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