. W PROPOSED WATER MAIN DOMESTIC WATER SERVICE CONNECTION TO EXIST. METER NO SCALE NOTE: 1. DRAIN WATERLINE COMPLETELY BEFORE PLUGGING. TYPICAL CUT AND PLUG NO SCALE C-7645-2 VIA GENOA l w E E i w E i E SITE PLAN SCALE: 1" = 250' 1 I 1 1 I- i I i � I i i I 31 I i 9 � i I48 9 31 G G — w — 9UGE— DGE U E UGI SvvS VIA GRAZIANA & PIAZZA LIDO SCALE: 1" = 30' VIA RAVENNA & STRADA CENTRO SCALE: 1" = 30' VIA SAN REMO H CONSTRUCTION NOTES 9O 10" PVC SPOOL (LENGTH AS REQUIRED) 10 8" PVC SPOOL (LENGTH AS REQUIRED) 31 10" TRANSITION COUPLING 32 8" TRANSITION COUPLING 48 INSTALL 10" MJXMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C 49 INSTALL 8" MJXMJ RWGV (CL 150); SEE STD -508-L AND STD -510 -L -C NOTE: 1. CONTRACTOR SHALL INSTALL CUT -IN VALVES PRIOR TO WATER MAIN CONSTRUCTION IN ORDER TO LIMIT SERVICE INTERRUPTIONS. VALVE LOCATIONS ARE APPROXIMATELY LOCATED BASED ON CNB REQUEST. CONTRACTOR SHALL COORDINATE ACTUAL VALVE LOCATION WITH CNB AND FIELD CONDITIONS. 2. SEE PROJECT SPECIFICATION SECTIONS 6-11 AND 7-8.6 FOR SEQUENCE OF CONSTRUCTION, DEWATERING, AND OTHER WATER POLLUTION CONTROL REQUIREMENTS. MJXMJ RWGV (SIZE AND MATERIAL PER PLANS) EXIST PIPE (SIZE AND PROPOSED MAIN PROPOSED MAIN EXIST PIPE (SIZE AND MATERIAL PER PLANS) SIZE PVC PIPE SIZE PVC PIPE MATERIAL PER PLANS) O O 1p 0 co O rot O O c O 3'± ►I. 31± TYPICAL CUT -IN VALVE INSTALLATION NO SCALE C-7645-2