Loading...
HomeMy WebLinkAboutC-4603(A) - Corona Del Mar Water Transmission Main Pipeline ImprovementsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC August 12, 2015 T.E. Roberts, Inc. 1131 E. Main Street, Suite 201 Tustin, CA 92780 Subject: Corona del Mar Transmission Main Pipeline Improvements — C-4603 Dear T.E. Roberts. Inc.: On August 12, 2014, 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 August 19, 2014. Reference No. 2014000334680. The Surety for the contract is International Fidelity Insurance Company and the bond number is 0579685. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXECUTED IN TWO COUNTERPARTS City of Newport Beach CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT Contract No. 4603 BOND NO. 0579685 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 44,909 being at the rate of $25/15/10/7.50 + SURCHARGE thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to T.E. Roberts, Inc., hereinafter designated as the "Principal", a contract for construction of CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT, Contract No. 4603 in the City of Newport Beach, in strict conformity with the pians, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are Incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4603 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Four Million, Four Hundred Two Thousand, Seven Hundred Fifty and 001100 Dollars ($4,402,750.00) 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. 30 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 the City, only in the event the 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 or to the specifications accompanying the same 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 the 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 25TH day of JANUgY F-., 2Q13. Aiimp VQoyrts T.E. Robert , Inc. (Principal) INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 233 WILSHIRE BLVD., SUITE 820 SANTA MONICA, CA 90401 Address of Surety 310/395-7887 Telephone V, ber`5 CHARLES L. FLAKE/ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 31 ACKNOWLEDGMENT ...,.,...,..I,.,.....\..............\..,.\.,..........................f. so* ... r State of California County of 'm (1 e }ss. On IIU- 0j before me, KitiA Notary Public, personally appeared ltt44 R nlrGr-� 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 histher/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. gnatur V KIM E. NEWETT oCOMM. #1879611 a Notary Public California o z F Or County N Comrn. Ex Ices Feb. 7 2014 •ff\\\fff.f.............. .... .......\..............fff\\.\1\..\\\............ \1 Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OP77ONAL INFORMATION Type of Satisfactory Evidence: hk Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEQkCFOICOO = presi nt / Vice -President / Secretary / Treasurer her. Other Information: 32 Thumbprint of Signer © Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange j On 1-25-13 before me, Jan C. Moran Notary Public Date Here Insert Name antl Tifle o the Officer ' personally appeared Charles L. Flake FQJAN C. MORAN COMM. #1967021 Norurvrueuc.cnucogNut ORANGE COUNTY + Comm. Exp. FEB. 17 2016 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 histheritheir 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 andel official seal. 61 Signature K . C • ' "n4 u Place Notary Seal Above- Signature of Notary Public OPTIONAL Ja C. Moran Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner — ❑ Limited ❑ General EX 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 ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER LE Q2 Natbnal Notary Paso6atlw-93W De Soto Ave.,P.C. Box 2402•Chatsworib, CA 913132402•w.ww.NabonalNotaryorg nem#5so7 Reorder Call Tau -Free 1aco 71515 s NEWARK, NEW JERSEY 07102.5217 The President or an (1) To appoint A undertakings (2) To remove, i Further, this Pov 1 duly called and hek " Now therefore the 7 facsimile, and any i such power so exec bond or undertakin Ont sworn,• said ms said Cc i•�a1 z�'tG g 1, th Power x Ai ivNAL r tozLi t Y L NugArsu uvmtr"i at a,meering caned ano MW on me tin flay (n Venruary, lY 14:' Vice President, Executive Vice PresideriL Secretary or Assistant Secretary, shall have power and authority rneys m fact, and to authorize them to execute on behalf of the Company, and attach the Seat of the Company thereto, bonds and ontracta of indemnity and other: writings obligatory _in the nature thereof and, my time, any such attorney-in-fact and revoke the authority:given. of Attorney is signed and seatedby facsimile pursuant m resolution of the Board of Directors of said Company adopted at a meeting It the 29th clay of April, 1982 of which the following is a true excerpt: natures of such officers and the seal of the Company be affixed to anysuch power of attorney or, any certificate relating thereto by h power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bmdt upon the Company and any ed and certified by. facsimile signatures and facsimile seal. shall be valid and binding upon the Company ine future with respect to any to which it is attached. t IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be � /,r. signed and its corporate seat to be affixed by us authorized officer, this 16th day of October, A.D. 2007. INTERNATIONAL FIDELITY INSURANCE COMPANY M STATE OF NEW JERSEY 0 County of Essex a Secretary f October 2007, before me came the individual who exec[��{eed the pprecedingS t�nstrmrtent, to m�e�p��rsonal7y known, and, being by me duly he therein described and authorized officer of.the INTERNATIONAL FIDELITY-INSURAnCE COMPANY; that the seal affixed to Corporate Seat. of said Cpmpany,•that the said Corporate., Sea] and his: signature weredulyaffixed by order of the Board of,Directors of Addendum No.1 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC October 23, 2014 T.E. Roberts, Inc. 1131 E. Main Street, Suite 201 Tustin, CA 92780 Subject: Corona del Mar Transmission Main Pipeline Improvements - C-4603 Dear T.E. Roberts, Inc.: On August 12, 2014 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 August 19, 2014, Reference No. 2014000334680. The Surety for the bond is International Fidelity Insurance Company and the bond number is 0579685. Enclosed is the Labor & Materials Payment Bond. Sincerely, 00- -M-wv� Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXECUTED IN TWO COUNTERPARTS City of Newport Beach CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT Contract No. 4603 BOND NO. 0579685 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of Califomia, by motion adopted, has awarded to T.E. Roberts, Inc., hereinafter designated as the "Principal," a contract for construction of CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT, Contract No. 4603 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4603 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, INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Four Million, Four Hundred Two Thousand, Seven Hundred Fifty and 001100 Dollars ($4,402,760.00) 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 obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 34 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 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 3247 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 or the specifications accompanying the same 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 25_ day of JANUARY 2013. %-TltY o i1 4W -ll'? l.'I? BY: M✓ T.E. Roberts, Inc. (Principal) Authori d Signature/Title itrmoii�j Y-OV'r`� INTERNATIONAL FIDELITY INSURANCE COMPANY BY: 0 2 Name of Surety Authorized A!gefit Signature 233 WILSHIRE BLVD., SUITE 820 SANTA MONICA, CA 90401 Address of Surety 310/395-7887 Telephone CHARLES L. FLAKE/ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 35 ACKNOWLEDGMENT ..a.a.....a...... ..... we .... 9 ...... 0 ............... a.rray....... wave... MR... r., State of California County of� � Y1�iT ) ss. v On 7 ' 'I2) before me, I (0 �� • ?��� ih4) i f Notary Public, personally appeared T, 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" KIA1 E. NEWETT '.�.. COMM. #1879611 ��< ��,� Notary Public - California o ��'i� Orange County ivly Curnro. Expires Feb. 1, 2014' aa...•r••aaa••aaa..a...........a.aaar..aa.......r.a as aaa a•aaaaaaa.a•••Y.aaa..•, Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION Mlit's Nn Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification _ Credible Witness(es) Capacity of Signer: _ Trustee Powerif Attorney (ride I /COO —� reside ! Vice -President /Secretary !Treasurer Other 36 Thumbprint of Signer f-] Check here if no thumbprint or fingerprint is available. .nt a. •v,.g .�.C:�x..a+.. •a ..� a..+a. mss.. 1.1 i;0 ti. =� n e 1°a State of California l County of Orange 1} On 1-25-13 before me, Jan C. Moran, Notary Public Date Here linen Nerte end Title of the officer personally appeared Charles L. Flake Neme(s) al Sigirer(s) FQJAN C. MORAN COMM. #1967021 NOTARY PUBLIC • GWFORNIA ORANGE COUNTY ll OiCarrim. Exp. FEB. 17, 2016 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 �C• 1r fly Placa Notary Seal Abate Signature of Notary Public OPTIONAL J C. Moran Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General 7 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHI1fNBPRIM OF SIGNER 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: CW0714ational Notary Assodali n, M De Solo Ave., P.O.eox 2402 -Chief o n, CA 91313-2402- .Natione1Wtary.cry itern#59D7 ReoNer:CaNTOII-Free 1�7i- V Ii LV/1F POLO, PGS 1 rub the CC pril 7 Dh Th, dul No IN SIR bou rce. or On sworn., said in said C z. 4 .I S� 1;11 Power IN TE of AM as a me same nau uocu uwy cAvVu. u,n. u,...u,v.,....6g ..j ♦vrj......�, _ _ -------- Pursuant __ _ pursuant to and by authority of Article 3Sectton 3; of the Hy -Laws adopted by the Hoard of COMPANY at a meeting called and held on the 71h day of February, 1474 it, Secretary or Assistant Secretary, shall have power and authority execute on behalf of'the Company, and attach the Seal of the Company thereto, bonds and s obligatory in thenatuie thereof and, revoke the authority: given. csmnle'pursuant to resolution of the Hoard of Directors of said Company adopted at a meeting the following is a true excerpt. f the Company may be affixed to any such power of attorney or any certificate relating thereto by ng such facsimile signatures or facsimile seal shall be valid and bmdttig upon the Company and any s. and facsimile seat be valid and binding., upon the Company in the future with respect to any OF,-INTEBNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be d to be affixed by iia authorized officer, this 16th day of October, A.D. 2007. IN'l ERNATIONAL FIDELITY INSURANCE COMPANY Secretary- , individual who executed the Mprecedinpp,, ltlstrument, to me pexaonally known; acrd, being by. me duly r.1— -f.xo it rm.uvATI(wAii. FR1F.L.IT41NSTiRANUE COMPANY: that the seal; affixed in RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in offi(iiaH-R6'cords, Gran61 iCOLinty Hugh Nguyen, (Clerk -Recorder -I- I� NO F E E * R 0 0 0 6 9 0 8 8 0 5$ 20140003846801 j,_4pp lap 08119114 143 423 N 12 1 0.00 0.00 o:o® p,-0-0,0.00,0.60 0'.6o P.m "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. of Tustin, CA, as Contractor, entered into a Contract on January 22, 2013. Said Contract set forth certain improvements, as follows.- Corona ollows: Corona del Mar Water Transmission Main Pipeline Improvements (C-4603) Work on said Contract was completed, and was found to be acceptable on August 12, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �—/3 /,t/ BY 4bv�_ 1 hmN= City Clerk a U at Newport Beach, California. ,o - CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC August 13, 2014 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: • Corona del Mar Water Transmission Main Pipeline Improvements (Contract No. 4603) Please record the enclosed document and return to the City Clerk's Office. Thank you. Sincerely, Leilani .Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 9 www.newportbeachca.gov 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 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. of Tustin, CA, as Contractor, entered into a Contract on January 22, 2013. Said Contract set forth certain improvements, as follows: Corona del Mar Water Transmission Main Pipeline Improvements (C-4603) Work on said Contract was completed, and was found to be acceptable on August 12, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. !� Executed on 0 –1 at Newport Beach, California. BY �4 NVVI— Cityv Clerk TO: FROM PREPARED BY: PHONE: TITLE: CITY OF NEWPORT BEACH City Council Staff Report August 12, 2014 Agenda Item No. 7. HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov Patrick Arciniega, Senior Civil Engineer (949)644-3347 Corona del Mar Water Transmission Main Pipeline Improvements - Notice of Completion and Acceptance of Contract No. 4603 (CAP11-0019) ABSTRACT: On January 22, 2013, City Council awarded Contract No. 4603, Corona del Mar Water Transmission Main Pipeline Improvements project to T.E. Roberts Inc., for a total contract cost of $4,402,750.00 plus $440,275.00 allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Water Enterprise Fund 7511-C6002008 $3,652,813.96 Water Enterprise Replacement 7511-C6001000 $1,143,987.60 Total: $4.796,801.56 DISCUSSION: Overall Contract Cost/Time Summary Awarded Final Cost at Contingency % Due to % Due to Contract Amount Completion Allowance Contract Directed Unforeseen Change Change Change $4,402,750.00 $4,796,801.56 10% or less +8.9% +2.7% +6.2% Allowed Contract Time (days) 350 Actual Time Under (-) or Over (+) 50 The work necessary to complete this contract included constructing a new 30 -inch water main from the existing 30 -inch main in Pacific View Drive, down the recommended alignment to the existing 30 -inch main at the intersection of East Coast Highway and MacArthur Boulevard. The project also included constructing a new 24 -inch transmission main on Carnation Avenue between East Coast Highway and Bayside Drive. In addition to the new pipeline work, the project relocated the City's current pressure regulator structure that joins with the Metropolitan Water District's CM -1 system connection, currently located in East Coast Highway at Fernleaf Avenue to a new location that is out of the Coast Highway right-of-way and onto Dahlia Avenue. The contract was completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $4,402,750.00 Actual cost of bid items constructed: $4,387,710.00 Total change orders: $ 409,091.56 Final contract cost: $4,796,801.56 The actual cost of bid items constructed was $15,040.00 less than the original bid amount due to elimination of several fire hydrants that were unnecessary and substitution of PVC pipe for a segment of 16" water main that was originally designed as steel pipe. The final contract cost was approximately 8.95 percent above the original bid amount with change orders totaling $409,091.56. The larger change orders included additional asphalt concrete (AC) removals due to extremely thick pavement not known during the design process, additional AC paving on MacArthur Boulevard on the opposite side of the street unrelated to the pipeline work and several water main alignment adjustments for utilities not shown on the existing records but were required. The contractor performed well on this project and staff took advantage of the low bid prices to modify additional valves on Coast Highway, San Joaquin Hills Road and Yacht Coquette. Staff also authorized overtime and extra work to expedite construction on MacArthur Boulevard and Pacific Coast Highway as a means to lessen the impact on traffic and the community. A summary of the project schedule is as follows: Estimated Completion Date per 2012 Baseline Schedule September 02, 2014 Project Awarded for Construction January 22, 2013 Contract Completion Date with Approved Extensions August 11, 2014 Actual Substantial Construction Completion Date June 06, 2014 Staff notes that this was a complex project that significantly impacted the community, especially the residents and businesses of Corona del Mar. We sincerely appreciate our residents' and business owners' patience with this project, and are thankful that it was completed successfully - and even in advance of the expected completion date. The work done here by our contractor was quality work, and will assure greater reliability for our community for decades to come. ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301(c). This exemption covers the minor alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Map ATTACHMENT A �� EAST N�wpORT PROPOSED 30' TRANSMISSION 2LAIh+ 1'�!!Od' PIPELINE aN o pJfNUE MACARTHUR x �`EJ PRS O d 0 PROPOSED 24' 13 TR PIPELINE S_ ION_ ` R�NUR PROPOSED TIE-IN TdA5Q_Sr4G 30' al--��❑ CWATER PIPEUNOE Luau\ PROPOW AeAtooirorc m —� c.RNPiioN Arc / IE�ILATdI U LJ LJ C T PROPOSED E7dSiM10 IIENFORT / U�_-PIPELINE Dam=JD"N \O 7 �5EAQ M11Ii r0UT / L S � UOLOENRO� PVE to oomNo te'N IIIIIEM SINX M EXISM IJNAMA BEAM ANXIIur mom= 3" CITY OF NEWPORT BEACH Corona Del Mar Water Transmission Main PUBLIC WORKS DEPARTMENT Location Map C-4603 08/12/2014 City ®f Newport Beach NO. BA- 13BA-028 BUDGET AMENDMENT 2012-13 AMOUNT: $x73,451,00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates increase in Budgetary Fund Balance I X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues NX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To Increase expenditure appropriations from Water Capital Reserves for the Corona del Mar Water Transmission Main Pipeline Improvement Project ACCOUNTINGENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit 510 3605 Water Capital Fund - Fund Balance $973,451.00 REVENUE ESTIMATES (360 1) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7511 Water Capital Fund - Capital Project Account Number C6002008 CdM Water Main Transmission improvements $973,451.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Avlomeft System Entry Signed:✓''t - ?� G " 1�rPY( d7vL / I!S t ,NnancialApproval: Finance Director Date Signed: I\ _.xz..G Lk�A,, Adminisr Live Approval: City Manager Date Signed: City Council Approval: City Clerk Dale CALIFORNIA PELI INA Y 20 -IIA' NOTICE (PUBLIC AND PRIVATE WORK) YOUR ATTENTION IS DIRECTED TO SECTIONS 3097, 3098, AND 3111 CALIFORNIA CMI. CODE' WHFE, RO,OUIRES US TO NOTIFY YOU "THAT IF BILLS ARE NOT PAID IN FULL FOR LABOR, SERVICES, EQUIPa< ENT OR MATERIALStFURNISHED, OR TO BE FUR- NISHED, THE IMPROVED PROPERTY (WHICH IS DESCRIBED IiEREON") MAY BE SUBJECT 1-0 MECHANICS "LIENS" (THIS STATE- MENT IS APPLICABLE TO PRIVATE WORK ONLY.) CONSTRUCTION LENDER or Reputed Construction Lender, if any Dated 7-3 Copies Cent To: City Council City Manager f City Altorney �¢tr'` ' File _. . �+«+�r,unre�ri�urwm OWNER or PUBLIC AGENCY or Reputed Owner (on public work) (on private work) City Of Newport Beach 3300 Newport Blvd Newport Beach, CA 92663 Construction loan no. (if known) ORIGINAL CONTRACTOR or Reputed Contractor, if any TE Roberts 1131 Main Street, Suite 201 Tustin, CA 92780 YOiJ ARE HEREBY NOTIFIED THAT ..... Corrnro Comb anies. Ince. 10260 Matern Place Santa Fe person or has furnished or will tarnish labor, services, equipment or materials of the following general description_ Cathodic Protection ��� (fepoifrldESCT§nto"eftM1e tan,m.�rvtces,epulpment tx ,nater¢l5 tnmis3etl nr 6r Fe fvrnuheaj for the building, structure or other work of improvement located at: Corona Del Mar Rransmission Pipeline Improvements Newport Beach, CA 92663 The name of the person or firm who contracted for the purchase a stet: labor. services, ojuipmem or materials: NOTICE TO PROPERTY OWNER n£ odd, are not pain in tali for the labor, services, equipment, or materials furnished or to be furnished, a mechanic's lien leading t.. tike Suss, through court foreclosure proceedings, of an or part of your property being so improved may be placed against the peopee ty even though you have paid your contractor in full. You tray tvish to protect ymtrself against this consequence by (1) requiring your contractor to furnish a signed release by the person or firm giving yon this notice before making payment to your contractor or (2) any other method or device that is aocmrafsriate under the circumstances. '1 he mion or Pian go ingthia notice is required, pursuant to a collective b r aining agreerten„ o r> y yr+1)plemEntal fringe henetits into an express r ru.t 5 td (Jewrib.' ^ { i Code 3111), said fund is identified as e _e^i5 � tnn rf n�,lntiv x9r, �, SUBCONTRACTOR with whom claimant has contracted s ai s1 this (name) (address) June 20, 2013 Kathleen M Hot . (signature; (title) Corrpro Companies, Inc 10260 Matern Place An cstonarte of the'%f,S price of the labor, services, equipment Sante Fe Springs, CA 90670 or malurials furnished or ro be furnished is: $10,300.00 GSE 162330 CITY CLERK NOTICE INVITING, BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 8t" day of January, 2013, at which time such bids shall be opened and read for CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT Title of Project Contract No. 4603 ck) $4,328,000.00 Engineer's Estimate Appgoved vid A. Webb Public Works Director Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting: Mouse Graphics at (949) 548-5571 Located at 659 W. 19`" Street, Costa Mesa, CA 92627 Contractor License Classifications) required for this project. "A" There will be a Non -Mandatory Pre -Bid Meeting on Monday, December 17, 2012, in the Fire Conference Room at 3300 Newport Boulevard, Newport Beach, CA 92663 For further information, call Patrick Arciniega, Project Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBISE: http://www.NewportBeachCA.gov CLICK: Online Services /Bidding & Bk-iresults Contract No. 4603 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all — and to waive any minor irregularity or informality in such bids. Pursuant to Public C.;otl act Code Section 22300, at the request and expense of the Contractor, securities be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the 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. 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. The signature below represents that the above has been reviewed. 6 D30o g A Contractor's License No. & Classification T E. I nL Bidder � i � �� 1 � . i P►ro 51 �.Pyi�l' Authorized Signature/Title_Ttmo-MJ KO 12.31-( 2 Date rd BOND #9-B PREMIUM NIL City_q t�otnr��or4_ Beach CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT Contract No. 4.603 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 firm( 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 CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT, Contract No. 4603 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 18TH day of DECEMBER, 2012. , )2 T.E. ROBERTS, INC. BY: _ )\ r Name of Contractor (Principal) Autho "zed Signature/Title-t'I1Y AJ Qobtrb INTERNATIONAL FIDELITY INSURANCE COMPANY BY: Name of Surety Authorized Agent Signature 233 WILSHIRE BLVD., SUITE 820 SANTA MONICA, CA 90401 Address of Surety (310)395-7887 Telephone - --ry CHARLES L. FLAKE/ATTORNEY-IN-FACT Print Name and Title (Notary acknowle-dornent of Primal &; SUrety must be attached) ACKNOWLEDGMENT State of California County of , ) SS. On before me, Lfn • Notary Public, personally appeared `rImy44\U lae -5 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. E. NENfEs7 WT ESSmy hand and official seal. ' '' 3 COMiA. ##1879611 z z Public California o 0 t_Ltl c� Notary orange County �sez y My Coram. Expires Feb. 7, 2014 Signature d-P� (leap ■ a a a X a a a Q a%• a 0 a a a a a a a a a a a a a a a a a a b a a a a a a a a a a a C 11 a a a a a a a a a Y a a a a a i a a a a a a i a a a a a a a a a 1 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pager. in Document Document in a Foreign Languadz Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Idehtification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer [j Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange On 12-18-12 Date before me, Lexie Sherwood, Notary Public Here Insert Name and Title of the Officer personally appeared Charles L. Flake LCXIE S IERWOOD t. COMM. x1856389 ;Z NOTARY PUBL C e CALIFORNIA n 3 i ORANC'=COUNTY -• Comm. Exp JULY 27, 2013 �rvv Name(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seL Signature Place Notary Seal Above Signature ofNotary Public, OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. 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: 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: 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 1eI X973) 624: 7200 �V ©i' ATTO]I\►1�1L�jL INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER; 20TH FLOOR> NEWARK; NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint CHARLES L. FLAKE, RICHARD A. COON, DAVID L. CULBERTSON Anaheim, CA. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety,any and all bonds and undertakings; contracts of indemnity and other writings obligatory in die nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation; contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be revoked;pursuant to and by authority of Article 3 -Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1') To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time; any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th' day of April, 1982 of which the following is<a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate' relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and airy such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached, �EX.tTY /�/f IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. INTERNATIONAL FIDELITY INSURANCE COMPANY = G SEAL 1904,.x. STATE OF NEW JERSEY yComity of Essex Secretary On this 16th day of October 2007, before me came the individual who executed the preceding instrument, tome personally known, and, being by me duly sworn, said the he is the therein described and authorized officerofdre INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. �+{ t/ '4�IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. -.�+� •. rod �\�✓.r'�� , OP 14 00 �y 'rr++` A NOTARY PUBLIC OF NEW JERSEY '+ 'rti r � 1, n++tit CERTIFICATION: My Commission Expires March. 27, 2014 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that 1 have compared the foregoing copy sof the Power of Attorney and affidavit, i and the copy of the Section of (lie By -Laws of said Company as set forth in said Power of Attorney; with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect ' IN TESTIMONY WHEREOF, I have hereunto set my hand this 18TH day of DECEMBER, 2012. OF A sststant Secretary State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work °A of Total Bid Number Name: Ay Od o, $Drl tll 415 bo i'I"nl Address: I C)1 So Pn pl OLr hVe-Aw ICJ FL,'Y1'rG nG,, CA % 233S Phone: q p 1 3570- B a y o State License Number: 3 g g 577 Name: �� aA 1 A�5 plea l �- Address: 5tk_n-1u.. Ana, (44 Phone: -I I L1 Ll qy— I?Sl State License Number: *lel °lS?� Name: Address: Phone: State License Number: o QAut ,>,��su��ignature/Titl4---TI'MOf-ixy City of Newport Beach CORONA DEL MAR. TRANSMISSION PIPELINE IMPROVEMENT Contract No. 4603 DESIGNATION OF SUBCONTRACTOR(SI 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 subcohtractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work °i° of Number Total Bid Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: _ Bidder CS Auut—y by Signature/Titl ---TIft1Vf+tY kw City of Newport Beach CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT" Contract No. 4603 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name 7. �-. � 0 I erf , 10 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 $15,000, provide the following information: No. 1 Project Name/Number, damps a,hA+,f, Nai6 m� - 477S - Project Description 'Z, OCQ' Q U 4n jdz W L� a6d A. Approximate Construction Dates: From _ 7 -3 -LI To: j= j Agency Name- N wDort Rea 6h Contact Person _-RftJ'r I Gk t- rC I n l L Q9 Telephone eqq) _ % 4 Lj—,�3 47 Original Contract Amount $? Final Contract Amount $__ 'Z& (I b sl If final amount is different from original, please explain (change orders, extra work, etc.) �,hQ�QP, brd ,r Did you file any claims against the Agency? Did the Agency. File any claims against you/Contractor? If yes, briefly explain and iadfcate outcome of claims. I�0 Lo- X No. 2 I Project Name/Number-((S�Irl2� Avfnu� Imnrbllerne�t ST5`�lS�= Project Description H 'fn0' &\N 91Z PfRe,D�j'1G� li DO(��-Prim �.PS Approximate Construction Dates: From - I l I To: °I - 3' LL Agency Name fan U-abrrel Va l es� _a+-er Cbmpa/1`I Contact Person fro 1c LO &VJ'A I* Ce Telephone (62.0 L44-�� 1�3 Original Contract Amount $ j !; ( Final Contract Amount $ 2-HJ3 :1 ZA 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. 3 Project Name/Number p� /�U�YV �ba R �ea�a Prnie�f IaCa9�3 Project Description Approximate Construction Dates: From 5 -157 -L -2 -To: 11— 1 q --I2 Agency Name IIP �Y� � 14lakr' 1)I:5:triCf Contact Person Kqman/la Tri I lD Telephone (64 4fLB-22'77 Original Contract Amount $ nal Contract Amount $ 2, 421 05-7, 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 Pr, � .--'A*';o,1,.3 c claims. �10�1 N - - ---- - 10 — yvu ina ariy claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 4 Project Name/Number -022 Project Description 3L" bo' .P. S--prrn Drab!t �. �-�► Approximate Construction Dates: From _9-19-12- To: I I -2-12 _ Agency Name bra (A �j(I ( n f h rk' S Q Contact Person- (rP D►^Q� ZQ U n Telephone (114)Zy -- 45 _T Original Contract Amount $�• �9 , - Final Contract Amount $� If final amount is different from original, please explain (change orders, extra work, etc.) No. 5 Project Name/Number k R&l Project Description VP RmA iI4d wo+ee w �,n,� � DOUrF�✓�n ��� baa -GW1 Ca.l -flans Ri gh+ o�- vCa y Approximate Construction Dates: From 10 -.2212 To: 1, -2— 3 Agency Name- —p COLOn.4 Contact Person _LLaRe 1- _a Telephone QS -D _ -7 3 g Original Contract Amount $ 131 'Final Contract Amount $—in orv[fSS 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. $40, No 11 No. Project Name/Number_&ran( ihemg Project Description 5-0o DIP Md reit r��n a'1 QCs Approximate Construction Dates: From 1.3-12 To: -12 Agency Name_ M004, -e- V ",54zf W /, +-er- J 15-w f G -F Contact Person _ Uai JeW Telephone (qM [024-003s- Original 03SOriginal Contract Amount $ sIv 2 I.� Final Contract Amount $ :� R'S. q 161 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. Project Name/Number Tre SSy AyPo a -DA lI'nheld �2f Wkr Project Description Z, I nay DIP and Approximate Construction Dates: From 12-5 LI To: I- Agency Name A I 1)A nCd Contact Person _ M Q i'h q A nS ar ( Telephone (6Z&) q 14 - A 2q Original Contract Amount$_Z56,11 5�-Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any clams against you/Contractor? If yes, briefly explain and indicate outcome of claims. N b 11A ffVu*f PIs, 1047 No. R Project Name/Number 20 �Q�� 1�► Q r Ma I(� 2n(Q cennent Project Description b ' �L�fQ��r MaI6 RPTaLY�'Y160f (14'1 �ur' ift GW)ceS Approximate Construction Dates: From 11-2-1-1_0 To:_ AgencyName I ui M n�-H-a in Beach Contact Person M Iy%la P f rte Telephone (3 (® 8 d Z- j3S S Original Contract Amount $,q O ,_Final Contract Amount $ T30� If final amount is different from original, please explain (change orders, extra work, etc.) A��ual Gilmunts 'Yarld fam pr-pnasedOrders 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, Ro , No 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 Bidder Authorized ignature/Title Yfmahh� Koberis 12 TIMOTHY ROBERTS General Engineering Contractor License A, #603008 RESUME Twenty-nine 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. Project Management Client Focus Tools and Techniques SKILLS Cost Estimation Communication On-time Completion EXPERIENCE T. E. ROBERTS, INC., Orange County, CA Timothy Roberts, CEO and President General Engineering Contractor Safety Emphasis Materials Expertise Customer Satisfaction 2000 - Present 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: San Gabriel Valley Water Company, Fontana Water Company, Suburban Water Systems, Golden State Water, KB Homes, Rose Hills Mortuary and Cemetery, Bellevue Memorial Park and the International Buddhist Progress Society. 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 State of California ) )ss' County of Wad Ti MA i being first duly sworn, deposes and says that he or she is mf n8' of TF_f nkpr�, • , 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 tate of Cali that the foregoing is true and correct. Tt olxrts} Inc — P + Bidder Au horize 'Signature/Title Trm j IZbb�,"19 Subscribed and sworn to (or affirmed) before me on this 31 � day of Pe CtMbP1 ; 28t3 -b2 by fi(mE7 �'�l�Jb�'iS proved to me on the basis of satisfactory evidenc 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. I�W J Notary Public [SEAL] j ,�Klt� E. NE .a COMM. Oa#18lifor7951 1nia o My Commission Expires: l o' ,I Notary Public Orangecounty >� Nly comm. Expires eb. %, 2.014 13 Bidders name -T�-q_o6e chs, 1 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): lnke►-na�-i an_n�___��r ,I�__T_ (��ur�� ctn_��� fbondi� 253 1I i 15hire I�ni�U �u►-Ee 20 n ►SCA—q 04m n+ goh zr-f-5 310 3q5-772 F7 :: x) .easion II q 5500 C S aLo Aria CajaNjoa Knad Suit e- 2DI Ann hz i yi f CA q? g07 C is ala qz/-05 0 Pa+rrof iii 6k A Irn5ura (),ce Ser- vi ces IrWran(f) C. � W Irvine, Cen+r P r (Ve) s v i+e- q0a IV -Vine -1 (A- gLtpig DavlA Jaco,b50n Qq9 yg(o-ig79 Contract No. 4603 TO ACCOMPANY PROPOSAL Bidders Name T E. Koh-erts loc-. J 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, Sumrnary--Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2012 2011 2010 2009 2000 Total 2013 No. of contracts I 'Lo q5 Total dollar Amount of '�$3�� '4,usi,a b86, Contracts (in O 3,333,022. Thousands of $) H�� 360, No. of fatalities V O b b No. of lost Workday Cases 0 t j p 2— No. of lost No. workday cases involving permanent transfer to C) 0 O 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, Sumrnary--Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder 1. e fpber'f-5dInC. Business Address: Lel E. Maio Business Tel. No.: J I G q -0(M2 State Contractor's License No. and V) 0 N Classification: A Title The above information was compiled from the records that re availa e 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 ,lig i "LL a,! 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 16 r State of California ) CALIFORNIA ALL-PURPOSE County of or QP, ) CERTIFICATE OF ACKNOWLEDGMENT On before me, (here insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that 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. I � OL�Uok Signature OPTIONAL INFORMATION , .,r,K!N! E. NEWETT ° COMM. #187961 1 z Z max- ;;xi�j Notary Public - California 77 Orange County ° My Comm. Expires Feb. 7, 2014) (Seal) Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Title(s) Name(s) of Person(s) or Entity0es) Signer is Representing Additional Information Method of Signer Identification Proved to me on the basis of satisfactory evidence: LD form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s) Thumbprint(s) ® Copyright 2007 Notary Rotary, Inc. 925 29th St., Des Moines, IA 50312-3612 Form ACK03. 10/07. To re -order, call toll-free 1-877-349-6588 or visit us on the Internet at http://www.notaryrotary.com t. •' j 6 • i Bidders name _ T P—K0b r 5 I()C The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received ature 17 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 C . Business Address: M)l E- ,Weej SUike, 201 TUSilh CA q21�b Telephone and Fax Number: T. 9-0012 E 1. � 10D-UZ/4 California State Contractor's License No. and Class: (p 031 ob g A (REQUIRED AT TIME OF AWARD) Original Date Issued: 9tl-10 Expiration Date: List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone -0Z2 1i MI, ITS I r0ral an 115 1 U1111 11.i. _ ► 06 �D A- oke . R.ob-er 5 tC� IY61d n�il3l C. Mala �fi, r orporation organized under e laws of the State of sf1 �1 A111 IF, up1 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: I -LR nberks lac For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N One 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 vou h^ve any claims or actions by any outside agency or individual for labor com,---jar sue (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No '19 Are any claims or actions unresolved or outstanding? Yes 6 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Bidder T i m p_ hN 14)b_1fr t6 (Print name df Owner or President orporatio any) - t - Authorized Slgnature/Title ?rf:51j6(* Title Iti-3l-try Date On before me, Notary Public, personally appeared Lo be, who proved to me on the basis of satisfactory eviden e 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. I �(Y�_ �, 4 �� I a� — N tart' Public in and for said State My Commission Expires: 2' � 20 (SEAL) iU6VIETT COMM. #1879611 z 0 W Notary Public - California Orange County nN, My Cor nm. Expires Feb. 7, 2G14' City of Newport Beach •.•gg Contract No. 4603 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. N City of Newport Beach Contract No. 4603 CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this 7i day of 2013, 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"), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: "The work necessary for the completion of this contract consists of construction of 30 - inch, 24 -inch, 18 -inch and 16 -inch water transmission mains including all appurtenances, fittings and connections within and adjacent to: Carnation Avenue • Macarthur Blvd 0 San Miguel Drive • Pacific View Drive • East Coast Highway • Dahlia Avenue • 5" Avenue The work involves both open -cut and jack and bore construction to install cement mortar lined and tape wrapped (CML&TW) steel pipe, cathodic protection, in-line isolation valves, pavement restoration, traffic control and appurtenant work as required by the Contract Documents. The work also includes relocating the City's MWD turnout regulator structure currently in East Coast Highway to a new location in Dahlia Avenue, east of East Coast Highway. This work involves but is not limited to demolition of existing vault and appurtenances, construction of a new precast vault, piping, isolation valves, check valves, flow control valves, and flow meters, vent piping and all other appurtenant work as required by the Contract Documents. The work also requires removal of interfering portions of an existing sewer pipeline and associated structures and installation of replacement sewer and manhole." WHEREAS, 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, City and Contractor agree as follows A. 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 Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4603, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Contract, 22 and all modifications and amendments thereto (collectively the "Contract Documents"). 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. B. 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. C. COMPENSATION 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 Four Million, Four Hundred Two Thousand, Seven Hundred Fifty and 00/100 Dollars ($4,402,750.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (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, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS 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 the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 at seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Attention: Patrick Arciniega (949)644-3347 CONTRACTOR T.E. Roberts, Inc. 1131 E. Main Street, Suite 201 Tustin, CA 92780 714-669-0072 714-200-0241 Fax F. INSURANCE REQUIREMENTS — CONSTRUCTION 1.1 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 Agreement, 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. 1.2 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 V11 (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident 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. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, officials, employees and agents. 1.3.2 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 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) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. r:L1 1.4 1.3.3 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 the Contractor arising out of or in connection with Work to be performed under this Agreement, 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. 1.3.4 Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than four million dollars ($4,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer's liability Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance that would otherwise have applied proves to be uncollectable in whole or in part for any reason; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; and • Policies shall "follow form" to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers 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. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability (if required), shall provide or be endorsed to provide that City and its officers, officials, 25 employees, and agents shall be included as insureds under such policies. 1.4.3 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. 1.4.4. Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage, 1,5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 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. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 1.5.2 City's Ricaht 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 the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 1.5.3 Right to Review Subagreements. 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. 1.5.4 Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 1.5.5 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of 26 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. 1.5.6 Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. 1.5.7 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 agreement, 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. 1.5.8 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 Agreement, 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. 1.5.9 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. 1.5.10 Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 99 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by the Contractor. 3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (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, attorney's 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 and/or willful acts, errors andfor 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 or any or all of them). 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 attorney's 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 the Consultant. 4. 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. 5. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. 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. 1, CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. 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. 9.1 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below, ATTEST: �a. [� Date: 04�\ Leilani 1. Brown City Clerk w CITY • F NEWPORT x • � Rs and Chal� Ci Date: 1414-- C wf'o� Keith D, CurryMayor f • .: RR A a. s Title: President Print dame: Timothy Roberts Date: 3y; A r Financial Officer Title: Secretary •-° - SRR., Date: 1- 2 State of California ) CALIFORNIA ALL-PURPOSE County of ® rCERTIFICATE OF ACKNOWLEDGMENT On before me, KIM �,• N(, bll (here insert name and title of4he officer) personally a T' p Y eared pp 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 h is true and correct. KIM E. NEVg g p ara ra g p.' ` ",_, COMM. #1879611 o w Notary Public California WITNESS my hand and official seal. ' Orange County <;;F� � t��y Cernm. Expires Feb. 7, 201 n Signature (Seal) a 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: Title(s) Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) 0 Copyright 2007 Notary Rotary, Inc. 925 29th St., Des Moines, IA 50312-3612 Form ACK03. 10/07. To re -order, call toll-free 1-877-349-6588 or visit us on the Internet at http://www.notaryrotary.com EXECUTED IN TWO COUNTERPARTS UJ i M kq�. a..; . Contract No. 4603 BOND NO. 0579585 #14 ky, fit k The premium charges on this Bond is $ 44,909 being at the rate of $25/15/10/7.50 + SURCHARGE —thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to T.E. Roberts, Inc., hereinafter designated as the "Principal", a contract for construction of CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT, Contract No. 4603 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4603 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety), are held and firmly bound unto the City of Newport Beach, in the sum of Four Million, Pour Hundred Two Thousand, Seven Hundred Fifty and 00t100 Dollars ($4,402,750.00) 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. 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 the City, only in the event the City is required to bring an action in taw 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 or to the specifications accompanying the same 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 the 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 duty executed by the Principal and Surety above named, on the 25TH day of JANUARY 93. ljfiAQ 1 �}�� BY: L ✓ Prs r'. T,E Robert , Inc. (§ Principal) uthorized Signaturefritle i lrrxlh� tiAiVY INTERNATIONAL FIDELITY INSURANCE COMPANY BY: Name of Surety Authorized ent Signature 233 WILSHIRE BLVD., SUITE 820 SANTA MONICA, CA 90401 CHARLES L. FLARE/ATTORNEY-IN-FACT Address of Surety Print Name and Title 310/395-7887 Telephone ATTACHEDNOTARY ACKNOWLEDGMENTS OF CONTRACTO AND SURET MUST BE 31 {R{@w@{@{e{w{0@{@@@{@{400{000ee{!{@{{{r State of California County of O'fiit(1� } SS. On �i) before me, V�Im Notary Public personally appeared 1(4` LL4 fll'u ��_ 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 helsheithey executed the same in hisfherltheir authorized eapacity(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 seat. 44 t i Kure Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language ,L*` lM E. REWE T coMRn 611 Nolay °ubliclic - caiCalifornia o a'r2e County Peb. 7 2614 t>yy Cnsr m aWfes OP170NAL INFORMATION Type of Satisfactory Evidence: _ Personalty Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEQ I,CFO 1 COO -President f dice -President I Secretary i Treasurer )Other Other WA Thumbprint of Signer E] Check here it no thumbprint or fingerprint is available. State of California County of Orange On 1-25-13 before me, Jan C. Moran, Notary Public Date Here lrrsart Name a— hbe ai t OfOfficer personally appeared Charles L. Flake Nemeis) of Signerts7 r s„r, 4 •. k 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 andel official seal. Signature Place Notary Seal Above Se nature of Notary Publie OPTIONAL Ja C, Moran Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capecity(ies) Claimed by Signer(s) Signer's Name: D Individual f_7 Corporate Officer—Title(s): — 0 Partner -0 Limited 0 General [.X Attorney in Fact * Trustee D Guardian or Conservator 0 Other. Signer Is Representing: FIQHTTHUMaPAINt. *FS R Number of Pages: Signer's Name: 0 Individual 0 Corporate Officer -- Title(s): _ 0 Partner --0 Limited 0 General Attorney In Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer is Representing: ®;lIXY)Natlanal Notary Assodatlon•93500e Soia Ave.,F.0.6M 2402•Chetsworfi,CA 9Y31 &26o2•wvrnNation8lNeGry.org Item x690' fteoraec Cell Tol4Aeei-NOIY(3IB-®61p HOME OFFICE: ONE NEWARK CENTER; 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized andexisting laws of the Scare of New Jersey, and having its principal office in. the City of Newark, New Jersey, does hereby constitute and appoint CHARLES L. FLAKE, RICHARD A. COON, DAVID L. CULBERTSON Anaheim; CA. its true and lawful atromay(s) m fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts acts of indenity and oilier writings obligatory. in the nature thereof, which are or may be allowed, required or permitted b law, stature, rule r�eggulation, contract or otherwise, and :the execution of such instiumends) in pursuance of these presents, shall be as binding upon the said INTERN.kMNAL FIDELrrY INSURANCE COMPANY, as fully and 'amply, to all intents and purposes, as if the same had been duly executed and acknowledged. by its regularly ;elected officers at its principal office. This Power of AttorneyY is executed, and itisyINbe revoked, pursuant to and by authority of Article 3 -Section 3, of the By Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY SURANCE COMPANY at a meeting called and held on the 7th day of Pebrpary, 1974. :The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -m fact, and to authorize them to execute on behalf of the Company, and attach the. Seal of the Company thereto, bonds and'. undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such auorney m fact and revoke the authority given. Fm thei, this Power of Attorney is signed and sealed b facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seat of the Company may beaffixed to any suchpower of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such. facsimile signatures or facsimile seal. shall be valid and;bmdm upon the Company and any < such power so executed and certified by. Facsimile signatures and facsimile seal shall be valid and binding upon the Company in r e future with respect to any bond or undertaking to which it is attached. Q� LI Y J*&(,/ IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be �\ signed and its corporate seal m be affixed by its authorized officer, this ]6th day of October, A D 2007,; ; O+�PO l y INTERNATIONAL FIDELITY INSURANCE COMPANY SEAL `� C2 STATE OF NEW JERSEY County of Essex Secretary On this 16th day of October 2007, before me came: the individual who executed thePrecedingg instrument m me personally known, and, being by me duly sworn,. said the he is the therein described and authorized officer of the INTERNATIONAL htFLITY jNSURANCE COMPANY, that the seal affixed to said instrument is the Corporate Seal of mid Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. �*y,YkxeuaytrAe ry � ,. v,P*s N}y V� z'i,* IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, A at the City of Newark, New Jersey the day and year first above written g '�tOIt TfAR} a ' v OA 00 l/ �OEINi A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires March. 27, 2014 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the icy -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 25TH day of JANUARY, 2013. EXECUTED IN TWO COUNTERPARTS City of Newport Beach Contract No. 4603 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to I.E. Roberts, Inc., hereinafter designated as the "Principal," a contract for construction of CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT, Contract No, 4603 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute Contract No. 4603 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, INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Four Million, Four Hundred Two Thousand, Seven Hundred Fifty and 001100 Dollars ($4,402,750.00) 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 air amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California, E The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 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 3247 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 or the specifications accompanying the same shall in any wise affect its obligations on this Bored, 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 25TH day of JANUARY , 2011 N71 YilDi11 { '� BY: f i t T.E. Roberts, Inc. (Principal) Authon d Signatbrefi"itle s trnosj, INTERNATIONAL FIDELITY INSURANCE COMPANY BY: _ Name of Surety Authorized Aber6t Signature 233 WILSHIRE BLVD., SUITE 820 SANTA MONICA, CA 90401 Address of Surety 310/395-7887 Telephone CHARLES L. FLAKE/ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRAC! R AND SURETY MUST BE ATTACHED 0 Him AW1407111109MA 14 Z I I mi OYaviM90sa9e us... emaeNMq MMYPCM.YH4eeaay........... 00040* ...... 066f.. 6.400,0044 State of California � Ss.0 4' "", County of 1LI On `A before before me, Notary Public, personally appeared 1, ---.-,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. S`ldn61ure a ... 004.4 ....... * ...... .... *a .......... ... a**.* ... 00.0**. Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witnesses) Capacity of Signer: Trustee Power of Attorney C O'COO C C _T] tresid)erl Vice -President/ Secretary/ Treasurer Other Information: Q Thumbprint of Signer El Check here if no thumbprint or fingerprint is available Ki EN Er - EW T COMPA. #1879611 !40tary Wic California 0 0,me County — a ... 004.4 ....... * ...... .... *a .......... ... a**.* ... 00.0**. Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witnesses) Capacity of Signer: Trustee Power of Attorney C O'COO C C _T] tresid)erl Vice -President/ Secretary/ Treasurer Other Information: Q Thumbprint of Signer El Check here if no thumbprint or fingerprint is available CALIFORNIA.ACKNOWLEDGMENT _F State of California County of Orange On 1-25-13 before me, Jan C. Moran, Notary Public Date Here Insert Name and Title of the officer personally appeared Charles L. Flake Namete) of Signers) Place Notary Seal Above 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 r •� Slgnamre of Notary Public OPTIONAL JL C . Moran Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signers Name: ❑ Individual Corporate Officer — Title(s): — ❑ Partner — ❑ Limited ❑ General LX Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OFS GNER Number of Pages: Signers Nar CI Individual ❑ Corporate Officer — Title(s): _ ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator Other: Signer Is Representing: RIGHTTHUMBPRINT. OFSIGNER 82007 National Notary AssociaBon • 9350 De Soto Ave., PO Box 2402 •Ghaiswortn, CA 91313-Lfl02 • urw .NatiN+alNctaryorg Nem @5907 Reortlec Gall TOlbFree t.9p0.8]fi-G82] HOME OFFICE: ONE NEWARK CENTER; 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW. ALL MEN BY: THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCECOMPANY, a corporation organized and existing laws of the State of New Jersey, and Having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint CHARLES L. FLAKE, RICHARD A. COON, DAVID L. CULBERTSON Anaheim;; CA. its true and lawful attomey(s) in fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings :obligatory in the nature thereof, which are or may be allowed, required or ermiged by law, sta_ mre, rule reggulation, contract or otherwise, and the execution of such mstrumenpsJ in pursuance of these presents, shall be as binding ,upon the said INTERNe�TIUNAL FIDELITY INSURANCE COMPANY, as fully and amply, to all.. intents and. purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorny isexecuted, and ma}, be revoked, pursuant to and by authority of Article 3 -Section 3, of the IIyy Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called. and held on the 7th day of February, .1974 The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, .shall have power and authority (1) To appoint Attorneys -in fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and r undertakings, contracts of indemnity and other writings obligatory in the. nature thereof and, (2) To remove, at any time, any such attorney m fact and revoke the authority given. Further, this Power of Ancone is signed and scaled facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29b flay of At 1482 ofw ioh the following is a true excerpt. Now therefore the signatures of such officers and the seal of the Company may be affixed to any suchppower of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bmdmg upon the Company and any such power so..executed and . certified by. facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. TYp��+�.`j IN TESTIMONYcorporate Re ylFIDELITY INSURANCE COMPANY has caused is instrument to be signed and its seall t baffixed biit its authorized officer, this day of October, A.D. 2007, Or�PORgJ �� INTERNATIONAL FIDELITY INSURANCE COMPANY G SEAL m STATE OF NEW JERSEY �9�1V' County of Essex Secretary On this 16th day of October 2007, before me came the individual who executed theprecediirgg instrument, to me personallyy known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL I'IDELITY INSURANCE COMPANY;,that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate, Seal and his signature were duly affixed by order of the :Board of Directors of .said Company. s "*8'111011.1 0y VA3 rr'% IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal. ." Q at the City of Newark, New Jersey the day and year first above written i ` rairr yivs5` A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION S` My Commission Expires' March. 27, 2014 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as forth m said Power of Attorney, with the ORIGINALS ON :IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 25TH day of JANUARY, 2013. 'lilill 11,111 1P � Addendum No.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL ��� t, j.• i *ARNIMrs CONTRACT NO. 4603 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 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. 4603 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and Demobilization @ SFvEN�/ �vF Dollars and Z C—R-0 Cents $ 75i�D Per Lump Sum 2. Lump Sum Traffic Conn c. @TweN-/ FIVE TN"'s' f-DDollars and 2Ji0�D _ c�a Cents $ Per Lump Sum 3. Lump Sum Excavation Safety @ Nine AVIC)a Dollars and IL Cents $ d �� Per Lump Sum PR2of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 40 EA Replace Traffic Loops Damaged by Construction @ Ewr hU,Dollars and _ Z�►� Cents $ H DO.' $ 0' Per Each C Lump Sum Traffic Striping @1�1►Jex1� �D�S(�ll�ollars and i- e, ro Cents $ El, oD,— Per Lump Sum Lump Sum Surveying Services @ Dollars and Z tro Cents $ 1510001 Per Lump Sum 7. Lump Sum Provide As -Built Plans PIPELINE ITEMS 7 @ Ten Thousand Dollars and Zero Cents $ 10,000 Per Lump Sum 5,300 L.F. 30 -Inch CML &TW Steel Pipe E�Ur�T� @'fT+ k66 Rul-baQ dollars and Old ODO Cents $ 3 Wo $ 2/ / Per Linear Foot 2,610 L. F. 24 -Inch CML &TW Steel Pipe (=o0V_�y @ Hf2EE NVIOR&D Dollars and �E►ea Cents $ 39D_ Per Linear Foot PR3of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 60 L.F. 18 -Inch CML &TW Steel Pipe @nyt✓hu►r 044b/Dollars wand Zeyo Cents $ ��a.� $ ✓ 7 00, Per Linear Foot 11. 490 L.F. 16 -Inch CML &TW Steel Pipe @ V -Di r hu, Yld f Dollars and Zt,YT Cents $ lig.' $ Per Linear Foot 12. 30 L.F. 16 -Inch CML and Epoxy Coated Steel Pipe (In Vault) @ eI oedDollars and -Le r0 Cents $$ Per Linear Foot 13. 25 L.F. 12 -Inch CML &TW Steel Pipe @ �bj-)r hunAfgj Dollars and Ze ID Cents $ H 00.— $ _ D DOD ,— Per Linear Foot 14. 25 L.F. 12 -Inch CML and Epoxy Coated Steel Pipe (in Vault) @ &ej Dollars and Z�r0 Cents $ b 00" $ _- DOD, Per Linear Foot 15. 135 L.F. Jack and Bore 36 -Inch Steel Casing @ SCvC-N Hw9PUD Dollars and � e2.o Cents $ Ir�3�, 9�0 Per Linear Foot PIR 4of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 3 EA 30 -Inch Ductile Iron Butterfly Valve @T,r) :tV)DUe,1dj)j Dollars and 11�rO Cents $ $ U 00D,_— Per Each 17. 5 EA 24 -Inch Ductile Iron Butterfly Valve @ SUS n JN )p !S( Dollars and Ze,rO Cents $ 7 b0 $ pop'. - Per Each 18. 1 EA 13 -Inch Ductile Iron Butterfly Valve @gnu(- Abuu�in� j��Odlars and _ -Lt r0 Cents $ Per Each 19. 9 EA Connection to Existing Water Main @Sp,n khpDollars and Zer'0 Cents $�DbD,� $ Per Each 20. Lump Sum Abandon in place Existing Water Mains and Valves @ &\f, DIJ M.0( Dollars and Ulm Cents $ _ d Per Lump Sum 21. 13 EA 2 -Inch Air and Vac�•_:m Release Valve Assembly @ 5 u o"iarsd Z�W Cents $ _15D 1 500,' Per Each PR5of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 11 EA 6 -Inch Fire Hydrant 23 180 25 26 @ R14 mUSgUWAars and 1.e'Cents $_Per Each 5 EA Anodes and Test Station @�►►rS�a 1 ol�� and ZtrO Cents Per Each 3 EA Monitoring Test Station �� ►' ollars and III Cents Per Each 5 EA Insulating Joint Test Station @ �blir U 11 -yo hWItellars and 22ro Cents Per Each Lump Sum $ 13,5DOi— $ 2, IfDO,_ $ 17 200. $ Pressure Test, Disinfect and Flush New Water Mains AoasSWI Dollars and Cents Per Lump Sum 27. 1 EA Pothole of 30 -Inch Water Main @ -fj, a �'1pLV� Dollars and -z'uD Cents Per Each PRG of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 3 EA 6 -Inch Resilient Wedge Cate Valve (C_atdtw_ 1 h0401ars and 7,-Pr1" 0 Cents $ 1, b DOJ $ 'J, goo'. Per Each 29. 2 EA 8 -Inch Resilient Wedge Cate Valve @TWD *h0u.0.0d Dollars and 22r U Cents $ 2� DOD: Per Each 30. 2 EA 12 -Inch Butterfly Valve IIyynn�� and Z," Cents $ Z�SQD," $ Per Each 31. 1 EA 16 -Inch Butterfly Valve , �,� Nt�Lgollars and ��� ZQ,rp Cents $ 5, $ OD Per Each VAULT ITEMS 32. 1 EA Pre -Cast Concrete Vault (18'x10'x17' Deep) @ � FivE THou5oNp Dollars and 55 DOD155 1)00 E,2a Cents $ $ Per Each 33. Lump Sum Miscellaneous Piping, Fittings, Couplings and Appurtenant Items Inside Vault @ Fiery Ow 1Nousn-JDDollars and 15i 000 2-E f_ o Cents $ Per Lump Sum PR7of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 1 EA 35. 1 EA 36. 1 EA 37. 1 EA 16 -Inch Pressure Regulating/Flow Control Valve @ - D W Dollars and Cents $ �5} DDO' $ 5 pn Per Each 16 -Inch Turbine Meter @ Qr'1 1-YlI(I� AN64ollars and ti2YU Cents$ 2� DCO; $ ? D0u ./ Per Each 12 -Inch Turbine Meter @"�?�t(-��1CQ�bDo I I a r and Cents Per Each 16 -Inch Check Valve @�f,n -�htAjS ,Aj Dollars and -Lely-O Cents Per Each - 12 -Inch Check Valve @SIY,_jhj)�sar1 Dollars and 2,PAID Cents Per Each bbb,J $ lQ QDQ.' $ to DD 39. 3 EA 16 -Inch Resilient Wedge Gate Valve @U'Ia n AhDV 6#nh Dollars and 7—ey)-) Cents Per Each PR8of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE m 41. 42 [is] 4b. 1 EA 12 -Inch Resilient Wedge Gate Valve @ Dollars and Cents Per Each $ _S, 0Do. $ S�oaO 1 EA 16 -Inch Butterfly Valve with Handwheel @ �Jyt-ffiQQ]S (1d Dollars and Zero Cents $ 5, Olb," $ __ so Per Each 1 EA 12 -Inch Butterfly Valve with Handwheel @'I pm �ffiQV rNV1.2 ollars and UKO Cents $ 3 00' $ 3 Per Each 1 EA Alternating Tread Stairs Inside Vault @�11nlr n -"1oy/,MDollars and ILex-0Cents Per Each 1 EA Vault Access Hatch (3'x6') W �0ollars and ZelrD Cents Per Each 'I EA Vault Access Hatcn (4'x4_) @�I�, DLtSltl)�jt�M ars and 2PXb Cents Per Each $ , _ _ , , $ _ J3 , PR9of11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 46. 1 EA Vault Access Manhole (36" Diameter) @ -;h_ ollars and Zt*_ll Cents $ 5 14 0000,r $ _ 5��{00, Per Each 47. Lump Sum Pressure Test, Disinfect and Flush Water Main (a(1 �V►' i►11� ollars and ZZI�O Cents $ W z— Per Lump Sum 48. Lump Sum Remove and Dispose of Existing Valve Vault on East Coast Highway @& d �ol�s and Zpx:iD Cents $ �� Per Lump Sum 49. Lump Sum Repair Cross Gutter, Sidewalk, Curb and Gutter near Vault SEWER ITEMS 50 @"(lni tee�-- Dollars and 13 ODD _ teM Cents $ Per Lump Sum 70 L. F. 8 -Inch Extra Strength VCP Sewer Pipe @ Dollars and 'Cents $ Per Linear Foot 51. 50 L. F. 6 -Inch Sewer Lateral and 2,� Cents lip $ 5 b " Per Linear Foot PR 10 of 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 52. 1 EA 48 -Inch Manhole hVI ollars and ZZ� Cents Per Each $ S, H DU,-- $ 53. Lump Sum Remove Existing Manhole Base, Frame, Rings and Cover @SPyef) hLL01r)e Dollars and �7 OD 2GY'D Cents $ Per Lump Sum 54. Lump Sum Abandon in Place Existing 8 -Inch VCP Sewer @�1�ndl�h��D"ollars and Cents 55. 56 Per Lump Sum Lump Sum Remove Interfering Portions of Existing Sewer Main and 21iro Cents $ Per Lump Sum Lump Sum Rechannel Existing Manhole -OVpl1��hdA Doll and {'U _Cents Per Lump Sum 57. Lump Sum Sewage Flow Diversion Dollars and 2P,Iro Cents Per Lump Sum $ otam,- PR 11 of 11 iL'M QUANTITY I-TFM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE' WRITTEN IN WORDS PRICE PRICE MISCELLANEOUS 58. Lump Sum Reconstruct 16 -Inch Water Main @ __ Zia Dollars and Cents $ bwco Per Lump Sum 59. Lump Sum Reconstruct ��6-Inch Water Main @'��-P� O �Y� Dollars and Cents Per Lump Sum 60. Lump Sum San Miguel Parlc Valve Relocation @ hQUWd Dollars and OT � ZP-rD Cents $ Z�, Per Lump Sum TOTAL PRICE IN WRITTEN WORDS FatJi2 Mit_LlDN FDUn #UNDi21;p ► ►.wry THovs+�D � NIYt/U1�Do lags and F—E>Zo Cents $ 750, 00 Total Price (Figures) I - ",- Date T_ 11� MME 1%. 1Iq Zoo-OZ41 Bidder's Telephone and Fax Numbers � 0,3 D_H Bidder's License No(s). and Classification(s) T. L. tZ o w-+5 In r - Bder f Bidds�uthrienature and Title 1131 r Win nim�, sUl+e_ M rg-hio Ca Jzjoo Bidder's Address Bidder's email address: t ra b -e r 'rs A I -e, r p b -2 r+ s ii n c. G O rn Last saved by srooks12/18/2012 5:22 PM L\users\pbw\shared\COntracts\niasters\CASTAWAYS PARK REVEGETATION.doc Addendurn No.1 till j , it , Addendum No,I !�n r i' Now arNfi I q ach CORONA QEL IWAR TRANSMISSI N PIPELINE IMPROVEMENT T" CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this _ day of _ , 2013, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City(°City") and NAME OF CONTRACTOR, ("Contractor"), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: "The work necessary for the completion of this contract consists of construction of 30 - inch, 24 -inch, 18 -inch and 16 -inch water transmission mains including all appurtenances, fittings and connections within and adjacent to: © Carnation Avenue • Macarthur Blvd • San Miguel Drive ® Pacific View Drive • East Coast Highway • Dahlia Avenue • 5`h Avenue The work involves both open -cut and jack and bore construction to install cement mortar lined and tape wrapped (CML&TW) steel pipe, cathodic protection, in-line isolation valves, pavement restoration, traffic control and appurtenant work as required by the Contract Documents.. The work also includes relocating the City's MWD turnout regulator structure currently in East Coast Highway to a new location in Dahlia Avenue, east of East Coast Highway. This work involves but is not limited to demolition of existing vault and appurtenances, construction of a new precast vault, piping, isolation valves, check valves, flow control valves, and flow meters, vent piping and all other appurtenant work as required by the Contract Documents. The work also requires removal of interfering portions of an existing sewer pipeline and associated structures and installation of replacement sewer and manhole." WHEREAS, 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, pians and specifications. NOW, THEREFORE, City and Contractor agree as follows: A, 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 Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4603, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Contract, 22 and all modifications and amendments thereto (nd|uu|ive|y the "Contract Documents"), The Cork/u"t Ducumwnto comphu* the *o|, aV/oemwnt ho\wero U'^ pnrflox as to Vlu uuWeu/o/oKerthenain. Any nap/nu*n\m(ionsormgpemn)wnisriot specifically uu"\aivedinthe Contract Documents are not and void. Any amendments must bnnoodeinwriting, and signed byboth parties iotire manner specified inthe Contract Documents. B. SCOPE OF WORK Contractor shall perform everythingrequired \ohoperformed, and shall provide and furnish all the labor, rnateha|a' necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials (uhmfurnished shall boin strict accordance with the provisions of the Contract Documents. Contractor is required to perform aft activities, at no extra cost to City, which are reasonably Inferable from the Contract Documents asbeing necessary toproduce the intended results. C. COMPENSATION 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 osfull payment the sum uf(INSERT CONTRACT DOLLAR &yNOUNT). This compensation includes: (1)Any loss o«damage arising from the nature o[the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance 4fthe work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting train earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work byCity. D. NOTICE OF CLAIMS Unless ashorter time io specified elsewhere inthis 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 an unsettled at the time of its final request for payment. The Conti -actor and the City expressly agree that in addition to all claims filing requirements set forth inthe Contract and Contract Documents, the Contractor shall he required tofile any claim the Contractor may have against the City instrict conformance with the Tort Claims Act (Government Code 8O0*toeq.). E. WRITTEN NOTICE Any written notice required to he given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed tothe address uiContractor and 10City, addressed wofollows: CITY City oYNewport Beach Public Works Department 33OONewport Boulevard P8Box 1768 Newport Beach, CAA2GS8 Attention! Patrick Arciniega (948)644-3347 23 INSURAN(I"'F IJAPRIaMEN48 -- CONS I -RUCTION 1.1 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 Agreement, 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. 1.2 Acceptable insurers. All insurance policies -,hall 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, 1.3 Coverage Reauirernents. 1.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident 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. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, officials, employees and agents. 1.12 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 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) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 24 1.33 Automobile Liabi t Insurance. Contractor shall maintain automobilo insurance at [cast as bro;,id as Insurance 8(,)jvk,;(--, Office fOIrr) CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Work to be performed under this Agreement, 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. 1.3.4 Umbrella or Excess Liabiftty_lqsurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than four million dollars ($4,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer's liability Such policy or policies shall include the following terms and conditions: A drop down feature requiring the policy to respond in the event that any primary insurance that Would otherwise have applied proves to be uncollectable in whole or in part for any reason; © Pay on behalf of wording as opposed to reimbursement; * Concurrency of effective dates with primary policies; and * Policies shall "follow form" to the underlying primary policies, ® Insureds under primary policies shall also be insureds under the umbrella or excess policies. 1.4 Other Insurance B The policies are to contain, or be endorsed to contain, the following provisions: 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers 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. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability (if required), shall provide or be endorsed to provide that City and its officers, officials, 25 employocs, and agents shall be included as insureds under such policies. 1-4-3 P—Orn—ary All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. 1,4.4- Notice of, Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 11.5 Additional Agreements Between the Parties, The parties hereby agree to the following: 1.5.1 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, Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 1.5.2 Citys.Right to Revise Requirements, "rhe City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 1.5.3 Right toteview Subagreements. 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, 1.5.4 Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 1.5.5 Eeq�uireLmenj§.not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of 26 any c C ovorago normally provided by any insurance. Specific referoncri to a given covc.Nnge, is lot' purposes of clartic"Ation 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. 1-5.6 Self-insured Retentions, Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City, 1, 5 7 City Rern�jqies 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 agreement, 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, 1.5.8 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 Agreement, and that involve or may involve coverage tinder 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, 1.5.9 Maintenance of General Liability jCoverage. 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. 1.5.10 Contractor's Insurance- Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. G. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it, 27 2, Contractor shall be, responsible for any liability imposed by law and for injuries to of death cif any pel sorr or damage in ptopetly re,ulting from ck iects, obstructions or from any cause, arising from Contractor's Work on the P loject, or ille Work of any subcontractor or supplier selected by the Contractor. 3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (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, attorney's 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 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 or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties froin 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 attorney's 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 the Consultant. 4, 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. 5. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. 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. 1. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. 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. 28 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below. APPROVED AS TO FORM OFFICE OF THE CITY ATTORNEY Aaron C. Harp City Attorney ATTEST: Date: Leilani I. Brown City Clerk Iwo, CITY OF NEWPORT BEACH A California Municipal Corporation and City and Charter City Date: By: Keith D. Curry Mayor CONTRACTOR (type of entity) By: — Title: (Corporate Officer) Print Name: Date: By:___.— (Financial Officer) Title: Print Name: Date: CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT The premium charges or) this Bond is$ being edthe rate uf$ thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, hereinafter designated as the "Principal", a contract for construction of CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT, Contract Me, 4603 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the CO of Newport Beach, all ofwhich are incorporated herein bythis reference, WHEREAS, Principal has executed or is about to execute Contract No. 4603 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract, NOW, THEREFORE, we, the Principal, and , 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 8omoh' in the sum of (INSERT CONTRACT DOLLAR AMOUNT) |amfoi money of the United States of America, said sum being equal to 100% of 'he 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 bythese present. THE CONDITION OFTHIS OBLIGATION |SSUCH, that if the Principal,mthe Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the w/mt` covenants, condidunu, and agreements in the Contract DnoU|nonto and any a|tm/o1inn thereof made as therein provided on its pod, 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 perforin the same, in an amount not exceeding the sum specified in this Bond, otherwise, this obligation shall become BE As a part of the obligation scculed hereby, and in addition to tire face amount spocilied in this Performance Bond, there shall be included costs and reasonable expanses and fees, including reasonable attorneys fees, incurred by the City; only in the event the 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 or to the specifications accompanying the sande 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 the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shalt 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 _ day of _ , 2013. Name of Contractor (Principal) Authorized Signature/Title Name of Surety Address of Surety Telephone Authorized Agent Signature Print Name and Title NOTARY• AND BE ITTACHED 31 ACKN0VVI EC)OMENT WF nt uGN ICL ¢rtelll 11G0,3 ¢GYb I4i Niikt pLl X41 OfJ Li6ll�1 6�{�UtiI nA JM �l3C NLU I1 I[t O1i [1 =I t,'(ik State of California County of _---_, ,.y} ss. On _ before me, Public, personally appeared Notary proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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 seat. Signature ..... ®®a®¢4....A69fl e Y 00996.... O Y a 969.. N b.. O P 960 H . . . . . . . . . 000..9. 0@ 69........ 4. Pf OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification _ Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary I Treasurer Other: Other information 32 Thumbprint of Signer �f Check here if no thumbprint or fingerprint is available - ACKNOVIII..ED MEN I' 6 �+ruu pub. unaeep6aopa6nu ponF�6iae pm6i.6papr,er.m6m6n6e,➢p npnnnepepp6ppp6eavn� State of California County of ss. On before me, Public, personally appeared. Notary _,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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/heritheir 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 Id4..... e O npep p p e BY p e...ap@8ppp0e. e e e p 8060 p p G p p O b o. G W 9 P p.. Y 6 p B pp p p O 0 A 0 Y p980k N p eI OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper, identification Paper Identification _ Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO / CFO 1COO President/ Vice -President / Secretary / Treasurer Other Other I 33 Thumbprint of Signer (� Check here if no thumbprint or fingerprint is available. CORONA DEL MARTRANSMISSION PIPELINE IMPROVEMENT LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded ioName wf Contractor, hereinafter designated mathe ^Phndpu|'^acontract for construction of CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENT, Contract No. 4603 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City ofNewport Beach, all o[which are incorporated herein hythis reference. WHEREAS, Principal has executed orisabout tuexecute Contract No. 4603and 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 porfnnnmnuo ofthe 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, duly authorized tntransact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firrnly bound unto the City of Newport Beach, in the sum of (INSERT CONTRACT DOLLAR AMOUNT) 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 administrator$, successors, orassigns, jointly and severally, firmly hythese 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 tnSection 13020 of the Una|r}p|uyroonfInsurance Code with respect tosuch work and labor, then the Surety will pay for the same, inanamount not exceeding the sum specified inthis Bond, and also, incase suit inbrought tuenforce the obligations ofthis Bond, o reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code ufthe State u/California. 34 Vhe Bond shall inure to the benefit of any and all persons, companies, and corporations eI)Jfled to file dailyls under Sochnn 3 181 of the California Civil Cride so its to t)iV(-'.' ri I (I III of action to thein or their- assigns in any s0ft brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 ot, 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 or the specifications accompanying the same 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 terns 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 duty executed by the above narned Principal and Surety, on the _ day of 2013. Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signatureffitle Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE LTTACi,'ED 35 AC.KR9CiitUl,.,€,DG4i1I6r,40# 6' e��ae xe amu+ o�unnae, re a neaE nnuu. �a ae nuaneia exraaaouooamo o��unr ��a ie u�eumarna0000a� State of California County of On _.._ Public, personally appeared ss. before me, Notary proved to the on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherttheir 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. gnature ososa a419 uaianaeaee9>.. n n o o n o m n n a e n R o n e u n a n a o c w m 90 . m a n e e... a R a o n n a u v v 9 a a a 9 u v a nt OP71ONAL INFORMATION Date of Document Type or `title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President/ Vice -President t Secretary 1 Treasurer Other: Other 36 Thumbprint of Signer check here if no thumbprint of fingerprint is available. ACKNOWLEDGMENT „ ppp9p9p ,pp,p9pp,,9pp�p9 �9,�,u sr p,ppQ9,p99pp9pp ,p9,e�p �p9�9 ,pp99p99pp, State of California County of _______ On Public, personally appeared ss. before me, Notary _ --,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/shelthey 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 p...... 60 p 00 p O O p 009 p 0009 N 0 Y O p p....... O 9 p.. 99. p p 9 p 00 p p p P p p P Y G Y o©Bp6p e p p O. 9. 91 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification _ Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary I Treasurer Other: Other 37 Thumbprint of Signer El cheu< here if no thumbprint or fingerprint is available. CITY OF NEWPORT BEACH PUBLIG WORKS DEPARTMENT CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENTS 719:01, ./ DATE: January 3, 2013 Ely:- Detuty Udj�c Works Director/City Engineer �ineer TO: ALL PLANHOL The following changes, additions, deletions, or clarifications shall be made to the Proposal Documents — all other conditions shall remain the same. Notice Inviting Bids (Cover Page) — The proposal due date has been extended. Bids for the project are due to the City at 10:00 A.M. on Thursday, January 10, 2013. • Notice Inviting Bids (Cover Page) — The Engineer's Estimate has been revised to $4,373,000.00. Contract (Pages 22-37) — Contract has been revised to delete Earthquake, Flood and Pollution Liability Insurance requirements. Substitute the attached Contract that will be utilized for this project Addendum No -1 fIF ITEM NO4. ffid Form -- Bid Form -- PR IF of 11 has been revised to reflect modifications and IN,, addition of Bid Item 60, Substitute the attached Bid Fonn - Page FIR 11 of 11. CONTRACT SPECIFICATIONS ITEM NO. 5: Special Provisions, Section 9 — Measurement and Payment, Subsection 9-3 Payment, Subsection 9-3.1, Item No. 11 (Page SP 21 of 86) — Revise the following paragraph: "Itern No. 11 16 -inch CMI_&TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, sawcutfing, pavement removal and replacement, temporary paving and patching or trench plates, potholing and exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, temporary water main bypass for services in alley, bedding, backfill, compaction, Slurry backfill, concrete cap, installation of pipe, fittings, couplings, welded joints, coatings, concrete blankets, connecting to existing fire hydrant and/or service, 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 necessary to install the pipe complete in place." Special Provisions, Section 9 — Measurement and Payment, Subsection 9-3 Payment Subsection 9-3.1, Item No. 22 6 -inch Fire Hydrant (Page SP 23 of 86). - Clarification: Residential type Hydrants will be required for this project, Special Provisions, Section 9 — Measurement and Payment, Subsection 9-3 Payment, Subsection 9-3.1 General (Page SP 29 of 86) — Add the following paragraph at the end of the section: "Item No. 60 San Miguel Park Valve Relocation: Contractor shall furnish all labor, materials and equipment to retrieve existing valve and vault structure including appurtenances, installing a new pipeline to replace the removed valve segment, and installing a new valve within the street segment as shown on the plans. Work under this item shall include, but not be limited to cutting and removing existing valve vault and cover, excavation, backfill, bedding, compaction, disposal of excess material, removal and replacement of pavement and/or landscape to pre-existing conditions, butt -straps, 24 -inch CML&TVV steel pipe segment, 24 -inch butterfly valve, airlvacuum assembly, bonding wires, field welds of existing joints, and all appurtenant work required by the Contract Documents," Addendum No,I I OEM NO8: Special Provisions, Section 207-10 .-- Steel Pipe, Subsection 207-10.2 Fabricated Steel Pipe, Subsection 207-10.2A General (Page SVI 31 of 86) - revise the following paragraph to delete the second sentence: "207-10.2.1 General. Delete paragraph 4 beginning with, "Prior to fabrication of pipe...... Replace with the following: "Only manufacturers who manufacture a complete lined and coated pipe can be qualified for this work. IMI-Pipe-manufacturing-operatiom All steel pipe shall be manufactured by organizations with at least ten years Successful experience manufacturing, fabricating, lining and coating of the type of pipe specified. The City shall approve the manufacturer's product before its use. Prior to fabrication of pipe, the Contractor shall submit for approval detailed shop drawings of the steel pipe and outlets to be attached to the pipe, and all fabricated fittings to be incorporated in the pipeline, together with erection profile drawings showing:" Special Provisions, Section 207-10 - Steel Pipe, Subsection 207-10.4.7 Tape Coating System, Subsection 207-10.4.7,1 General (Page SP 33 of 86) - Delete the second paragraph. "207-10.4.7 Tape Coating System 207-10.4.7.1 General. The exterior surfaces of all steel pipe shall be coated with a 3 -layer, 80 -mil tape wrap with a'/ -inch protective mortar overcoat. The 3/4 -inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. Sheet 2 of 38, General Notes, Note 18 - Replace Note 18 with the following: "ALL NEW WATER PIPE SHALL BE INSTALLED PER TRENCH SECTION SHOWN IN CITY OF NEWPORT BEACH STANDARD DRAWING STD-106-L.j MODW-Y-PW-E--BE4NDING-TO-47" cz�€ ninr..P4PE-MVE-RT-AND-90%-RE-LAT4VE- COMPAGT40M." Addendum No. 1 I` FI A.It Noi `i is CONTRAGTOR SHAl.,l. NAME PIPE SUPPLIER CN '(HIS ADDENDUM FOPtlkli: Pipe Supplier dame Pipe Supplier Address: -1-190 "J _,__(.0C 0 S'iyc- Street Address 92-3-7-7 City Zip Code Contact Phone Number Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 9 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Blame (Pl'ease Print) Date Authorized Signature & Title -rl" 9Zo(�P S Addendum No_4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 1/16/13 Dept./Contact Received From: Shari Date Completed: 1/16/13 Sent to: Shari _.� By: Renee _ Company/Person required to have certificate: T.E. Roberts, Inc. Type of contract: _ All Other _- GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 9/1/12 to 9/1/13 A. INSURANCE COMPANY: Wausau Underwriters Insurance B. AM BEST RATING (A-: VII or greater): A; XV _ C. ADMITTED Company (Must be California Admitted): _ Is Company admitted in California? ❑ Yes 0 No D. LIMITS (Must be $1M or greater): What is limit provided? 1,000,000 12,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must ADMITTED COMPANY (Must be California Admitted): include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes [_,I No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City LIMITS Waiver of Auto Insurance / Proof of coverage (d individual) its officers, officials, employees and volunteers): Is it (What is limits provided?) included? ® Yes ❑ No L PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No 3. CAUTION! (Confirm that loss or liability of the named insured G. is not limited solely by their negligence) Does endorsement ❑ N/A ❑ Yes M No include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A M Yes ❑ No I1. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 9/1/12 to 9/1/13 _ A. INSURANCE COMPANY: Continental Casualty Company B. AM BEST RATING (A-: VII or greater) A; XV _ C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? 0 Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E, LIMITS Waiver of Auto Insurance / Proof of coverage (d individual) (What is limits provided?) N/A _ F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes M No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes [] No WORKERS'COMPENSATION EFFECTIVE/EXPIRATION DATE: 9/1/12 to 9/1/13 A. INSURANCE COMPANY; Continental Casualty Co B. AM BEST RATING (A-: VII or greater): _A; XV _ C. ADMITTED Company (Must be California Admitted): 0 Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory 6A Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? J Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: r,K N/A [] Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK 0 N/A ❑ Yes ❑ No ® NIA ❑ Yes ❑ No ® N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes ® No IF NO WHICH ITEMS NEED TO BE COMPLETED? Approved: 1/16/13 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $) ❑ N/A El Yes ❑ No Reason for Risk Management approval/exception/waiver: General Liability Carrier Licensing information not available on AM Best need Risk Management approval.. 1/16/13 Approved by Sheri Anderson Approved: Risk Management Date * Subject to the terms of the contract. Rooks, Shari From: Anderson, Cheryl Sent: Wednesday, January 16, 2013 2:30 PM To: 'Renee McRaven; Rooks, Shari Subject: RE: Insurance Certificate for T.E. Roberts - CdM Transmission Main C-4603 Risk Management approves the carrier status. Human Resources Supervisor City of Newport Beach Phone (949) 644-3307 Fax (949) 723-3609 THIS MESSAGE IS INTENDED ONLY FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED, CONFIDENTIAL, AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE LAWS, If the reader of this message is not the intended recipient, or the employee or agent responsible for delivering the message to the intended recipient, you are hereby notified that any dissemination, distribution, forwarding, or copying of this communication is strictly prohibited. If you have received this communication in error, please notify the sender immediately by e-mail or telephone, and delete the original message immediately. Thank you. From: Renee McRaven [mailto:rmcraven(a7ailiant.com] Sent: Wednesday, January 16, 2013 2:14 PM To: Rooks, Shari Cc: Anderson, Cheryl Subject: RE: Insurance Certificate for T.E. Roberts - CdM Transmission Main C-4603 Hi Shari, This just needs approved from Risk Management because the General Liability carrier's Licensing information is unavailable in AM Best. Please let me know if you have any questions. Thanks, Renee McRaven, AIS, AINS Account Representative Public Entity Group Ailiant Insurance Services, Inc. 1301 Dove Street, Suite 200 Newport Beach, CA 92660 949-660-5932 Direct Line 619-699-0907 Fax rmcraven (o)a l l iant com License #OC36861 www.alliant.com "Please note my email address and our company website address have changed." From: Rooks, Shari [mailto•SRooks(a)newnortbeachca gov] Sent: Wednesday, January 16, 2013 1:27 PM CERTIFICATE OF LIABILITY INSURANCE 1 DATE,MM,DDM'YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. It SUBROGATION I5 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemen s). PRODUCER patriot Risk & insurance Services CONTACT NAMEy_„,.,„__ .... _...... 8105 Irvine Center Drive #400 PHONE FAXlLc,Noi__(4 "46-1959— Irvine, CA 92618 OG55454 INSURED T. E. Roberts, Inc. 1131 E. Main Street, Suite 201 Tustin CA 92780 COVERAGM CFRTIFICATF NIIMRFR- 194A77R4 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ___ _ INSR J AODL SUBR ITAF TYPE OF INSURANCE POLICY NUMBER �......,w,_ _ ...._�_._..._........ POLICY EFF POLICY EXP MMIDO IDDIYYPY LIMITS A I GENERAL LIABILITY TBJZ91459902022 9/1/2012 911/2013 1 EACH _ $ 1,000,000 GOECCURRENCE T^ftE Fb 300,000 ✓ COMMERCIAL GENERAL LIABILITY 1 F*�E S R I ES(Eaocaxrence 5 _. l 11 CLAIMS MADE F✓_i OCCUR MExPn) i_$ 5,000 DE (Anyo(�erso ✓ $O DggUChble PERSONAL& ADVIN_IURY ?$ 1,000,000 GENERAL AGGREGATE _ S 2,000,000 OWL AGGREGATE LIMIT APPLIES PER PRODUCTS -COMPYJP AGG �S 2,000,000 POLICY ✓1 PRO -LOC $ B AUTOMOBILE LIABILITY 5086426344 9/1/2012 9!1!2013 _ Can DINEDiq SINGLE MIT $ 1,00000_0 ✓ ANY AUTO BODILY INJURY,. er person) $ ALL OWNED SCHEDULED eODILYIWURY(Poracdl ntj $„ AUTOS AUTOS—Gr­ -_ _._ NON -OWNED ppRROPI% AMACE $ ✓ HIREDAUTOS AUTOS {PG'acddant�_ $1,000 Comp./Cell. Ded. ✓ $0 Liability Deductible $ B UMBREIAALIAB I✓ OCCUR 5085341558 9!1!2012 9!1!2013 EACHOCCURRENCE $ $,000,OOO _.u.._ .✓_ I EXCESS LIAR __._......__ _ CLAIMS _MADE AGGREGATE ;g $,Q{jOOjjO DED RETENTION$ �_ $ wOOCERSCOMPENSATION A 'WCJZ914599Q2012 9f1t2012 9t1fZQ13 WC STATU- O tt- TORY LIMIT, ETN AND EMPLOYERS 'ARTN TY YIN .✓ _._ _ ANY PROPRIETORIPARTNDED,X CUTIVE Bt. EACH ACCIDENT $ 1000000 i OFFICERIMEMBER EXCLUDED? N/A .....___ (Mandatory in NH) E,L. DISEASE - EA EMPLOYEE $ 00fi Ifyes, descnbe under DESCRIPTION OF OPERATIONS be. EL DISEASE - POLICYLIMIT;S 1,000000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, R more space Is required) Re: Corona del Mar Transmission Pipeline Improvements, Contract No. 4603 City of Newport Beach, its elected Or appointed officers, agents, officials, employees and volunteers are named as Additional Insured, Primary & Non -Contributory and Waiver of Subrogation as respects to General and Auto Liability per endorsements attached where required by written contract. Workers Compensation Waiver of Subrogation applies per endorsement attached. 30 days notice of Cancellation, 10 days for non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Newport Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3300 Newport Blvd. ACCORDANCE WITH THE POLICY PROVISIONS, Newport Beach CA 92658-8915 AUTHORIZED REPRESENTATIVE Leonard E. Ziminsk ACORD 25 (2010105) ©1988.2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IIF£ s cer£ni�Lcate 'cance'1'se 1/y/20,13 upeirsendas ..i,' ireviously issued cert i£icaces. IS[*]I M0101ITA 1111,7i1131I'� SCf.13'UTIiYi COMMERCIAL GENERAL LIABILITY CG 20 1010 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. F.Al k I NU F.Al111MOITA # *1 g111:3alugz4gol - • ' iWIMIKOIOE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: WHERE REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for that insured. performed by or on behalf of the addi- B. With respect to the insurance afforded to these tional insured(s) at the site of the cov- additionai insureds, the following exclusion is ered operations has been completed; added: or 2. Exclusions (2) That portion of "your work" out of which the injury or damage arises has been This insurance does not apply to "bodily in- put to its intended use by any person or jury' or "property damage" occurring after: organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 O ISO Properties, Inc., 2000 4T N ,: 1,52i JNi L.tea Md d 1 fij2Cn `1;2 -3d 2 f 8 tits cer"Licat:e cancels a ra sspersed-a rk, ` revrous7y issued certificates. Page 1 of 1 ❑ POLICY NUMBER: TBJZ91459902022 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: WHERE REQUIRED BY WRITTEN CONTRACT Location And Description of Completed Operations: WHERE REQUIRED BY WRITTEN CONTRACT Additional Premium: N/A (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section It — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations haz- ard". CG 20 3710 01 O ISO Properties, Inc., 2000 '2 R1s cerC SflCdtf CanceYs2 and J8UFieI62QE5 fW La fr 6viovS2y issuzd cer Cates. Page 1 of 1 Policy Number TBJZ91459902022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ PF CAREFULLY. Other Insurance Amendment Endorsement This endorsement muddies insurance provided ander the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Paragraph 4.a. of Section IV - Commercial General Liability Conditions is replacedwith the following: a. Prituary Insurance This insurance is primary except when Paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in Paragraph e. below, except that we will not seek contribution from any party with whom you have agreed in a written contract that this insurance will be primary and non-contributory, if the written contract was executed prior to the subject "bodily injury", "property damage', or "personal and advertising injury`. GL2420 12-0? CERT ma.; 3525JJe3 uiya Md.fde 1/y/2&'3 2. 2aes 16 fay �41au��y issued certificates. 1s cer 2 lcate cancels as su er`aeaes F1LL Y Page l of I T. E. Roberts, Inc. POLICY NUMBER:TBJZ91459902022 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization who requires you to obtain this waiver of our right of recovery under a written contract or The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV —Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the 'products -completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 1 FRT aca, 1s25,779i a isa n d ae x 'YIRI° sx:z as 'Y.L p:.ea°iously issued certificates. ,Is certz..acate canoe s a u erae es POLICY NUMBER: 5086426344 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. e' s This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: 911/2012 Counter. E r1„ :�l2SGG�✓ """ FV4 (Authorized Representative) Named Insured: T. E. Roberts, Inc. SCHEDULE Name of Person(s) or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, insurance Services Office, Inc., 1998 Page 1 of 1 ❑ xr mo.: i.-a:y�C uisa ane 's '�i'c fsupe sed"e's f3 reviously� issued certificates. zs cere2 data .ance'S'e a 5086426344 9.23166-8 CAM T. E. Roberts, Inc. (Ed, 121to) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided ander the following: SCHEDULE Name of Person or Organization: WHERE REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as :applicable to this endorsement. We waive any right of recovery we may have against the damage must arise out of your activities under a contract person or organization shown in the Schedule because of with that person or organization. The waiver applies only to payments we make for the injury or damage. This injury or the person or organization shown in the Schedule. 9-23166.8 Page t of 1 (Ed, 12110) s' cer'%i"t'Icate'ce ce' s� a�i'ci�supeeseues' �AT,f." rr'ev'iously issued certii ieatez. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enfrsrce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged In the work described In the Schedule. The additional premium for this endorsement shall be % of the California workers! compensation premium otherwise due on such remuneration. schedule Person or CUroanlzatiarE ,fob Descrlatiors WHERE REQUIRED BY WRITTEN CONTRACT WHERE REQUIRED BY WRITTEN CONTRACT This endorsement Is executed by the Premium $ Effective oat$9/1/2012 Expiration Date 9/1/2013 For attachment to Policy No. WCJZ91459902012 VVC "03 05 Page 1 of 1 ED, 411984 ��ggRi NO153 753 L sa Andrade Y/2013 11 29:34 pL VgB 8 of 8 '1'ri19 GEYt ST1C3te race 3.S 331Q superSe'C103 H1+L. yr'eV10llSly 1S6llEC1 CEYt1i1Cc"itES. PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CORONA DEL MAR TRANSMISSION PIPELINE IMPROVEMENTS CONTRACT NO. 4603 INTRODUCTION 1 PART 1 ---GENERAL PROVISIONS 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 2-6 WORK TO BE DONE 2 2-7 SUBSURFACE DATA 2 2-9 SURVEYING 2 2-9.1 Permanent Survey Markers 2 2-9.4 Line and Grade 3 2-12 PRE -CONSTRUCTION VIDEO 3 SECTION 3 CHANGES IN WORK 3 3-3 EXTRA WORK 3 3-3.2 Payment 3 3-3.2.3 Markup 3 SECTION 4 CONTROL OF MATERIALS 4 4-1 MATERIALS AND WORKMANSHIP 4 4-1.3 Inspection Requirements 4 4-1.3.4 Inspection and Testing 4 4-1.6 Trade Names or Equals 4 SECTION 5 UTILITIES 4 5-1 LOCATION 4 5-2 PROTECTION 5 5-7 ADJUSTMENTS TO GRADE 5 5-8 SALVAGED MATERIALS 5 SECTION 6 PROSECUTION, PROGRESS AAD ACCEPTARCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-7.2 Working Day 6 6-7.4 Working Hours 6 6-9 LIQUIDATED DAMAGES 7 6-11 SEQUENCE OF CONSTRUCTION 7 6-11.1 Multiple Headings 7 6-11.2 Sequencing Construction to Maintain Water Service 8 6-11.2.1 Corona Del Mar Transmission Main Pipeline Improvements 8 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 9 7-1.2 Temporary Utility Services 9 7-5 PERMITS 10 7-7 COOPERATION AND COLLATERAL WORK 1 0 7-8 WORK SITE MAINTENANCE 10 7-8.4.3 Storage of Equipment and Materials in Public Streets 10 7-8.5.4 Steel Plates 10 7-8.6 Water Pollution Control 12 7-8.6.2 Best Management Practices 12 7-8.6.4 Dewatering 13 7-10 PUBLIC CONVENIENCE AND SAFETY 13 7-10.1 Traffic and Access 13 7-10.3 Street Closures, Detours, Barricades 14 7-10.4 Public Safety 15 7-10.4.1 Safety Orders 15 7-10.5 "No Parking" Signs 15 7-10.6 Notices to Residents 15 7-15 CONTRACTOR LICENSES 16 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 16 7-17 TEMPORARY WATER MAIN BY-PASS 16 7-17.1 General 16 7-18 WATER MAIN PRESSURE TESTING, 30 207-9.2 DISINFECTION AND FLUSHING 17 7-18.1 General 17 7-19 SEWER FLOW BY-PASS SYSTEM 18 SECTION 9 MEASUREMENT AND PAYMENT 18 9-3 PAYMENT 18 9-3.1 General 18 9-3.2 Partial and Final Payment 29 PART 2---CO1%STR1CTION MATERIALS SECTION•MORTAR, AND RELATED MATERIALS 31 201-1 PORTLAND CEMENT CONCRETE 30 201-1.1.2 Concrete Specified by Class and Alternate Class 30 201-2 REINFORCEMENT FOR CONCRETE 30 201-2.2.1 Reinforcing Steel 30 201-7 NON -MASONRY GROUT 30 201-7.2 Quick Setting Grout 30 SECTION 207 PIPE 30 207-9 IRON PIPE AND FITTINGS 30 207-9.2 Ductile Iron Pipe for Water and Other Liquids 30 207-9.2.2 Pipe Joints 30 207-9.2.3 Fittings 31 207-9.2.6 Polyethylene Encasement for External Corrosion Protection 31 207-10 STEEL PIPE 31 207-10.2 Fabricated Steel Pipe 31 207-10.2.1 General 31 207-10.2.2 Design Criteria 32 207-10.2.5 Joints 32 207-10.2.8 Welding 32 207-10.2.9 Product Marking 32 207-10.4 Protective Lining and Coating for Steel Pipe 33 207-10.4.1 General 33 207-10.4.7 Tape Coating System 33 207-10.4.7.1 General 33 207-10.4.7.2 Cold Applied Plastic Tape 33 207-10.4.7.2.1 General 33 207-10.4.7.2.2 Certificate of Compliance 34 207-10.4.7.2.3 Weld Bead Preparation 35 207-10.4.7.2.4 Surface Preparation 35 207-10.4.7.2.5 Blast Cleaning 36 207-10.4.7.2.6 Primer Application 37 207-10.4.7.2.7 Inner Layer Tape Application 39 207-10.4.7.2.8 Outer Layer Tape Application 40 207-10.4.7.2.9 Materials 40 207-26 PIPE APPURTENANCES 54 207-26.2 AWWA Butterfly Valves 54 207-26.8 Nuts and Bolts 55 207-26.9 Flange Insulating Kits 55 207-26.10 Pressure Regulating Valve 56 207-26.11 Turbine Meters 56 207-26.12 Rubber Flapper Check Valve 56 207-27 TEMPORARY HIGHLINE PRESSURE PIPE 57 207-27.1 General 57 SECTION 209 ELECTRICAL COMPONENTS 57 209-6 CATHODIC PROTECTION SYSTEM 57 209-6.1 General 57 209-6.2 Requirements 58 209-6.3 Related Sections 58 209-6.4 Referenced Specifications, Codes and Standards 58 209-6.5 Permits and Job Access 59 209-6.6 Quality Assurance 59 209-6.7 Submittals 60 209-6.8 Interference and Exact Locations 60 209-6.9 Products 60 209-6.10 Test and Anode Junction Panel Boards 60 209-6.11 Solderless Lug Connectors 60 209-6.12 Shunts for Galvanic Anodes 60 209-6.13 Concrete Traffic Valve Boxes 61 209-6.14 Ready -Mixed Concrete 61 209-6.15 Conduits and Fittings 61 209-6.16 Utility Warning and Identification Tape 61 209-617 Wires 61 209-618 Wire Identifiers 62 209-6.19 Exothermic Welds 62 209-6.20 Galvanic Anodes 62 209-6.21 Petroleum Tape 63 209-622 Storage of Materials 63 209-6.23 Excavation and Backfill 63 209-6,24 Test Stations and Junction Boxes 63 209-625 Exothermic Weld Connections 64 209-626 Joint Bonds 64 209-6.27 Petrolatum Tape System Application 65 209-6.28 Galvanic Anode Installation 65 209-6,29 Insulating Joints/Dielectric Unions 65 209-630 Continuity Testing 66 209-6.31 System Checkout 66 SECTION 214 PAVEMENT MARKERS 67 214-4 NON -REFLECTIVE PAVEMENT MARKERS 67 214-5 REFLECTIVE PAVEMENT MARKERS 67 SECTION 300 EARTHWORK 68 300-1 CLEARING AND GRUBBING 68 300-1.3 Removal and Disposal of Materials 68 300-1.3.1 General 68 300-1,3.2 Requirements 68 300-1.5 Solid Waste Diversion 68 SECTION 302 ROADWAY SURFACING 69 302-4 EMULSION -AGGREGATE SLURRY 69 302-4.3 Application 69 302-4.3.1 General 69 302-4.3.2 Spreading 69 302-4.3.3 Field Sampling 69 302-5 ASPHALT CONCRETE PAVEMENT 70 302-51 General 70 302-5.2 Pavement Restoration 70 302-5A Tack Coat 72 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 72 302-6.6 Curing 72 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 73 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 73 303-5.1 Requirements 73 303-5.1.1 General 73 303-5.5 Finishing 73 303-5.5.1 General 73 303-5.5.2 Curb 73 303-5.5.4 Gutter 73 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 73 306-1 OPEN TRENCH OPERATIONS 73 306-1.1.1 General 73 306-1.1.5 Removal and Replacement of Surface Improvements 74 306-1.2.1 Bedding 74 306-1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped/Mortar Overcoat Steel Pipe 74 306-1.2.14.1 Installation of Pipe 74 306-1.2.14.2 Welded Joints 77 306-1.2.14.3 Joint Coating and Lining 80 306-1.2.14.4 Installation of Pipe Appurtenances 81 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES 83 306-5.4.1 Removal of AC Pipe and Fittings 83 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 83 307-17 TRAFFIC SIGNAL CONSTRUCTION 83 307-17.7.3 Inductive Loop Detectors 83 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 83 308-1 GENERAL 83 SECTION 310 PAINTING 85 310-5 PAINTING VARIOUS SURFACES 85 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb SECTION 400 Markings 85 310.5.6.6 Preparation of Existing Surfaces 85 310-5.6.7 Layout, Alignment and Spotting 85 310-5.6.8 Application of Paint 85 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 86 312-1 PLACEMENT 86 312-1.1 Pavement Markers 86 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 86 400-2 UNTREATED BASE MATERIALS 86 400-2.1 General 86 400-2.1.1 Requirements 86 APPENDIX A PRESSURE REDUCING/FLOW CONTROL VALVE SPECIFICATION SHEET APPENDIX B GEOTECHNICAL REPORT APPENDIX C POTHOLE INVESTIGATION REPORT tyzlcl:�y VMMA�cz�•1�9r.7'i 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-5341-5); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: UNITS OF - AND SYMBOLS 1-2 TERMS AND DEFINITIONS. Add to this section: "Design Engineer - Psomas. 3 Hutton Centre Drive, Suite 200 Santa Ana, California 92707 Attention: Mr. Joe Boyle, P.E. (714)751-7373 JoeBoyle a psomas.com " 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of construction of 30 -inch, 24 -inch, 18 -inch and 16 -inch water transmission mains including all appurtenances, fittings and connections within and adjacent to: ® Carnation Avenue 0 Macarthur Blvd ® San Miguel Drive ® Pacific View Drive i East Coast Highway • Dahlia Avenue • 5t" Avenue The work involves both open -cut and jack and bore construction to install cement mortar lined and tape wrapped (CML&TW) steel pipe, cathodic protection, in-line isolation valves, pavement restoration, traffic control and appurtenant work as required by the Contract Documents. The work also includes relocating the City's MWD turnout regulator structure currently in East Coast Highway to a new location in Dahlia Avenue, east of East Coast Highway. This work involves but is not limited to demolition of existing vault and appurtenances, construction of a new precast vault, piping, isolation valves, check valves, flow control valves, and flow meters, vent piping and all other appurtenant work as required by the Contract Documents. The work also requires removal of interfering portions of an existing sewer pipeline and associated structures and installation of replacement sewer and manhole. 2-7 SUBSURFACE DATA. Add to this section: "The following report has been prepared for the City of Newport Beach and is available for review at the Public Works Department: `Geotechnical Investigation Corona Del Mar Water Transmission Main, City of Newport Beach, California" prepared by Hushmand Associates, Inc. and dated June 26, 2012.'A copy of the geotechnical report is in Appendix B." 2-9.1 Permanent Survey Markers. Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange 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." 2-9.4 Line and Grade. Add to this section: "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 Psomas and can be contacted at 714-481-8059. 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 City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. 2-12 PRE -CONSTRUCTION VIDEO. Prior to any construction activities, the Contractor shall provide the City with a videotape of the condition of the existing street, curb, gutter, sidewalk and bike/walk trail adjacent to the proposed pipeline. 3-3.2 Payment 3-3.2.3 Markup. Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 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 for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. p ♦ . 14 Ail J UUMMEMEMOMMMME "4-1.5.4 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. 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." 4-1.6 Trade games or Equals. Add the following after the 2nd paragraph: `To be accepted as an equal, manufacturers shall submit request for substitution at least seven (7) Calendar days prior to bid opening to allow engineer time to review request for substitution and prepare an addendum if necessary. Requests for substitutions shall be accompanied by a non-refundable cashier's check or money order for $200 made out to Owner to compensate Owner for cost of reviewing substitution request. Check shall clearly show project name and product or service submitted for review. No product will be accepted as an equal that is not of equal quality and function to listed products that does not offer factory -authorized service personnel and stocked parts within a 150 mile radius of the work, or that does not enjoy a reputation for assuring long-lasting, trouble-free service for at least five (5) years. 5-1 LOCATION. Add the following after the Td paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." SP5OF86 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 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. 5-8 SALVAGED MATERIALS. The Contractor shall remove and salvage all existing sewer manhole, grade rings, water valve cans and covers, meter or valve box covers on abandoned facilities. The Contractor shall salvage all removed cast iron pipes. All salvaged material owned by the City of Newport Beach shall be delivered to the City's Utility Yard at 949 West 16th Street, Newport Beach, CA 92663. The Contractor shall coordinate and make arrangements for the delivery of salvaged materials by contacting the City. SECTION 6 ---PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed.' 6-1.1 Construction Schedule. Add the following between the first and second paragraphs of this section: 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 construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Contractor shall schedule his work such that work on East Coast Highway is not performed during the summer months between Memorial Day and Labor Day. Also, Work at the San Joaquin Intersection, San Miguel east of San Joaquin intersection and Pacific View shall be done during the summer months when the local schools are not in session. The Engineer will review the 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 schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has l i 1�3�1 Ji1J demonstrated that the ability to maintain the approved 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.' 9IrV t�Wi1MOP,il7MA�i10i General,♦t to this section: "The Contractor shall complete all ♦. Noticeunder the Contract within 350 consecutive working days after the date on • Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Day. Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24tH (Christmas Eve), December 25th (Christmas), and December 318t (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." •. f i 1 t. , afffrm ♦ •. 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday excluding weekends and holidays, unless otherwise noted in these Contract Documents. Stages 1 thru 5, 9, 11, 13, 15 & 16 Contractor may work from 7:00 a.m. to 4:30 p.m. Stage 6 Contractor shall work continuously throughout the day and night hours between 9:00 a.m. and 7:00 a.m. of the following day. Contractor shall provide multiple crews to complete all jacking and boring operations for this stage of work. When the tie-in work takes place on the 30 -inch East Coast Highway transmission main Stage 6 can be modified to allow for only one west bound lane to be open. However, the free right turn lane onto northbound Macarthur must be open. Stages 7, 8, 10, 12 and 14 Contractor shall work from 8:30 a.m. to 4:00 p.m. Stage 10 Contractor shall abandon the vault located near Fernleaf Avenue at night between 7:00 p.m. and 12.00 p.m. Midnight. Stages 14 thru 16 shall be constructed during the summer months when the local schools are not in session. Stages 6 thru 12 shall be constructed during the non -summer months between Labor Day and Memorial Day. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for until 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday 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. (Night Work Alternative) For those locations where night work would facilitate the construction and minimize the 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 through Thursday. 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. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "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 $1,500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per 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." •... t w s s 6-11.1 Multiple Headings. In order to meet the contract schedule, the Contractor will be allowed to initiate and maintain two or more construction headings. However, the Contractor will not be allowed to have multiple phases of work occurring that have the corresponding traffic control devices in conflict with each other. Total open trench at any one time is not to exceed 500 linear feet. 6-11.2 Sequencing Construction to Maintain Water Service, The proposed water main connections will need to be sequenced in order to maintain water services to the project area. The sequencing will need to be coordinated with the City a minimum of seven calendar days prior to beginning any connections and/or shut downs of existing water mains. The Contractor may use the following suggested sequencing plan or submit an alternative sequencing plan. The alternative sequencing plan shall be approved by the City prior to commencement of construction. The sequencing plan should take into account the schedule restrictions on Coast Highway, MacArthur and San Miguel. 6-11.2.1 Corona Del Mar Transmission Main Pipeline Improvements 1. Construct the proposed 24 -inch diameter water main within Carnation Avenue from about Station 10+00± to about Station 28+00±. 2. Construct the proposed 30 -inch diameter water main within Macarthur Boulevard from about Station 29+85± to about Station 59+00± (includes a station equation). 3. Construct the proposed 30 -inch diameter water main within San Miguel Drive from about Station 59+00± to about Station 72+00 4. Construct the proposed 30 -inch diameter water main within San Miguel Drive from about Station 72+00± to about Station 79+41±. 5. Construct the proposed 30 -inch diameter water main within Pacific View Drive from about Station 79+41± to about Station 82+00±. Construct a minimum of five feet away from the existing point of connection. 6. Construct proposed 24 -inch diameter water main and in 36 -inch diameter casing using jack and bore method within East Coast Highway from about Station 28+00± to about Station 29+85±. 7. Demolish and abandon existing regulator valve vault within East Coast Highway. 8. Construct the proposed 24 -inch diameter water main within East Coast Highway from about Station 99+79± to about Station 106+63±. 9. Remove the existing 8 -inch water main within 5th Avenue. 10. Construct the proposed 8 -inch diameter sewer main, modify existing manhole and construct new manhole within Dahlia Avenue from about Station O1 f �s}��l1ts1�J 400+00± to about Station 400+69±. Abandon and/or remove existing sewer mains. 11. Construct the proposed 16 -inch diameter water main within Dahlia Avenue and 5th Avenue from about Station 120+00± to about Station 124+82±. Construct a minimum of five feet away from the existing point of connection. 12. Construct the proposed regulator valve vault and internal piping, valve, appurtenances. 13. Construct all new fire hydrants, valves and air release valves. 14. Complete pressure and disinfection testing of the new water mains. 15. Field weld joints of existing water main at: (a) Bayside Drive (b) East Coast Highway at Macarthur Boulevard (c) San Joaquin Hills Road (d) Pacific View Drive (e) East Coast Highway at Femleaf Avenue 16. Energize the new water main by connecting to the existing: (a) 30 -inch in Bayside Drive (b) 30 -inch in East Coast Highway at Macarthur Boulevard (c) 30 -inch in San Joaquin Hills Road (d) 30 -inch in Pacific View Drive (e) 30 -inch in East Coast Highway at Fernleaf Avenue 17. Abandon existing 30 -inch water main within East Coast Highway. 18. Abandon existing 30 -inch water main within San Joaquin Hills Road. 7-1.2 Temporary Utility Services. Add to this end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and 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, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water" 7-5 PERMITS. Delete the first sentence and replace with the following: "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 start of work. The City NPDES permit for dewatering can be utilized for this project. The Contractor's dewatering operations shall confirm with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City. 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. 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. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." 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." Add Section 7-8.5.4 Steel Plates 7-8.5.4 Steel Plates. When backfilling operations of an excavation in the traveled way, whether traverse or longitudinal, cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring (see Trenching & 101MEiIN7 Shoring) is required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: 1. Steel plates used for bridging must extend a minimum of 12" beyond the edges of the trench. 2. Steel plate bridging shall be installed to operate with minimum noise. 3. The trench shall be adequately shored to support the bridging and traffic loads. 4. Temporary paving with cold asphalt concrete shall be used to feather the edges of the plates, if plate installation by Method 2 described below, is used. 5. Bridging shall be secured against displacement by using adjustable cleats, shims or other devices. As required, steel plate bridging and shoring shall be installed using either Method (1) or (2): (1) Method 1: For speeds greater than 45 mph (Macarthur Boulevard, Stages 7, 11, 12 and 13). The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. (2) Method 2: For speeds less than 45 mph (All other stages except Stages 7, 11, 12 and 13). Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of 2 dowels pre -drilled into the corners of the plate and drilled 2" into the pavement, Subsequent plates are butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 12" taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines of asphalt concrete mix, concrete slurry or equivalent slurry that is satisfactory to the City Engineer. The contractor is responsible for maintenance of the steel plates, shoring, asphalt concrete ramps, and ensuring that they meet minimum specifications. Unless specifically noted in the special provisions, or approved by the Engineer, use of steel plate bridging should not exceed 4 consecutive working days in any given week. Backfilling of excavations shall be covered with a minimum 3" temporary layer of cold asphalt concrete. The following table shows the advisory minimal thickness of steel plate bridging required for a given trench width (A-36 grade steel, designed for HS20-44 truck loading per Caltrans Bridge Design Specifications Manual). Trench Width 10" 1'-11" 2'-7" T-5" 5'-3'" Minimum Plate Thickness 1/2" 3/4" 7/8" 1" 1-1/4" NOTE: For spans greater than 5'-3", a structural design shall be prepared by a California registered civil engineer. All steel plates within the right of way whether used in or out of the traveled way shall be without deformation. Inspectors can determine the trueness of steel plates by using a straight edge and should reject any plate that is permanently deformed. Steel plates used in the traveled portion of the highway shall have a surface that was manufactured with a nominal Coefficient of Friction (COF) of 0.35 as determined by California Test Method 342 (See Appendix H of Caltrans Encroachment Permits Manual). A Rough Road sign (W33) with black lettering on an orange background may be used in advance of steel plate bridging. This sign is used along with any other required construction signing. Surfacing requirements are not necessary for steel plates used in parking strips on shoulders not used for turning movements, or on connecting driveways, etc. not open to the public. 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.newr)ortbeachca.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). Add to this section: 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: SP 13 OF 86 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 of Newport Beach 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 14.36.030A23 of the City's Municipal Code. 7-8.6.4 Dewatering. Add to this section: Groundwater may be encountered during the excavation of the project. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area if groundwater is encountered. The Contractor's dewatering operations shall conform with all requirements of the California Regional Water Quality Control Board, Santa Ana Regional Waste Discharge Permit for Construction Dewatering issued to the City. 7-10 PUBLIC CONVENIENCE AND 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, these project plans, 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 (see Section 7-10.3)." 1 a lr♦11110=115417M. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications, these project plans 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 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. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work, unless otherwise shown on the Contract Plans. Road closures are anticipated for Stages 2 through 6, 8 through 9, and Stage 13 as shown on the Traffic Handling Plans. Contractor shall coordinate closure schedule with the Engineer and implement all Traffic Handling Plan, MUTCD (2012 edition), and WATCH Manual (latest edition) requirements. 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. 9. For the closure of San Miguel Drive anticipated for Stage 13, Contractor shall coordinate with the local resident at the corner of Macarthur Boulevard and San Miguel Drive on a daily basis and provide ingress/egress from their residence. Contractor shall provide two phone numbers to coordinate with the residence." 7-10.4 Safety 7-10.4.1 Safety Orders. Add to this section: "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, and 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 "No Parking" Signs. 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. 7-10.6 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents 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 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 SP 16 OF 86 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. 7-15 CONTRACTOR'S LICENSES. 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 Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. Add Section 7-16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS 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. Add Section 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 the temporary by-pass water 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. SP 17 OF 86 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 for disinfection and bacteriological testing and certification of the by-pass systems from Mr. Alex Soto, at (949) 718- 3410. 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 anysingle 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. 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. 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 from Mr. Alex Soto, at (949) 718-3410. 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. 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 peace 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 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. 9-3.1 General, Revise paragraph two to read: "The unit and lump sum prices bid 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 providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. It 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 delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes, if required, preparing traffic control plans prepared and signed by a California licensed traffic 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, fiagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with these project plans, 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 Replace Traffic Loops Damaged by Construction: Work under this item shall include all labor, materials and equipment to remove and replace all traffic loops damaged during construction activities per the project specifications. This bid item includes installation of temporary loops that will be necessary prior to final paving. Item No. 5 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. 6 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. 7 Provide As -Built Plans (and DBE Certification if applicable): Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $10,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 8 30 -inch CML&TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, sawoutting, pavement removal and replacement, temporary paving and patching or trench plates, potholing and exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe, fittings, couplings, welded joints, coatings, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter, curb returns and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No. 9 24 -inch CML&TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, sawcutting, pavement removal and replacement, temporary paving and patching or trench plates, potholing and exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe, fittings, couplings, welded joints, coatings, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter, curb returns and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No. 10 18 -inch CML&TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, sawcutting, pavement removal and replacement, temporary paving and patching or trench plates, potholing and exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe, fittings, couplings, welded joints, coatings, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter, curb returns and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No, 11 16 -inch CML&TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, sawcutting, pavement removal and replacement, temporary paving and patching or trench plates, potholing and exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe, fittings, couplings, welded joints, coatings, concrete blankets, connecting to existing fire hydrant and/or service, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter, curb returns and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No. 12 16 -inch CML and Epoxy Coated Steel Pipe (in Vault): Work under this item shall include furnishing and installing all pipe material including, but not limited to, control of ground water (dewatering) and surface water, installation of pipe, fittings, couplings, welded joints, coatings and all other work necessary to install the pipe complete in place. Item No. 13 12 -inch CML&TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, sawcutting, pavement removal and replacement, temporary paving and patching or trench plates, potholing and exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe, fittings, couplings, welded joints, coatings, concrete blankets, connecting to existing fire hydrant and/or service, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter, curb returns and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No, 14 12 -inch CML and Epoxy Coated Steel Pipe (In Vault): Work under this item shall include furnishing and installing all pipe material including, but not limited to, control of ground water (dewatering) and surface water, installation of pipe, fittings, couplings, welded joints, coatings and all other work necessary to install the pipe complete in place. Item No. 15 Jack and Bore 36 -inch Steel Casing: Work under this item shall include all labor, materials and equipment to jack and bore a 36 -inch steel casing per Detail 5 on Sheet 18, including jacking and boring pit excavations, temporary patching or trench plates, control of ground and surface water, removal, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, backfill, compaction, slurry backfill, concrete cap, installation of pipe in casing, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 16 30 -inch Ductile Iron Butterfly Valve: Work under this item shall include all labor, materials and equipment to install a 30 -inch Ductile Iron Butterfly Valve 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, 17 24 -inch Ductile Iron Butterfly Valve: Work under this item shall include all labor, materials and equipment to install a 24 -inch Ductile Iron Butterfly Valve 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. 18 18 -Inch Ductile Iron Butterfly Valve: Work under this item shall include all labor, materials and equipment to install a 18 -inch Ductile Iron Butterfly Valve 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. 19 Connection 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, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, welding joints of existing pipe per project plans for thrust restraint, installation of pipe, fittings, couplings, welded joints, coatings, 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 necessary to install the connection complete in place. Work under this item shall also include all labor, materials and equipment to pothole connection locations (up to 9 locations, 2 to be potholed under Bid Item No. 26) and SP 23 OF 86 possible re -design of connections to existing pipelines as necessary to complete the work shown on the plans. 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 existing water main, field notes, bore hole patching and any other work necessary per permit requirements to identify the depth of the water main. Item No. 20 Abandon in Place Existing Water Mains and Valves: 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, 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, filling existing valve box with cement slurry (1 -sack), removal of valve covers, and all other work necessary to abandon in place the existing water main shown on the plans, complete in place. Item No. 21 2 -Inch Air and Vacuum Release Valve Assembly: Work under this item shall include furnishing and installing air and vacuum release assembly including, but not limited to, service saddle, corporation stop, copper tubing, fittings, all valves, brass nipples, combination air release and vacuum valve, valve box, steel cover, painting, concrete base, excavation, bedding, backfill, slurry backfill, compaction, pavement and sidewalk removal and replacement, and all other work necessary for an operable air and vacuum release valve assembly complete in place. Item No, 22 6 -Inch Fire Hydrant: Work under this item shall include furnishing and installing all material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, trench excavation, control of groundwater and surface water, bedding, backfill, compaction, fire hydrant and bury, pipe, fittings, 6 -inch resilient wedge gate valve, valve box and cover, thrust blocks, couplings, coatings, removal 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 necessary to install the fire hydrant complete in place. Item No. 23 Anodes and Test Station: Work under this item shall include furnishing and installing anodes and two -wire test station including, but not limited to pavement and sidewalk removal and replacement, excavation, backfill, slurry backfill, compaction, magnesium anodes, anode lead wires, split bolt connectors, shunts, test leads, test boards, brass tags, PVC conduit, warning tape, concrete test box, cover and all other work necessary per these Contract Documents for an operable protection and test station installation complete in place. Item No. 24 Monitoring Test Station: Work under this item shall include furnishing and installing monitoring test station including, but not limited to, pavement and sidewalk removal and replacement, excavation, backfill, slurry backfill, compaction, insulating gasket, insulating sleeve and washers, steel washers and nuts, exothermic welds, lead wires, split -bolt connectors, shunts, test leads, test boards, brass tags, PVC conduit, warning tape, concrete test box, cover and all other work necessary per these Contract Documents for an operable insulating flange and four -wire test station installation complete in place. Item No. 25 Insulating Joint Test Station: Work under this item shall include furnishing and installing insulating flange kit and four -wire test station including, but not limited to, pavement and sidewalk removal and replacement, excavation, backfill, slurry backfill, compaction, insulating gasket, insulating sleeve and washers, steel washers and nuts, exothermic welds, lead wires, split -bolt connectors, shunts, test leads, test boards, brass tags, PVC conduit, warning tape, concrete test box, cover and all other work necessary per these Contract Documents for an operable insulating flange and four -wire test station installation complete in place. Item No. 26 Pressure Test, Disinfect and Flush New Water Mains: Work under this item shall include successfully pressure testing, disinfecting and flushing new water mains per the project specification. Item No. 27 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. All other potholes for water main connections are included in Bid Item No. 18. Item No. 28 6 -inch Resilient Wedge Gate Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 29 8 -inch Resilient Wedge Gate Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 30 12 -inch Butterfly Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 31 16 -inch Butterfly Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. SP 25 OF 86 Item No. 32 Pre -Cast Concrete Vault (18'X18'X7' Deep): Work under this item shall include all labor, materials and equipment to furnish and install the precast concrete vault where shown on the project plans, including, but not limited to engineering calculations for vault, excavation, sheeting and shoring, backfill, bedding, compaction, vault bottom, sections, vault lid for H2O -44 loading, disposal of excess excavated material and any appurtenant work as required by Contract Documents. The precast construction manufacturer shall submit design stamped by California registered Professional Engineer for acceptance. Item No. 33 Miscellaneous Piping, Fittings, Couplings, and Appurtenant Items Inside Vault: Work under this item shall include all labor, materials and equipment to construct new piping of size, class and type shown, including protection of existing utilities, trench excavation, bedding, piping, fittings, spools, joints, couplings, welds, bolts, flanges, gaskets, hangers, supports, brackets, saddles, wall penetrations and spools, link seals, thrust restraint, coatings, linings, vent piping incidental valves, gauges, backfill, compaction, surface restoration, testing and disinfection, flange insulating kits, bonding wire, cleanup and any appurtenant work as required by the Contract Documents. Item No. 34 16 -inch Pressure Regulating/Flow Control Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 35 16 -inch Turbine Meter: Work under this item shall include all labor, materials and equipment to furnish and install a meter of size, type and class shown, including meter, spools, supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 36 12 -inch Turbine Meter: Work under this item shall include all labor, materials and equipment to furnish and install a meter of size, type and class shown, including meter, spools, supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 37 16 -inch Check Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 38 12 -inch Check Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 39 16 -inch Resilient Wedge {sate Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 40 12 -inch Resilient Wedge Gate Valve: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 41 16 -inch Butterfly Valve with Handwheel: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No. 42 12 -inch Butterfly Valve with Handwheel: Work under this item shall include all labor, materials and equipment to furnish and install a valve of size, type and class shown, including valve, actuator, spools, valve supports, fittings, couplings, gaskets and fasteners, and any appurtenant work as required by Contract Documents. Item No, 43 Alternating Tread Stairs Inside Vault: Work under this item shall include all labor, materials and equipment to furnish and install new stairs of size and type shown, including supports, brackets, hardware and all other appurtenant work as required by the manufacturer's recommendations and the Contract Documents. Item No. 44 Vault Access Hatch (3'X6'): Work under this item shall include all labor, materials, and equipment to furnish and install new access hatches of size and type shown, including bolts and embedments, frame, hatch door, torsion assist hardware, security hardware and any appurtenant work as required by the Contract Documents. Item No, 45 Vault Access Hatch (4'X4'): Work under this item shall include all labor, materials, and equipment to furnish and install new access hatches of size and type shown, including bolts and embedments, frame, hatch door, torsion assist hardware, security hardware and any appurtenant work as required by the Contract Documents. Item No. 46 Vault Access Manhole (36" Diameter): Work under this item shall include all labor, materials, and equipment to furnish and install new access manhole of size and type shown, including bolts, frame, cover and any appurtenant work as required by the Contract Documents. Item No. 47 Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. SP 27 OF 86 Item No. 48 Remove and Dispose of Existing Valve Vault on East Coast Highway: Work under this item shall include, but is not limited to, cutting and removing the existing valve vault, excavation, backfill, compaction, disposal of excess material, removal and replacement of pavement, removing existing piping, valves couplings, fittings, manhole frame and cover, vent piping above ground and inside the vault, concrete base for above ground vent piping, slurry fill and abandonment of bottom portion of vault and all appurtenant work required by the Contract Documents. Item No, 49 Repair Cross Gutter, Sidewalk, Curb and Gutter near Vault: Work under this item shall include, but is not limited to sawcutting, excavation, backfill, compaction, disposal of excess material, removal and replacement of pavement sidewalk, cross gutter, curb and gutter, and all appurtenant work required by the Contract Documents. Item No. 50 8 -inch Extra Strength VCP Sewer Pipe: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe and fittings, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No. 51 6 -inch Sewer Lateral: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe and fittings, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No. 52 48 -inch Manhole: Work under this item shall include furnishing and installing manhole including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete base, precast manhole rings, manhole frame and cover, connection to new and existing sewer pipe as shown on the Plans, 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 appurtenant work required by the Contract Documents Item No.53 Remove Existing Manhole Base, Frame, Rings, and Cover: Work under this item shall include, but not limited to, furnishing all labor, materials and equipment to remove existing manhole base, frame, rings, cover, pavement removal, excavation operation, control of ground water (dewatering) and surface water, 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 necessary to remove manhole base, frame, rings, and cover complete in place. Item No. 54 Abandon in Place Existing 8 -inch VCP Sewer: Work under this item shall include furnishing all labor, materials and equipment to abandon in place the existing sewer for the limits shown on the plans, including, but not limited to, sawcutting, excavation, backfill, slurry backfill, compaction, pavement removal and replacement, control of ground water (dewatering) and surface water, removal, abandoning, or protection of interfering portions of existing utilities or improvements, plugging ends with water tight brick and mortar, and filling abandoned portion with cement slurry (one sack), and all other work necessary to abandon in place the existing sewer shown on the plans, complete in place. Item No. 55 Remove Interfering Portions of Existing Sewer Main: Work under this item shall include furnishing all labor, materials and equipment to remove interfering portions of existing pipe including, but not limited to, excavation, backfill, slurry backfill, compaction, pavement removal and replacement, control of ground water (dewatering) and surface water, removal, abandoning, or protection of interfering portions of existing utilities or improvements and all other work necessary to remove the pipe complete in place. Item No. 56 Rechannel Existing Manhole: Work under this item shall include furnishing all labor, materials and equipment to rechannel base of existing sewer manhole including, but not limited to, excavation, backfill, slurry backfill, compaction, pavement removal and replacement, control of ground water (dewatering) and surface water, removal, abandoning, or protection of interfering portions of existing utilities or improvements, plugging ends with water tight brick and mortar, coring, rechanneling of base, and filling abandoned portion with cement slurry (one sack), and all other work SP 29 OF 86 necessary to abandon in place the existing sewer shown on the plans, complete in place. Item No. 57 Sewage Flow Diversion: Work under this item shall include the diversion of existing sewage flows during construction including, but not limited to, pumps, temporary hoses or piping, pump trucks, plugs and any other appurtenant work required to divert existing sewage flow. Item No. 58 Reconstruct 16 -Inch Water Main: Work under this item shall include reconstructing pipe segment as shown on plans including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe and fittings, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. Item No. 59 Reconstruct 6 -Inch Water Main: Work under this item shall include reconstructing pipe segment as shown on plans including, but not limited to, pavement removal and replacement, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operation, trench excavation, control of ground water (dewatering) and surface water, bedding, backfill, compaction, slurry backfill, concrete cap, installation of pipe and fittings, 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 necessary to install the pipe complete in place. Work under this item shall also include all material and labor to remove and replace existing AC pavement, curb, gutter and sidewalk as shown on the plans and specifications in accordance with the City of Newport Beach requirements. The City will not pay for additional quantities of pavement removal and replacement due to the Contractor's construction operations. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." SP 30 OF 86 • .: � • . ; _ tt � i�1;7��1IT7�#�i��7f+th�1l�;71�1�+�i 201-1.1.2 Concrete Specified by Class and Alternate Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." r'Ziy6�. C•la Zfi+iT_��i11;71'Ls�;Z�ll j 201-7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." F. lMiCw,i+7ii��1 207-5.2.2 Pipe Joints. Add to this section, "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 coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel ail -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 SP 31 OF 86 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." 207-9.2.3 Fittings. Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and a 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 0110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 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." 207-9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene." 207-10.2.1 General. Delete paragraph 4 beginning with, "Prior to fabrication of pipe...". Replace with the following: "Only manufacturers who manufacture a complete lined and coated pipe can be qualified for this work. All pipe manufacturing operations shall be performed at the same location for all pieces of pipe. All steel pipe shall be manufactured by organizations with at least ten years successful experience manufacturing, fabricating, lining and coating of the type of pipe specified. The City shall approve the manufacturer's product before its use. Prior to fabrication of pipe, the Contractor shall submit for approval detailed shop drawings of the steel pipe and outlets to be attached to the pipe, and all fabricated fittings to be incorporated in the pipeline, together with erection profile drawings showing: Materials of construction, including references to industry standards being met (i.e. ASTM, ANSI, AWWA). 2. Inside diameter, steel wall thickness, internal design pressure (cement -mortar lining thicknesses) for each class of pipe to be furnished. 3. The location, length, plate thickness and designation by number of each steel pipe section and fabricated fitting to be furnished and installed; 4. The pipe axis station and elevation at all changes in gradient or horizontal alignment; 5. The station and invert elevation to which the spigot end of each pipe, within the limits of a horizontal or vertical curve, will be laid; 6. All elements of curves and bends, both in horizontal and vertical alignment, including elements of the resultant true angular deflections in all cases of combined curvature, and inside, outside, and centerline chords; 7. Locations of longitudinal and circumferential joints in the pipe, fabricated fittings, flanges and outlets; 8. Details, locations, and calculations for bulkheads for hydrostatic testing of the pipeline, pipe restraints; 9. Limits of each type of field welded joint and of concrete encasements; and 10. Alignment data in the direction of stationing." 207-10.2.2 Design Criteria. Delete second paragraph and replace with the following: "Steel cylinders shall have a wall thickness of not less than Y4 -inch for all pipe diameters. In diameters up to 12 -inches, the Contractor may substitute standard diameter pipe per ASTM A53, "Welded and Seamless Steel Pipe." It shall have a wall thickness known as Schedule 40.° 207-10.2.5 Joints. Delete the types of joints and replace with the following: 1. Lap joints for field welding. 2. Plain ends fitted with butt straps for field welding. Nand holes for butt straps shall be a minimum of six (6) inches in diameter. 3. Plain ends fitted with flanges. Flanges shall be AWWA 0207, Class D flat face." 207-10.2.8 Welding. Add to the first paragraph: "Field hand welding shall be done by certified welders in accordance with the latest edition of AWWA 0206 by welders qualified under the standard qualification procedure of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications." 207-10.2.8 Product Marking. Each length of straight pipe and each special shall be plainly marked at the bell end to identify the design pressure or head, the steel wall thickness, the date of manufacture, and the proper location of the pipe item by reference to the layout schedule. For beveled pipe, the degree of bevel and the point on the circumference to be laid uppermost shall be shown. SP 33 OF 86 207-10.4.1 General. Delete the paragraph and replace with the following: "The interior surfaces of all steel water pipe shall be cement -mortar lined in accordance with AWWA C205 with a minimum lining thickness of 'h -inch. Cement shall be Type II. The exterior surfaces of all steel water pipe shall be coated with a 3 -layer, 80 -mil tape wrap (per AWWA C209/C214 except as modified herein) with a 3l -inch protective mortar overcoat. The %-inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. 207-10.4.7.1 General. The exterior surfaces of all steel pipe shall be coated with a 3 -layer, 80 -mil tape wrap with a %-inch protective mortar overcoat. The %-inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. Only manufacturers who manufacture a completed lined and coated pipe can be qualified for project work. All operations shall be performed at the same location for any piece of pipe. 0,107-10.4.7.2 .. 207-10.4.7.2.1 1. The Contractor shall furnish all necessary labor, equipment, and materials and shall install cold -applied plastic tape as hereinafter specified on steel surfaces where designated on the drawings or elsewhere in these specifications. The furnishing and installation of cold -applied plastic tape shall conform to the provisions of ANSI/AWWA Standards C214 and C209, except as modified herein. 2. This coating consists of an exterior cold -applied plastic tape coating applied to the bare metal surfaces of the steel plate. 3. For normal plant applied conditions, the prefabricated, cold -applied tapes shall be a four layer system consisting of (1) primer, (2) corrosion prevention tape (inner layer), (3) mechanical protective tape (first outer layer), and (4) mechanical protective tape (second outer layer). a. The primer shall be applied directly onto the exterior surface of a properly cleaned pipe. Primer shall be supplied in liquid form consisting of solid ingredients carried in a solvent. SP 34 OF 86 b. The primary inner layer tape shall be of a color contrasting from that of the outer layer tape. It shall be polyethylene furnished in rolled form having standard width and thickness. c. The first outer layer tape shall be an easily identifiable, contrasting color to the inner layer tape and second outer layer tape colors. It shall be polyethylene furnished in rolled form having standard width and thickness. d. The second outer layer, UV protected, tape shall be white or purple in color. It shall be polyethylene furnished in rolled form having standard width and thickness. 4. All plant applied primer and plastic tape, plant applied repair tape, field joint, and a single manufacturer for a complete cold -applied plastic tape coat system shall furnish field repair tape. 5. The entire coating operation shall be performed as a one station operation in a manner which will permit the application of the primer and plastic tape. 6. The entire coating operation shall be performed by experienced workers skilled in the application of prefabricated cold -applied tape wrap coating under qualified supervisors. Supervisors of tape coating operations shall have at least two (2) years continuous recent experience in the application of tape coating systems for steel pipe. A minimum of 14 days prior to the start of taping operations, the names and qualifications of the workers and supervisors to be employed on the coating operation shall be submitted to the Engineer. The Engineer is to be immediately informed of all personnel changes associated with the pipe coating operation. 7. All equipment for blasting and coating shall be of such design and condition to comply with all the requirements of these specifications. Any equipment which, in the opinion of the Engineer, does not produce the required results shall be repaired or replaced by the Contractor immediately. Equipment for use under this specification shall be included in the fabrication plan. A repair procedure for correcting defective tape application shall be included in the fabrication plan. A copy of this portion of the plan, and any updates, shall be available for review at the location of the coating operation. 207-10.4.7.2.2 Certificate of Compliance: Prior to shipment of the pipe sections, the Contractor shall furnish the Engineer a certificate of compliance stating that all tape materials and work furnished hereunder will comply or have complied with all the applicable requirements of these specifications and of ANSI/AWWA Standards C209 and C214. The certification shall be substantiated by the tape manufacturer's production quality control test results. The tape manufacturer shall supply test data on each batch used. SP 35 OF 86 247-10.4.7.2.3 Weld Bead Preparation: Prior to surface preparation, the exterior weld bead from the ends of the pipe to 10 inches inside on both sides of the pipe shall be removed. The exterior weld bead shall be flush with the exterior surface of the pipe with a tolerance of plus or minus 1132 inch. Removal of the weld bead is to be conducted in such a manner that no gouging or nicking of the plate surface will occur. This operation is to result in a smooth exterior surface with no ridges or valleys, which may result in bridging or disbondment of the tape from the surface of the pipe. Prior to applying the first layer of tape, a 6 -inch wide, 25 -mil seam tape shall be installed in accordance with AWWA C214. In lieu of seam tape the manufacturer may remove the weld bead from the entire length of pipe. ri t 1. Prior to coating, the pipe surface shall be completely dry. Any chemical solutions used in cutting or welding shall be washed off with hot water and the surface allowed to dry. Welding slag or scale shall be removed from all welds by wire -brushing, hammering, or other satisfactory.means, and all welding splash globules shall be removed prior to priming. Bare pipe shall be clean of all foreign matter such as mud, mill lacquer, wax, coal tar, asphalt, oil, grease, or any contaminants. 2. Where cold -applied tape coatings are to be applied to the exterior surfaces of spun mortar -lined pipe, sandblasting of said exterior surfaces shall be done after the initial curing of the spun mortar lining. The exterior sandblasting shall be performed in such a manner as not to endanger the mortar lining in the pipe. All corrosion and foreign substances shall be completely removed from the exterior of the pipe in the sandblasting operation, and the subsequent application of primer shall follow without delay. 3. Prior to blastcleaning, surfaces shall be inspected and, if required, precleaned in accordance with the requirements of SSPC SP -1, Solvent Cleaning, to remove oil, grease, and all foreign deposits. Visible oil and grease spots shall be removed by solvent wiping. Only approved solvents that do not leave any residue shall be used. The type of solvent and application procedure, including safety precautions to be observed, is to be included in the manufacturer's fabrication plan. Preheating to remove oil, grease, and mill scale will be permitted; provided, all pipe is preheated in a uniform manner to avoid distortion. Preheat temperatures shall not exceed 500 degrees Fahrenheit or at any time when moisture is visible on the surface of the pipe, the steel cylinder shall be warmed to 45 degrees Fahrenheit for a period required to ensure a dry pipe surface at the time of primer application. 4. In the event the Contractor's welding methods result in the inclusion of gas forming elements in any of the shop or field welds, or results in any other condition found to be detrimental to the successful application and bonding of primer and plastic tape as herein provided, the Contractor shall devise and use, on all affected steel -plate work, suitable and effective measures for eliminating such inclusions or other detrimental conditions, or preventing their detrimental effects prior to primer or plastic tape application, said measures to include time -curing the pipe sufficiently, thoroughly neutralizing the gas forming elements, or other approved treatment. 1. After the preparation of the bare pipe as specified in Section G(6)d, the pipe surface shall be abrasive blasted using a commercially available shot grit mixture to achieve a prepared surface equal to that which is specified in SSPC SP -6, Commercial Blast Cleaning, 2. The shot grit mixture shall not exceed 40% shot to 60 percent grit. The shot grit mixture is to be determined prior to the start of blast cleaning operations and this mixture ratio is not to be modified throughout the duration of the blast cleaning operations without the written approval of the Engineer. 3. The anchor pattern of the profile achieved from abrasive blasting shall be a minimum of 1.0 mils, but shall not exceed 2.0 mils. Anchor pattern standards shall be provided in the form of a 3-dimensional standard plate, which depicts a commercial blast profile. The Contractor shall prepare a sample of the blasted surface on a representative steel plate measuring 6 -inches by 6 - inches by '% -inch or may elect to purchase standard industry plate samples of various blast finishes for comparisons. Standard plates shall be purchased from MACE, shall meet MACE TM -01-75, and shall conform to MACE No. 3 standard using grit. An agreement shall be made between the Engineer and the Contractor establishing the visual standards that meet the specified anchor pattern and degree of cleanliness. Upon the establishment of the said standards, the steel plate shall be sealed using a clear acrylic coating, moisture roof plastic bag, or other approved means to protect the plate from surface contamination or corrosion. This plate will be used as a visual comparitor during the blastcleaning and coating operations. The anchor pattern or profile of the blasted surface will be measured using comparitor tape as specified hereinafter. 4. A stabilized abrasive working mix shall be maintained in abrasive recycling blasting machines by frequent additions of new abrasive, all commensurate with abrasive consumption, to assure consistent steel surface finish. Infrequent but large additions will not be permitted. The abrasive working mix shall be kept clean of contaminants. 5. The blastcleaned exterior pipe surface will be inspected for adequate surface preparation prior to application of the primer. Surface comparitor tapes are to be used by the manufacturer in at least eight random areas, selected by the Engineer, along any given 40 -foot length of pipe. The results of the surface comparitor tapes are to be documented on the quality control sheet for each pipe section. Any surface imperfections such as slivers, scabs, burrs, weld splatter, and gouges shall be removed by hand filling or grinding, if necessary. 6. Blastcleaned pipe sections shall be protected from conditions of high humidity, rainfall, or surface moisture. All pipe sections shall be coated with primer and tape within the same day of being blastcleaned. No coating will be permitted on pipe sections showing evidence of rust. 1. Primer applied to the surface of steelwork shall be a product of the same manufacturer supplying the tape and shall be that recommended by said manufacturer for use with the tape. The primer shall be applied in a uniform thin film at the coverage rate recommended by the manufacturer. The state of dryness of the primer prior to the application of the inner layer of tape shall be in accordance with the written recommendations of the manufacturer. Primer shall be applied by spray -type application or other suitable means approved by the Engineer to cover the entire exterior surface of the pipe. Primed surfaces shall be readily available at all times for inspection prior to the application of the inner layer tape. Adequate safety precautions, as outlined in the manufacturer's fabrication plan, are to be maintained throughout the application of the primer. 2. Prior to primer application, the pipe surface shall be free of all foreign matters such as sand, grease, oil, grit, rust particles, or dirt. The primer coat shall be uniform without floods, runs, sags, drips, or bare spots. 3. The application of primer shall be limited to that length of pipe, which can be wrapped within the same work day. Any pipe section coated with primer, which was not wrapped within the same workday may be rejected at the discretion of the Engineer. The primer shall be removed and the surface shall be reprimed at the discretion of the Engineer. 4. Primer coated pipe sections shall be protected from moisture, dirt, sand, and other potentially contaminating materials. Coating operations shall be protected from, or suspended during, times of high wind. The Engineer may reject sections not adequately protected. If rejection occurs due to contamination of the primer, the primer shall be completely removed form the exterior of the pipe section and the surface reprimed. 5. A technical representative from the tape material manufacturer shall be present at the tape application site, at the Contractor's expense, for at least the first 5 working days, at the beginning of initial primer application and during the initial phases of the inner and outer layer wrapping processes, to observe the coating process and to insure proper application. During the 5- SP 38 OF 86 day period, the tape material manufacturer's representative shall continuously meet with the Contractor, pipe manufacturer, and Engineer, At the completion of the 5 -day period, the tape material manufacturer's representative shall meet with the Contractor, pipe manufacturer, and Engineer to review and update the coating operation and fabrication plan, If, in the opinion of the Engineer, sufficient modifications to the manufacturer's operation are identified during this meeting, the tape material manufacturer's representative shall be retained an additional 5 days to evaluate the effectiveness of the revised operations. If the second 5 -day evaluations period is required a second review meeting shall be held. All changes to the pipe manufacturer's operation are to be properly documented and included into an updated contractor's and pipe manufacturer's fabrication plan within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. Said tape manufacturer representative will periodically (at least bi-weekly) observe the coating application throughout the duration of the work. Said periodical observation shall be scheduled with the Engineer prior to the completion of the required 5 workday observation. The technical representative shall be retained by the Contractor and shall respond to any problem within a sufficient time period so as not to cause undue delays in the delivery of the coated pipe. All modifications to the Contractor's operations are to be properly documented and submitted to the Engineer within 3 working days of the modification. All costs that will be incurred in retaining the technical representative shall be borne by the Contractor. & The primer shall be thoroughly mixed by agitation using Jiffy Mixer or an approved equal powered by air or explosion proof electric motor. The primer shall be thoroughly mixed and agitated continuously during application to prevent settling or lumping. 7. Primer shall only be applied to a dry pipe surface. Whenever the ambient air temperatures are cold enough to cause gelling of the primer, the use of heaters will not be permitted to return the primer back to a fully liquid state. New primer at 70 degrees Fahrenheit shall be used. 8. Storage primer shall be applied to the exposed steel pipe at tape cutbacks to prevent oxidation of the cleaned metal surface. Spray a minimum of 1,5 -mils and maximum of 2.5 -mils of storage primer to exposed steel per the manufacturer's recommendations. No storage primer shall be placed on the edge of the steel plate. 9. The solvent of the primer shall be certified by the manufacturer stating compliance with air pollution control rules and regulations and all requirements of agencies and other governmental bodies having jurisdiction. Air pollution control rules and regulations regarding the application of the primer shall be included in the manufacturer's fabrication plan. FMONTIPM M., 1. The inner layer tape shall be applied directly onto the primed surface using approved mechanical dispensing equipment to assure adequate, consistent tension on the tape as recommended by the tape manufacturer. A tight, smooth, mechanically induced, wrinkle -free coating must be maintained throughout the application process. 2. The application of tension shall be such that the width of tape will not be reduced by more than 1.5 to 2.0 percent of tape width prior to the pull. As an example, a 12 -inch wide tape shall not be reduced by more than 0.18 to 0.24 - inches when tension is applied. The tape let -off machine shall have a pressure readout gauge and chart recorder, suitable to the Engineer, to document the tape tension during application. 3. The inner layer tape shall be spirally wrapped over longitudinally welded pipe; however, for spiral welded pipe, the angle of the inner layer tape shall be wrapped as parallel as practicable to the spiral weld of the pipe or as approved by the Engineer. The overlap shall be 1 -inch nominal, but shall not be less than 3/4 -inch. 4. Each new roll shall be spliced by overlapping the new tape over the end of the preceding roll by at least 6 inches. This end lap slice shall be done either by hand or by a mechanical applicator. The said splice shall be wrinkle free and maintain the continuity of the inner wrap coating. The wrapping angle of the new roll shall be parallel to that of the previous roll. 5. Cutbacks shall be made 10 inches from and parallel to the end of the pipe. Cutbacks shall be done using a cutting device that is guided from the end of the pipe to insure a uniform, straight cutback. 6. Inner layer tape shall be applied at a minimum roll temperature of 70 degrees Fahrenheit. The temperature of the tape shall be continuously monitored within 12 -inches of the point of contact with the pipe surface. A chart recorder, suitable to the Engineer, shall be used to document the temperature of the tape during application. 7. Sections where the tape application tension and temperature is not maintained within manufacturer's recommendations shall be rejected and the tape removed from the entire pipe section and reapplied. 8. The inner tape layer shall be continuously electrically tested at 6,000 volts immediately following application of the tape by a holiday tester permanently mounted to the tape application station and equipped with an indicator light and audio buzzer, suitable to the Engineer, to alert the workmen of the presence of holidays in the coating system. 1. The first outer layer of tape shall be applied over the approved inner layer tape using the same type of mechanical equipment used in the application of the inner layer tape. No overlap splice of the other layer coinciding with the overlap splice of the inner layer will be permitted. Splices shall have a minimum 6 -inch separation between overlaps. Two outer layers of tape shall be applied as specified herein. The inner layer shall be electrically tested, inspected, and approved prior to the application of the first outer layer and the first outer layer shall also be visually inspected and approved prior to the application of the second outer layer. Both outer layers shall be smooth, tight and wrinkle -free. 2. The outer layer tapes shall be applied in accordance with the requirements of the previous sections, except that the minimum tape roll application temperature shall be 90 degrees Fahrenheit. Monitoring for tension and temperature will be required for the outer layer tapes. 3. Cutbacks for tape coating shall be as specified in the previous sections. At each end of the pipe section, a 3 -inches holdback from the tape to the joint shall be left uncoated at the plant to permit sufficient tape coating overlap for construction of pipe joints as hereinafter specified. 207-10.4,7.2.9 Materials: The following tape materials shall be used: a. The physical properties of the anti -corrosion primer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSIIAWWA C214, Section 4.2, "Coating System Tests": A primer solution containing 100 percent Butyl Rubber with resins and stabilizers in solvents which when applied and dry on pipe will provide adhesion, cathodic disbonding, and stress corrosion cracking resistance, in conjunction with the anti -corrosion inner layer tape coating. The primer is to provide interfacing between the metal pipe substrate and the anti -corrosion inner layer tape coating. % solids: _> 12% Flash point: >_ 140° F Cathodic disbondment @ 20°C, (68° F) 30 days; 0.2 int (ASTM G-8) 2. Shear resistance @ 66°C (150°F) for 4 weeks 0.2 mm/day Viscosity -thin syrup The primer must contain stress corrosion cracking inhibitor to help alleviate SCC. The primer shall be Polyken #1029. b, Storage primer on the exposed steel at the tape cutbacks shall have the following properties: Base: Synthetic natural rubber and resins Solvent: Naptha, toluene blend Total solids: 19% by weight Viscosity: Thin syrup Flash point: 10 degrees Fahrenheit Color: Black Storage primer shall be Polyken #924. Plant Cold -Applied Plastic Tape Material: a. Anti -Corrosion Inner Layer Tape: The physical properties of the anti- corrosion inner tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, "Coating System Tests": Backing: Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long-term stability. Adhesive: 100% Butyl based elastomers with resins for adhesion cathodic disbonding and long term in -ground performance. Thickness: Tensile strength @ Break: Elongation @ break: Adhesion to steel: Adhesion to primed steel: Total 20 -mil Backing 9 mil; Adhesive 11 mil 30 Win ? 200% ? 100-oz/in width ? 300-oz/in width s s�t Adhesion to backing: >_ 40 oz/in width Dielectric strength: >_ 20 KV Insulation resistance: 1 x 1012 ohms Water vapor transmission rate: <0.2 gm/100 in/ Cathodic disbonding @ 20° C (68° F) for 30 days 0.2 int (ASTM G-8) Shear resistance @ 66°C (150°F) for 4 weeks: 0.2 mm/day Hydrolytic stability for 200 hundred hours @ 98° C h20, adhesion > 150 oz/in Thermal stability for 2000 hours @ 100°C air, adhesion > 150 oz/in Color: Black The inner layer tape shall be Polyken #989 YGIII (20 mils thickness). b. First Outer Mechanical Layer Tape: The physical properties of the first outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, and "Coating System Tests": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long-term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in -ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Total 30 mil Backing 25 mil: Adhesive 5 mil >_ 45 Win width >_ 200% 80 oz/in width Water vapor transmission: Dielectric strength: Color: 40 oz/in width < 0.2 gm/100in2/ 24 hr@70°F >_ 25 KV Grey 6 QEWOI f The first outer layer tape shall be Polyken #955 YGIII (30 mils thickness) c. Second Outer Mechanical Layer Tape: The physical properties of the second outer mechanical layer shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, and "Coating System Tests": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long-term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbanding, and long term in -ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel Adhesion to backing: Water vapor transmission Dielectric strength: Color: Total 30 mil Backing 25 mil: Adhesive 5 mil >_ 55 Win width >_ 200% 80 oz/in width 60 oz/in width < 0.2 gm/100in21 24 hr @ 70°F >_ 25 KV White The second outer mechanical layer tape shall be Polyken #956 YGII* UV1 (30 mils thickness). `Second Mechanical outer layer tape shall have UV protection. A statement reflecting the required UV protection shall be included in the certification. d. Total Coating System: The physical properties of the total coating system shall meet or exceed the following criteria when tested in accordance with the methods described in ANSUAWWA 0214, Section 4.2, and "Coating System Tests' 100 percent Polyethylene based backings 100 percent Butyl based elastomers Adhesion to steel: >_ 100 oz/in Adhesion to backing: >_ 60 oz/in width Adhesion to primed steel: >_ 300 oz/in Tensile strength: >_ 85 Ib/in width Elongation: > 200% Dielectric strength: 20 KV Insulation resistance: 1 x 10 12 ohms Water vapor transmission: <_ 0.25 gm/100 24 hr @ 70° F Cathodic disbanding @ 20°C (68°F) for 30 days; 0.2 int (ASTM G-8) Shear rate @ 66°C for 4 weeks, 0.2 mm/day Impact: 90 in -lbs Penetration: 11-15% The Total Coating System shall be the Polyken YGIII System. e. Plant Coated Fittings* and Plant Repair Cold -Applied Plastic Tape Material: (1) Anti -corrosion inner layer: The physical properties of the anti- corrosion inner tape layer for plant coated fittings and plant repair cold -applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, and "Coating System Tests": Backing: Polyethylene tape backing shall consist of greater than or equal to 98 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be blend of colorants and stabilizers to insure color and long-term stability. Adhesive: 100 percent Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in -ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Water vapor transmission: Dielectric strength: Total 50 mil Backing 10 mil: Adhesive 40 mil >_ 25 Ib/in width >_ 150% 225 oz/in width 60 oz/in width < 0.2 gm/100in2/ 24 hr@700F ►W The anti -corrosion inner tape layer for plant coated fittings shall be Polyken 932-50. (50 mil thickness) (2) Outer Mechanical Layer Tape: The physical properties of the outer mechanical layer tape for plant fittings and plant repair cold applied plastic tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C214, Section 4.2, and "Coating System Tests": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long-term stability. Adhesive: 100% Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in -ground performance. f. MaU& it M. Thickness: Total 30 mil Backing 25 mil: Adhesive 5 mil Tensile strength: >_ 45 Win width Elongation: >_ 200% Adhesion to steel: 80 ortin width Adhesion to backing: 40 oz/in width Water vapor transmission: < 0.2 gm/100in2/ 24 hr t~7q, 70° F Dielectric strength: > 25 KV The outer mechanical layer tape for plant fittings and plant repair cold -applied plastic tape shall be Polyken #955 (30 -mils thickness). `For fittings type coated at the plant, which cannot be machine coated as specified herein. Field Joint, Field Coated Fittings, and Field Repair Cold -Applied Plastic Tape Material: (1) Joint Filler Tape: The physical properties of the joint filler tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA 0209, Section 4.2, and "Coating System Tests": Color: Thickness: Elongation: Solids Content: Penetration Hardness: Black 125 mil > 600% 98% minimum 85-105 DMM (300 GM moving load) Low Temperature Flexibility: No cracking when bent around a 1 inch mandrel at -10°F Chemical Resistance: No visible deterioration after 30 day's immersion in the following solutions: 5% Caustic Potash 5% HCL 5% H2SO4 Saturated HS The lap joint filler material shall be Polyken 939. (2) Field Joint, Field Fitting, and Field Repair Outer Layer Tape: The physical properties of the field joint, field fittings, and field repair outer layer tape shall meet or exceed the following criteria when tested in accordance with the methods described in ANSI/AWWA C209, Section 4.2, and "Coating System Tests": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96 percent blend of high and low density polyethylene and the remaining portion of backing composition shall be a blend of colorants and stabilizers to insure color and long-term stability. Adhesive: 100 Butyl based elastomer with resins for adhesion, cathodic disbonding, and long term in -ground performance. Thickness: Tensile strength: Elongation: Adhesion to steel: Adhesion to backing: Adhesion to primed steel: Water vapor transmission: Dielectric strength: Total 50 mil Backing 10 mil: Adhesive 40 mil >_ 25 Ib/in width >_ 150% 225 oz/in width 60 oz/in width 350 ortin width < 0.2 gm/100in2/ 24 hr @ 70°F 28 KV The field joint, field fitting, and field repair outer layer tape shall be Polyken 932-50. (50 -mil thickness) g. The final tape coating shall be free of holidays, as determined by the provisions as specified in ANSI/AWWA Standard C214, prior to application of cement mortar coating. h. The following material physical property tests shall be performed in addition to those required by ANSI/AWWA C214, Section 4.2: (1) Inner Layer Shear Rate Method: The shear test apparatus shall consist of a temperature -controlled surface to which is attached a flat steel test panel having a ground steel surface. This steel plate shall be used as the testing surface to which the primer and tape will be applied. A uniform layer of primer shall be applied to the test panel with a 25 -micron drawdown bar. Allow primer to air dry for 15 seconds. A 5 -cm by 6 -cm tape sample shall then be applied to the primer surface after the appropriate dry time. Secure tape by placing the rough side of 180 grit cloth reinforced sandpaper on the tape backing surface. Place a 5 -cm by 6 -cm aluminum block having a rubber coated surface on the smooth side of the block having a rubber coated surface on the smooth side of the grit sandpaper - tape -primer -test panel composite. Apply a normal load (6 kg) to the composite and shall then conditioned at the test temperature for 48 hours. After conditioning, apply a 3 -kg shear load to the composite and determine the shear rates as follows: If the sample slips less than 6 -mm in 24 hours, the shear rate shall be calculated from the 18th to the 24th hour. If the sample slips more than 6 mm before the 24th hour test period elapses, the shear rate shall be calculated between the 3rd and 5th mm. (2) Thermal Stability: The tape -primer -test panel composite for thermal stability measurements shall be prepared in accordance with the preparation of the peel adhesion specimens. Condition the composite at 20°C under a normal load of 0.2 kg/cm2 for 48 hours. After conditioning, the composite shall be placed in an air - circulating oven at 100°C and aged for 1000 hours. Remove samples from the oven at selected time intervals and condition at 20°C for 24 hours. NEMS The peel force shall be measured at 20°C in an Instron at peel rates of 100 mm per minute. (3) Hydrolytic Stability: The tape -primer -test panel composite for hydrolyitic stability measurements shall be prepared in accordance with the preparation of the peel adhesion specimen. After conditioning the samples at 20°C for 48 hours, place the composite samples in a water bath of distilled water set at g8°C and aged for 1000 hours. Remove samples from the water bath periodically and condition at 20°C for 24 hours. The peel force shall be measured at 20°C in an Instron at a peel rate of 100 mm per minute. 3. Coating of Field Joints: a. Joints of pipe sections to be coated with cold -applied plastic tape coating shall be prepared and wrapped with cold -applied tape as specified herein. b. Prior to welding any field joints, an 18 -inch strip of heat resistant material shall be wrapped over the entire coated pipe sections on each side of the joint to be welded to avoid damage to the coating by the hot weld spatter. No grounding shall be made on the coated portion of the pipe. c. Immediately prior to exterior welding of the pipe for double welded lap joints, remove storage primer and wire brush area to be welded per the manufacturer's recommendations. d. No joint coating will be permitted until the welding has been completed and the pipe section has cooled sufficiently so as not to damage the integrity of the coating system. e. No trapped air will be permitted in the joint. f. The pipe surface shall be clean of mud, mill lacquer, wax, tar, grease, or any foreign matter. Visible oil or grease shall be removed using an approved solvent that will not leave any residue on the pipe surface. g. After joint welding, flash rusting shall be removed by mechanical means such as a wire brush. Wire brush the weld, storage primed steel and all exposed steel. All burrs and weld slags shall be removed to achieve a smooth surface. The pipe surface shall be free of any moisture and all foreign matter prior to the application of primer. 4. Fittings and Field Wrapping Procedure: a. Fittings coated in the field, which cannot be plant machine coated in accordance with the previous sections, and field joints shall be tape coated in accordance with AWWA Standard C209 using materials as previously specified. The field fitting and field joint cold -applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic tape manufacturer. A 55 percent overlap shall be maintained on all field coated fitting and joint tape wrap to produce a minimum thickness o€100 -mils. Tape shall be applied to the entire fitting and joint and shall extend a minimum of 3 inches onto the mill coat. End splices shall be a minimum of 6 inches and shall be staggered. The tape coating shall overlap at least 3 inches on the adjacent tape wrap. The tapes shall be applied with sufficient tension to conform with the surface irregularities. The finished wrap shall produce a smooth, wrinkle -free surface. b. Fittings coated at the plant, which cannot be machine coated in accordance with the previous sections, shall be tape coated in accordance with AWWA Standard C209 using materials as specified in the previous sections. The plant coated fitting cold -applied plastic tape shall be furnished by the same manufacturer as the plant applied plastic tape manufacturer. An inner tape layer of Polyken 932-50 shall be applied with a 1 -inch nominal, 314 -'inch minimum, tape overlap on all plant coated fittings. An outer layer of cold -applied plastic tape as specified in the previous sections shall be applied with a 55 percent overlap on all plant coated fittings. The total tape coat system for plant coated fittings shall have a minimum thickness of 110 mils. c. All completed tape coated fitting and field joints shall be tested by the pipe manufacturer or Contractor in the presence of the Engineer with an electrical flaw detector. Applied voltage shall be in the range of 11,000 to 15,000 volts. Any holidays found shall be repaired by the Contractor at no expense to the Owner. d. The tape manufacturer shall furnish a technician to provide assistance during the initial joint wrapping to ensure proper installation of the materials. The technician shall be retained, at the Contractor's expense, for a minimum of five working days of joint wrapping for each project heading. At the completion of the 5 -day period, the tape material manufacturer's representative shall meet with the Contractor and Engineer to review and update the joint wrapping operation plan. The tape manufacturer representative shall be retained by the Contractor for the duration of the work and shall respond to field problems and questions from the Contractor and Engineer within a sufficient time period so as not to cause delay in the installation and backfill of pipe. Costs incurred for retention of the tape manufacturer's representative shall be borne by the Contractor, All changes to the pipe manufacturer's operation are to be properly documented and updated by submittal within 3 working days of this meeting. Copies of all modifications are to be submitted to the Engineer in accordance with shop drawing submittal procedures as required in these specifications. e. When more than 30 percent of the tape coating is removed from the circumference of the pipe for the installation of fittings, the entire pipe tape coating shall be removed. The fitting shall be reprimed and retaped in accordance with these specifications, f. Tape coating repair for fittings and field joints shall be in accordance with the procedure described in this section. 5. Inspection of Tape Coating: a. All coating work shall be done in the presence of the Engineer. Any coatings applied in the absence of the Engineer will be rejected. b. The Contractor shall provide the Engineer with reasonable facilities and space, at the Contractor's expense, for the inspection, testing, and obtaining of any information required to determine the characteristics of the material to be used. The Contractor shall furnish to the Engineer at least two electrical pipe coating flaw detector at the plant and one electrical pipe coating flaw detector per pipe installation heading in the field to aid in the inspection of the tape coating. Two electrical flaw detectors shall remain the property of the Owner upon completion of the work. c. The Engineer shall have free access to plants of the manufacturer furnishing the materials and to worksite. 6. Holiday Detection for Tape Coating: a. The total system shall be tested prior to shipment. The detector for the test shall impress a voltage conforming to MACE Standard RP -02-74. SP 52 OF 86 b All holidays electrically or otherwise detected, due to flaws, or mishaps, shall be clearly marked upon discovery and immediately repaired. Wrapping of the first outer layer of tape of any pipe section shall be discontinued until the detected holiday has been repaired and approved by the Engineer. Repairs shall be done using methods specified in the previous sections. After the repair, the affected areas shall then be retested with the holiday detector prior to the application of the outer layer wrap. This process will be done until the coating has successfully passed the test. 7. Tape Coating Repairs: a. Plant and field cold -applied plastic repair tapes shall be furnished and installed in accordance with AWWA Standard C209 during plant and field applied tape materials as specified in the previous sections. The joint cold -applied plastic repair tapes shall be from the same manufacturer as the plant applied plastic tape manufacturer. The tapes and primer shall be completely compatible with the tape system used for straight-line pipe. b. Any damage in the form of holidays, flaws, or mishaps found in the total coating system shall be repaired by removing the outer tape layers and inner tape layer from the damaged area of the pipe. The damaged area shall be thoroughly cleaned using the methods and materials approved by the Engineer. The methods and materials to be used in repairing the damaged areas will depend on the type and cause of damage. After cleaning, a suitable primer shall be applied, followed by a patch of repair tape over the affected area. The patch repair tape shall overlap the undamaged coating by a minimum 4 inches in all directions. The repaired area shall then be retested with a holiday detector. An outer tape layer shall be the same material as the "second outer layer tape" as specified in the previous section and shall overlap by a minimum 6 inches past the repair tape area. At the discretion of the Engineer, depending on the extent of the repair area, the outer tape layer shall be wrapped around the entire circumference of the pipe. C. If the outer tape layers are damaged and holidays or other flaws are not detected in the inner layer wrap at the same area, the repair of the inner tape layer may not be necessary; however, if the damage is determined by the Engineer, to be severe enough to jeopardize the integrity of the inner tape layer, the Engineer will direct the Contractor to repair the inner tape layer. If such action is taken, the Contractor shall remove the outer tape layers up to the boundaries of the damaged area, taking care not to damage the inner tape layer any further. Before replacing the outer tape layers, a holiday detector shall be applied to the inner tape layer to determine that no damage has been made to this primary tape SP 53 OF 86 coating during the outer layer removal process. The repair of the outer tape layers shall be done in accordance with the requirements of the previous paragraph. The patch repair tape shall overlap the undamaged coating by a minimum of 4 inches in all directions. d. When the area tests showing no holiday, a notation shall be applied to the area indicating the test is satisfactory. Cement mortar coating shall then be applied over the cold -applied plastic tape coat. 8. Protecting Coated Pipe: a. The Contractor shall protect all coated surfaces from damage prior to and during the pipe installation in accordance with these specifications. b. Any tape coated pipe, including exposed tape ends at the cement mortar hold -backs, subjected to ultraviolet exposure longer than 90 calendar days prior to installing cement mortar coating shall be physically inspected by the Engineer prior to installation of plant or field applied cement mortar coating. Ultraviolet degradation will not be accepted; except that if in the opinion of the Engineer, the degree of degradation will not affect the integrity of the coating, he may allow the installation of the pipe section. c. While laying tape and cement mortar coated steel pipe, the pipe shall not be rolled or skidded when it is in contact with the ground at any point, Coated pipe shall be lowered into the trench using belt sling not less than 16 inches wide. The use of chains, hooks or other equipment that might injure the pipe coating will not be permitted. The Engineer shall approve all other pipe handling equipment and methods. Pipe stored alongside of the trench shall be supported on saddles used in transporting the pipe, sandbags, or rock free piles of sand at 1/4 points providing a minimum of 36 inches of bearing surface at each point. d. Immediately before placing the pipe in the trench a visual inspection of the cement mortar coating shall be made. All repairs to defects in the cement mortar coating shall be made prior to the installation of the pipe in the trench in accordance with these specifications. If damage to the underlying tape coat is suspected and at the direction of the Engineer, the cement mortar coating shall be removed from the damaged area, visually inspected, and electronically tested for holidays in accordance with AWWA C214, subsection 4.3.2 as applicable. Repairs to tape defects are to be made in accordance with previous sections and the tape manufacturers repair procedure submittal as outlined in the fabrication plan. Repairs to cement mortar coating defects are to be made in accordance with these specifications. The entire coating operation shall be performed as a one -station operation where the pipe is supported at the ends in a manner that will permit the application of the specified coatings. No additional handling following the initial setup of the pipe section, from application of primer, tape coating, and cement -mortar coating, will be allowed. No application involving rollers to support the pipe during the primer application, plastic tape, or cement -mortar coating application will be permitted. (Replaces Section 207-22.2 Butterfly Valves in City's Standard Special Provisions) 207- 26,2 AWWA Butterfly Valves All butterfly valves shall be of the tight - closing, rubber -seat type, conforming to the design standards of ANSI/AWWA 0504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and/or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. Ali butterfly valves shall be from the same manufacturer. Valves shall be manufactured by Crispin K -Flo Model 504 (6"-16" diameter) and the Henry Pratt Co. Groundhog Series (>16" diameter). No substitutions without prior acceptance. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65-45-12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18-8 stainless steel, corresponding to the requirements of AWWA 0504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self-lubricating, corrosion -resistant, sleeve type. Bearings shall be designed for horizontal and/or vertical shaft loading. Shaft packing shall be self-adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI/AWWA 0504, latest revision with the following modification: Valves shall be tested and rated at 200 a PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI/AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body bolts. 207-26.8 Nuts and Bolts. Above ground and buried nuts and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade 138M 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, 207-26.9 Flange Insulating Kits. Provide flange insulating kit where flanges of dissimilar metals mate. Acceptable manufacturers shall be manufactured by Corpro, Farwest Corrosion Control, or accepted equal. Flange insulating kits shall be made of the following materials: Item Material Specification Insulating Gaskets Dielectric 500 V/mil dielectric strength Phenolic 25 ksi com ressive strength __ Gasket Seal Nitrile ASTM A194 8M T-316 Element Heavy hexagon series ANSI B1.1 Class 2B fit 'l4 -inch to 1/2 -inch shall project through tightened nut Nickel -phosphate undercoating Blue Teflon or Xylan_fluoropolymer coatia ng Insulating Sleeves Mylar 4000 V/mil dielectric strength <0.8% water absor _firm Insulating Washers Phenolic 500 V/mil dielectric strength for Bolts 33 ksi compressive strength <1.6% water absorption Steel Washers over I Stainless Steel SAE Type 316 Insulating Washers The following design options are required for flange insulating kits: Insulating Gaskets Gaskets I Full faced with bolt Thickness 3s minimum Isolation Kits ( Type Insulating Washers I Dimensions Double -insulating (2 steel washers + 2 insulating washers + 1 full-length insulating sleeve per bolt minimum thickness Steel Washers over Dimensions Ys" minimum thickness Insulating Washers Steel and isolating washer shall have same ID and OD 207- 26.10 Pressure Regulating Valve. Pressure regulating valve shall be combination pressure reducing and pressure sustaining valve. Specification sheet for the valve is provided in Appendix A. Pressure regulating valves shall be of the type and size shown on the plans, Cla-Val Series 131 G-51 KXMOD. No substitutions without prior acceptance. 207- 26.11 Turbine Meters. Turbine meters shall conform to the following unless otherwise noted: (1) Registers shall be direct -reading type, hermetically sealed with low flow indicator and have a register test hand (2) Registration shall be in cubic feet (3) Flanges shall be per AWWA 0207, Class D (4) Meter and measuring element shall comply with AWWA C701, Class II Turbine type with hydrodynamically balanced rotor (5) Have an operating range of 120 to 6,700 gpm (6) Case shall be steel or iron and match adjacent piping. Turbine meters shall be of type and size shown on the plans, Neptune High Performance with Pro -Read Register. No substitutions without prior acceptance. 207- 26.12 Rubber Flapper Check Valve. The check valve shall be Class 150 and meet AWWA C-508 and conform to the following unless otherwise noted: (1) Be of ductile iron body and door per ASTM 536 65-45-12 with stainless steel spring and shafts and Buna-N sealing element (2) Seating shall be resilient and water tight (3) Valves shall be fitted with a lifting eye bolt. Rubber flapper check valves shall be of the type and size shown on the plans. Valves shall be Crispin Model #RF161 (16" diameter) and Crispin Model #RF121 (12" diameter) as manufactured by Crispin —Multiplex Manufacturing Company. No substitutions without prior acceptance. SP 57 OF 86 207-27.1 General. 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 8 -inches in diameter. 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. ..: �• •91111111111111111111111111 .• • i 209-6.1 General. The work of this Section includes providing a complete cathodic protection system for the following structures as outlined in this Section and on the Drawings: 5,300± linear feet of 30 -inch, 2,610± linear feet of 24 -inch, 60± linear feet of 18 -inch and 490± linear feet of 16 -inch concrete mortar lined and tape wrapped (CMI.&TW) steel pipe Regulator Valve Vault 3. Electrical isolation of the structures from adjacent metallic structures, steel reinforced concrete structures, structures of dissimilar metal or dissimilar coatings, conduits and all other metallic components that may impact the operation of the cathodic protection system. 4. Electrical bonding of all non -insulated, non -welded pipe joints and mechanical joints. 5. Installation of galvanic anodes and all other work described herein and on the Drawings. Testing of system during installation. Cleanup and restoration of work site. Testing of installation after installation and backfill (Final System Checkout). 1. If the products installed as part of this Section are found to be defective or damaged or if the Work of this Section is not in conformance with these Specifications then the products and Work shall be corrected at the Contractor's expense. 2. Any retesting required due to inadequate installation or defective materials shall be paid for by the Contractor. 3. The Work also requires that one Supplier or Subcontractor accept responsibility for the Work as indicated, but without altering or modifying the Contractor's responsibilities under the Contract Documents, 4. The Work also requires coordination of assembly, installation and testing between the pipeline contractor and any cathodic protection material supplier or subcontractor. 209-6.3 Related Sections. The Work of the following Sections applies to the Work of this Section. Other Sections of the Specifications, not referenced below, shall also apply to the extent required for proper performance of this Work. 1. Site Safety and Regulatory Requirements 2. Excavation, Trenching, Backfilling, and Compacting 3. Piping 4. Cast -In -Place Concrete 5. Protective Coatings 209-6.4 Referenced Specifications, Codes and Standards. The Work of this Section shall comply with the current editions of the following codes and standards. Whenever the Drawings or these Specifications require a higher degree of workmanship or better quality of material than indicated in the above codes and standards, these Drawings and Specifications shall prevail, 1. ASTM ASTM International a. D1248 Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable b. D1785 Standard Specification for Polyvinyl Chloride {PVC} Plastic Pipe, Schedules 40, 80, and 120. c. C94 Standard Specification for Ready -Mixed Concrete d. B3 Standard Specification for Soft or Annealed Copper Wire e. B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft SP 59 OF 86 f. B843 Magnesium -Alloy Anodes for Cathodic Protection g. B80 Magnesium -Alloy Sand Castings h. D2220 Standard Specification for Polyvinyl Chloride (PVC) Insulation for Cable and Wire 2. NACE International, the Corrosion Society a. SP0169 Standard Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems b. SP0286 Electrical Insulation of Cathodically Protected Pipelines c. RP0375 Wax Coating Systems for Underground Piping Systems d. TM0497 Measurement Techniques Related to Criteria for Cathodic Protection on Underground or Submerged Metallic Piping Systems 3. NFPA National Fire Protection Association a. NFPA 70 National Electric Code (NEC) 4. NEMA National Electrical Manufacturers Association a. TC2 Electrical Polyvinyl Chloride (PVC) Tubing and Conduit b. TC3 PVC Fittings for Use with Rigid PVC Conduit and Tubing 1. The Contractor shall contact Underground Service Alert prior to commencing construction to locate existing utilities in the area of construction. Existing utilities include, but are not limited to, water lines, gas lines, telephone, street lights, sewer and storm drains and overhead and underground electric utilities. 2. Traffic control shall satisfy the requirements of the governing locality. 209-6.6 Quality Assurance. Installation of the cathodic protection equipment shall be performed by individuals having at least 5 years of experience in the installation of the cathodic protection equipment described herein. All testing required to be performed by a "qualified corrosion technician" shall be performed by a NACE Level 2 CP Technician under the supervision of a Corrosion Engineer. A Corrosion Engineer is a Registered Professional Corrosion Engineer or a NACE Level 4 Cathodic Protection Specialist. 209-6.7 Submittals. The following shall be submitted to the Engineer prior to any equipment installation. 1. Catalog cuts, bulletins, brochures, or data sheets for all materials specified herein. 2. Certification that the equipment and materials proposed meets the Specifications and the intent of the Specifications. 3. Written certification of experience required. 4. Schedule including the expected start date and planned completion date. The following shall be submitted to the Engineer after completion of the Work. 1. Wire connection testing. 2. Insulating joint testing, before and after backfill. 209-6.8 Interference and Exact Locations. The locations of cathodic protection equipment, test stations, devices, outlets and appurtenances as indicated are approximate only. Exact locations shall be determined by the Contractor in the field subject to the approval of the Engineer. In case of interference with other work or erroneous locations with respect to equipment or structures, the Contractor shall furnish all labor and materials necessary to complete the Work in an acceptable manner. 209-6.9 Products. All materials installed must be new. All equipment and materials supplied shall be similar to that which has been in satisfactory service for at least 5 years. 1. Panel boards shall be made of 1/4 -inch thick phenolic plastic sized as indicated on the Drawings. 2. Connection hardware shall be brass or bronze. All connections shall be double nutted bolts with lock washers. 3. Copper bus bar shall be 1/8 -inch thick and sized to fit. The copper bus bar shall be per ASTM 8187, 98% conductivity. 209-6.11 Solderless Lug Connectors. Solderless lug connector shall be made of brass or copper with a brass screw. The lug shall be designed for direct burial and shall be appropriately sized for the connection wire. The lug shall be ILSCO Type XT-6DB or approved equivalent. 209-6.12 Shunts for Galvanic Anodes. Shunts shall be 0.01 -Ohm, 5 -Ampere, manganin wire type, as indicated. Shunts shall be Type RS as manufactured by Holloway or equivalent. 6190* 001 209-6.13 Concrete Traffic Valve Boxes. Traffic valve boxes shall be rated to withstand AASHTO H2O traffic loading. The traffic valve boxes shall be G5 Utility Boxes as manufactured by Christy Concrete Products, Inc., No. 3RT Utility Box as manufactured by Brooks Products or approved equivalent. Traffic box covers for test stations shall be cast iron with welded bead legend and labeled "CP TEST" or "ANODE" as required. 209-6.14 Ready -Mixed Concrete. Ready -mixed concrete shall be in accordance with ASTM C94. 209-6.15 Conduits and Fittings. The minimum conduit size shall be 1 inch unless otherwise indicated. Refer to NFPA 70 (NEC) for additional conduit size requirements. Conduit and fittings placed below grade shall be PVC, Schedule 80.Union couplings for conduits shall be the Erickson or Appleton type EC or 0-Z Gedney 3 -piece Series 4, or equivalent. 209-6.16 Utility Warning and Identification Tape. The warning and identification tape shall be an inert plastic film designed for prolonged underground use. The tape shall be a minimum of 3 inches wide and a minimum of 4 mils thick. The tape shall be continuously printed over the entire length with the wording "CAUTION: CATHODIC PROTECTION CABLE BURIED BELOW'. The wording shall be printed using bold black letters. The color of the tape shall be red. 209-6.17 Wires. Conductors shall consist of stranded copper of the gauge indicated. Wire sizes shall be based on American Wire Gauge (AWG). Copper wire shall be in conformance with ASTM Designations B3 and B8. All wires terminating in a junction box or test station shall have a wire identifier attached within 4 inches from the end of wire at the terminal board, prior to backfill, as specified under "Wire Identification". High molecular weight polyethylene (HMWPE) insulating jackets shall conform to ASTM D-1248. MEMO#= 1. General: Single -conductor, stranded copper wire with 600 -Volt HMWPE insulation. Supply joint bonds complete with formed copper sleeve on each end of wire. Bond cable gauge shall be based on the diameter and thickness of the pipe cylinder. Two bond cables shall be used for each non -welded, non -insulating pipe joint. 2. Push -On, Mechanical, or Flanged Joints: 18 inches long, minimum. 3. Flexible Coupling Joints: 24 inches long, with two 12 -inch long THHN insulated No. 10 AWG wire pigtails, as manufactured by Erico Products Inc. (Cadwell), Cleveland, OH 4. Test Station: Single -conductor, No. 10 AWG stranded copper with ii i• 600 -Volt THWN, or THHN insulation. Buried wires shall be laid straight without kinks. Each wire run shall be continuous in length and free of joints or splices, unless otherwise indicated. Care shall be taken during installation to avoid punctures, cuts or other damage to the wire insulation. Damage to insulation shall require replacement of the entire length of wire at the Contractor's expense. At least 18 inches of slack (coiled) shall be left for each wire at each flush -to -grade test station. Wire slack shall be sufficient to allow removal of wire extension for testing. Wire shall not be bent into a radius of less than 2 inches. The wire conduits must be of sufficient diameter to accommodate the wires. This shall be determined by the number and size of wires in accordance with the applicable codes and standards. 209-6.18 Wire Identifiers. Wire identifiers shall be the wrap-around type with a high resistance to oils, solvents and mild acids. Wrap-around markers shall fully encircle the wire with imprinted alpha -numeric characters for pipe identification. The letters and numbers shall be printed, minimum 3/16 inch in size. 209-6.19 Exothermic Welds. Exothermic welds shall be in accordance with the manufacturer's recommendations. Exothermic welds shall be Cadweld, as manufactured by Erico Products, Inc. or Thermoweid as manufactured by Continental Industries, Inc., or approved equivalent. Duxseal packing as manufactured by Johns -Manville or approved equivalent shall be used where necessary to prevent leakage of molten weld metal. The shape and charge of the exothermic weld shall be chosen based on the following parameters: 1. Pipe material 2. Pipe size 3. Wire material/size and requirement for sleeves 4. Number of strands to be welded 5. Orientation of weld (vertical or horizontal) 209-6.20 Galvanic Anodes. High Potential Magnesium anodes shall be cast magnesium anodes in accordance with ASTM B843 Type M1 C. 1. Ingot weight: 60 pounds, Packaged Length: 64 inches Galvanic anodes shall be prepackaged in a cloth bag containing backfill of the following composition; 75% gypsum, 20% bentonite and 5% sodium sulfate. The anodes shall be of the size indicated and placed where indicated. The wire attached to the anodes shall be (AWG) stranded, single conductor, copper and insulated for 600 Volts. Wire size shall be minimum No. 12 AWG THHN and shall SP 63 OF 86 conform to the requirements of ASTM( D2220. Connection of wire to the anode shall have a pulling strength that exceeds the wire's tensile strength. Anode wires shall be of one continuous length without splices from the anode connection to the test station. Galvanic anodes shall be prepackaged in a cloth bag containing backfill of the following composition; 75% gypsum, 20% bentonite and 5% sodium sulfate. The anodes shall be of the size indicated and placed where indicated. The wire attached to the anodes shall be (AWG) stranded, single conductor, copper and insulated for 600 Volts. Wire size shall be minimum No. 12 AWG THHN and shall conform to the requirements of ASTM D2220. Connection of wire to the anode shall have a pulling strength that exceeds the wire's tensile strength. Anode wires shall be of one continuous length without splices from the anode connection to the test station. 209-6.21 Petroleum Tape. Petrolatum tape system shall be Trenton Primer and #1 Wax -tape, as manufactured by Trenton Corp., or Denso Paste and Densyl Tape by Denso North America, Inc., or approved equivalent. 209-6.22 Storage of Materials. All materials and equipment to be used in construction shall be stored in such a manner as to be protected from detrimental effects from the elements. If warehouse storage cannot be provided, materials and equipment shall be stacked well above ground level and protected from the elements with plastic sheeting or other method as appropriate. 209-6.23 Excavation and Backfill. Buried wires shall have a minimum cover of 24 inches. Caution tape shall be installed above buried wire. Caution tape shall be installed a minimum of 6 inches above underground wires and conduits. Anode wire identification tags shall be placed on the wires prior to placing wire in conduit or backfilling. Test stations shall be installed at the approximate locations shown on the Drawings. Flush mounted test stations shall be located behind the curb and other areas not subject to vehicular traffic. The Contractor shall field verify final location of the test stations. Wire identifiers shall be placed on all wire prior to backfill and installation of test stations. The Contractor shall notify the owner of foreign utility piping for which foreign pipeline crossing test stations are to be installed. Notification shall be provided at least 2 weeks in advance The Contractor shall provide global positioning system (GPS) coordinates of each test station location with a minimum accuracy of 1 meter or 3 feet. The Contractor shall submit the GPS coordinates of the test stations to the Engineer after installation. Flush mounted test stations shall be installed with a 4 -inch diameter, Schedule 40 PVC pipe. The PVC pipe shall be 24 inches long and extend 4 inches above the bottom of the test box. PVC pipe shall be filled with native soil. Exothermic weld connections shall be installed in the manner and at the locations indicated on the Drawings. Coating materials shall be removed from the surface over an area of sufficient size to make the connection. The surface shall be cleaned to bare metal by grinding or filing prior to welding the conductor. The use of resin impregnated grinding wheels will not be allowed. A copper sleeve shall be fitted over the conductor. Only enough insulation shall be removed such that the copper conductor can be placed in the welding mold. The Contractor shall be responsible for testing all test lead and bond wire welds. The Engineer, at his or her discretion, shall witness these tests. After the weld has cooled, all slag shall be removed and the metallurgical bond shall be tested for adherence by the Contractor. A 22 -ounce hammer shall be used for adherence testing by striking a blow to the weld. Care shall be taken to avoid hitting the wires. All defective welds shall be removed and replaced. After backfilling pipe, all test lead pairs shall be tested for broken welds using a standard ohmmeter. The resistance shall not exceed 150% of the theoretical wire resistance as determined from published wire data. The Contractor shall inspect both the interior and exterior of the pipe to confirm that all coatings and linings removed or damaged as a result of the welding have been repaired. The Contractor shall furnish all materials, clean surfaces and repair protective coatings and linings damaged as a result of the welding. Repair of any coating or lining damaged during welding shall be performed in accordance with coating or lining manufacturer's recommendations. All exposed surfaces of the copper and steel shall be covered with insulating materials as indicated. 209-6.26 Joint Bonds. Bond wires shall be provided across flexible couplings and all nonwelded joints, as necessary to ensure electrical continuity, except where insulating joints have been installed to provide electrical isolation. Joint bonds shall be of the size and number shown on the Drawings and installed as indicated. The bond wires shall be at least 18 inches long and shall be installed so as to allow for movement of at least 2 inches in the pipe joint. The wire shall be attached by exothermic welding. At least 2 bonds shall be provided between all discontinuous joints. SP 65 OF 86 MIFTIT.71ITNT00 in Petrolatum tape system shall be applied on insulating joints and as indicated in the Drawings, Petrolatum tape system shall be applied in accordance with NACE RP0375, and these Specifications. The materials shall be applied according to the Manufacturer's recommendations, All loose scale shall be removed from the surface to be coated with hand tools (wire brush, scraper, and rags). Debris and moisture shall be wiped from surface with clean rag. Petrolatum tape shall be applied immediately after applying the primer, using a 1 -inch overlap, A spiral wrap shall be used and a slight tension shall be applied to ensure that there are no air pockets or voids. After applying the tape, the applicator shall firmly press and smooth out all lap seams and crevice areas. The tape shall be in tight intimate contact with all surfaces, Prepackaged anodes shall be installed at the locations indicated. Plastic or paper wrapping shall be removed from the anode prior to lowering the anode into the hole. Anodes shall not be suspended by the lead wires. Anodes shall be backfilled with native soil. Upon completion of compaction of backfill to the top of the anode, and prior to filling the hole and compacting the backfill to the surface, a minimum of 10 gallons of water shall be poured into the hole to saturate the prepackaged anode backfill and surrounding soil. Backfilling with native soil shall proceed in 6 -inch lifts, compacting the soil around the anode during each lift until the backfill has reached grade. Damage to the canvas bag, anode -to -wire connection, copper wire or wire insulation will require replacement of the entire assembly. Anodes shall not be backfilled prior to inspection and approval by the Contractor's qualified corrosion technician. Anode lead wires shall be installed and attached to the panel board as shown in the Drawings. FztT. �s�:;�i�11F.ti�itll sr7T�5�IM7fs�Ta Insulating joints shall be installed to effectively isolate metallic piping from foreign metallic structures. The Contractor shall test the performance of these insulating joints before and after backfill. Before backfill, the Contractor shall test the insulating joint using a Gas Electronics Model No. 601 Insulation Checker, or approved equivalent. If the testing results indicate less than 100% insulation, the insulating joints shall be repaired and retested at the Contractor's expense. After backfill, testing shall be performed by measurement of native pipe -to -soil potentials at both sides of the insulating joint. If the difference in native pipe -to -soil potentials on both sides of the insulating joint is within +1-50 milliVolts, then additional testing shall be performed as follows, Temporary cathodic protection current shall be circulated on one side of the insulating joint. "On" and "Instant Off' pipe -to -soil potentials shall be measured on the other side of the insulating joint. If the "Instant Off' potential is more negative than the native potential, the insulating joint shall be considered deficient and shall be repaired and retested at the Contractor's expense. m Continuity testing of joint bonds shall be performed by the Contractor's qualified corrosion technician as defined in this Section after backfill. The electrical continuity test may additionally be performed before backfill at the Contractor's option. The pipe shall be tested for electrical continuity. Continuity shall be verified using the linear resistance method. The pipe shall be tested in spans that are no less than 250 feet unless the pipe is shorter than 250 feet and no more than 1,000 feet. Each test span shall have two test leads connected to the pipe at each end. Existing test stations can be used. A direct current shall be applied through the pipe using two of four test leads. The potential across the test span shall be measured using the other two test leads. The current applied and voltage drop shall be recorded for a minimum of three different current levels. The theoretical resistance of the pipe shall be calculated. It shall take into account the pipe wall thickness, material, and joint bonds. Acceptance of the test span; The average measured resistance shall be compared to the theoretical resistance of the pipe and bond wires. If the measured resistance is greater than 125% of the theoretical resistance, then the joint bonds shall be considered deficient and shall be repaired and retested at the Contractor's expense. If the measured resistance is less than 100% of the theoretical resistance then the test and/or calculated theoretical resistance shall be considered deficient and the test span shall be retested and/or recalculated at the Contractor's expense. If the piping forms a loop which allows current to flow both in and out of the test span, then consideration shall be made for current circulating through both the loop and the test span, Upon completion of the installation, the Contractor shall provide testing of the completed system by a qualified corrosion technician and the data shall be reviewed by a Corrosion Engineer to ensure conformance with the Contract Documents, NACE SP0169, and NACE RP0286. The testing described herein shall be in addition to and not substitution for any required testing of individual items at the manufacturer's plant and during installation. Testing shall be performed at all test leads of all test stations and at the locations of exposed pipe as soon as possible after installation of the cathodic protection system. Testing shall include the following and shall be conducted in accordance with NACE TM0497: 1. Measure and record native pipe -to -soil and anode -to -soil potentials at all test locations. SP 67 OF 86 2. Verify electrical isolation at all insulating joints per NAGE RP0286. 3. Confirm electrical continuity of the pipeline or cathodically protected structure in accordance with this Section. 4. Measure and record the "On" and "Instant Off' structure -to -soil potentials at each location. 5. Measure and record the current output of each anode. Test results shall be analyzed to determine compliance with NACE SP0169. Test results shall be analyzed to determine if stray current interference is present. Stray current interference is defined as a +/-50 milliVolt shift in a pipeline's pipe -to -soil potential that is caused by a foreign current source. Stray current interference shall be tested on the project pipeline and foreign pipelines that have a reasonable chance of being affected by stray currents. The Contractor shall provide a written report, prepared by the Corrosion Engineer, documenting the results of the testing and recommending corrective work, as required to comply with the Contract Documents. Any deficiencies of systems tested shall be repaired and re -tested by the Contractor at no additional cost to the Owner. • � * � t� �f117iTi1r1:7:��:1~N 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 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." t+YZ101001 Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Maulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newoortbeachca.gov/index.asp 2pa ems --157 and then selecting the link Franchised Haulers List.,, 300-1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. 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. 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. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words 1 '/2 inch" of the last sentence with the words "two (2) inches". ffMORTITIM - • 300-1.5 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." 9,ECTION 302-4 EMULSION -AGGREGATE SLURRY 302-4.3 Application 302-4.3.1 General. Add to this section; "Type I slurry shall be applied at the rate of 9.5 pounds per square yard. Type li slurry shall be applied at the rate of 13 pounds per square yard. At all intersections where the intersecting street does not receive a slurry seal, slurry seal application shall end along a projection of the edge of gutter (or curb face if no gutter exists) of the intersecting street unless otherwise directed by the Engineer." 302-4.3.2 Spreading. Replace the first sentence of the second paragraph with, "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 by 3:00 p.m., the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Upon the completion of the day's slurry, street or parking lot shall be temporary striped. Final striping shall be installed no more than ten (10) working days after placement of slurry." Replace the first sentence of the third paragraph with, "Prior to the slurry application, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all weeded locations shall be treated by an approved weed -killer before any slurry shall be applied." 302-4.3.3 Field Sampling. Add this section: "Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry mix. The Contractor shall apply the slurry test sections as directed by the Engineer. No slurry shall be applied until the test slurry sections have been approved the Engineer. The costs of these slurry 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 301-4.2.2 (A) shall be re -tested. The Contractor shall be responsible for all cost associated with the re -testing." 61#TPrF:1� 302-5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be IlIC3 PG 64-10. The A.C. for base course shall be 111132 PG 64-10. 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 1%z inches of asphalt (finish course) shall be placed in a separate lift. Moles, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.2 Pavement Restoration, Within 30 days of trench base paving, the Contractor shall complete final grinding and capping per applicable specification sections, City of Newport Beach Standard Drawing STD -105-L and as directed below. All trench base paving shall be placed flush with the existing pavement surface. All paving shall include replacement of traffic detector loops (including any temporary traffic detector loops that may be required),traffic striping, raised pavement markers. Pavement resurfacing limits shall be per the following table. Street Pavement Resurfacing_ Carnation Avenue (from Bayside Drive Trench restoration will be a T -trench to East Coast Highway) CNB Std. -105 -L -C. The full street width will be cold -milled 2" and capped with 2" AC Mix Type: C2 64- 10. Intersection of Bayside Drive and Cold -milled 2" and capped with AC. Carnation_ Avenue _ Jacking Pit in Carnation Avenue Pavement restoration will be for rectangular area excavated for pit per CNB Std. -105 -L -C, modified for width. The full street width will be cold -milled 2° and capped with 2" AC Mix T e: C2 64-10. Receiving Pit in Carnation Avenue Pavement restoration will be for rectangular area excavated for pit per CNB Std.-105-L-C, modified for width. The Number 3 lane and I shoulder will be cold-milled 2" and capped with 2" AC Mix Type: C2 64- __ 1 0- Lateral "A" (in East Coast Highway) ---- Trench restoration will be a T-trench CNB Std.-105-L-C. The Number 3 lane and shoulder will be cold-milled 2" and capped with 2" AC Mix Type: ___.___ _ — _..._ C2 64-10. Macarthur Boulevard (from East Coast _r__, ____._ Trench restoration will be a T-trench Highway to San Miguel Drive) CNB Std.-105-L-C. The Number 2 lane and shoulder will be cold-milled 2" and capped with 2" AC Mix Type: C2 64-10, San Miguel Drive (from Macarthur Trench restoration will be a T-trench Boulevard to San Joaquin Hills Road CNB Std.-105-L-C Lateral °B" (in San Joaquin Hills Road Trench restoration will be a T-trench and San Miguel Drive) CNB Std.-105-L-C. The Number 1 lane will be cold-milled 2" and capped with 2° AC Mix Type: C2 64- 10. San Miguel Drive (from Sain-Jo—aquin Trench restoration will be a T-trench Hills Road to Pacific View Drive) CNB Std.-105-L-C. The Number 1 land and left turn lane will be cold- milled 2", full width and capped with 2" AC Mix Type: C2 64-10. Crossing from San Miguel Drive to Trench restoration will be a T-trench Pacific View Drive CNB Std.-105-L-C Pacific View Drive (from San Miguel Trench restoration will be a T-trench Drive to Station 82+20+/-) CNB Std.-105-L-C. The southbound side of Pacific View Drive will be cold-milled 2", half street width and capped with 2" AC Mix Type: C2 64- __ 10. _ East Coast Highway (from Fernleaf _ Trench restoration will be a T-trench Avenue to Macarthur Boulevard) CNB Std.-105-L-C. The Number 2 lane and shoulder will be cold-milled 2" and capped with 2" AC Mix Type: C2 6410. Right -turn lane in East Coast Highway TF Trench restoration will be a T -trench (from East Coast Highway to CNB Std. -105 -L -C. The right -turn Macarthur Boulevard) lane will be cold -milled 2" and capped with 2" AC Mix Type: C2 64- 10 from edge of pavement to edge ofpavement minus trench width). Vault Abandonment area near _ Pavement restoration will be for Fernleaf Avenue and East Coast rectangular area excavated for vault Highway abandonment per CMB Std. -105 -L- C, modified for width. The Number 2 lane and shoulder will be cold -milled 2" and capped with 2" AC Mix Type: C264-10. _. _ ___ Dahlia Avenue {from.. East Coast _ Treneh__restoration will be a trench Highway to 5th Avenue) CNB Std. -105 -L -C. The southbound lane will be cold -milled 2", full street width and capped with 2" AC Mix C2 64-10. _ 5 Avenue (from Dahlia Avenue to _Type: Trench restoration will be a T -trench Fernleaf Avenue) CNB Std. -105 -L -C. The westbound lane will be cold -milled 2", half street width and capped with 2" AC Mix Type: C2 64410. 302-5.4 Tack 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." 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." SP 73 OF 86 grITSIOU 1 303-5.1.1 General. Add to this section: "Sidewalk 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 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." 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. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2)day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 306-1.1.1 General. Add to this section: "Per the Geotechnical investigation prepared for this project, the Contractor should review the boring logs to evaluate the suitable earthmoving equipment for the project. High to very high blowcounts were encountered during investigation, therefore excavation difficulties may be encountered especially for deep excavation and jack and bore operation. Some gravels, cobbles and potentially boulders should be expected during excavation and jack and bore operation. Caving and raveling of granular soils should be expected along the alignment. Excavations deeper than 4 feet should be properly shored. This also applies to shallow excavations where the depth of the excavation is less than 5 feet. 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." 306-1.1.5 Removal and Replacement of Surface Improvement. Add to this section: "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, pothole investigations or geotechnical soil borings and the City does not guarantee the accuracy of this determination. Street Carnation Avenue Macarthur Boulevard San Miguel Drive Pacific View Drive East Coast Highway Dahlia Avenue 5`h Avenue Pavement Structural Section 8" AC over 8" AB 10" AC over 9" AB 4.5" AC over 16" AB 10" AC over 10" AB 5" AC over 5" AB 5" AC over 5" AB 5" AC over 5" AB 306-1.2.1 Bedding. Add to this section: "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." 306-1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped/Mort-M- sPipe. 306-1.2.14.1 Installation of Pipe. The Contractor shall install all pipe, fittings, closure pieces, bends, reducers, tees, crosses, outlets, manifolds, and other steel plate specials, bolts, nuts, gaskets, jointing materials, and all other appurtenances as indicated and as required to provide a complete and workable installation. No pipe shall be installed when the lining or coating/interior or exterior surfaces show cracks that may be harmful as determined by the Engineer. Such damaged lining and coating/interior and exterior surfaces, shall be repaired, or a new undamaged pipe shall MUM be provided. All pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. The Contractor, shall inspect each pipe and fitting to insure that there are no damaged portions of the pipe. The Contractor shall remove or smooth out any burns, gouges, weld splatter or other repairable defects prior to laying the pipe. Trenches shall be in a reasonably dry condition when the pipe specials are laid. Necessary facilities including slings shall be provided for lowering and properly placing the pipe sections in the trench without damage. The pipe and specials shall be laid to the line and grade shown, and they shall be closely jointed to form a smooth flow line. Before placement of pipe in the trench, each pipe or fitting shall be thoroughly cleaned of any foreign substance which may have collected thereon and shall be kept clean at all times thereafter. In placing pipe in the trench, the pipe shall be held by the sling that supported the pipe section at the quarter points. The sling shall be constructed with padded attachment straps as approved by the manufacturer of the pipe. Bare cable or chain attachment straps will not be allowed. The pipe shall not be dragged on the bottom of the trench but shall be supported by the sling while being fitted to the adjacent pipe section. Immediately before placing each section of pipe in final position for jointing, the bedding for the pipe shall be checked for firmness and uniformity of surface. When the pipe is being laid, it shall be turned and placed where possible, so that any slightly damaged portion will be on top. The damaged area shall be repaired for the protection of any exposed steel. All damaged areas shall be repaired using materials and methods acceptable to the City. Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. The protective stulling and bracing shall be removed after the sand backfill has been thoroughly compacted and prior to completing the interior joints. After each section of pipe has been set into position, it shall be attached to the adjoining section by means of an arc -welded joint as shown on the Plans. The use of dogs, clips, lugs, or equivalent devices welded to the pipe for the purpose of forcing it into position will not be permitted. Care shall be exercised at all times to avoid contaminating any pipe, valves or fittings. During laying operation, no debris, tools, clothing or other material shall be placed in the pipe. Dirt shall be prevented from entering the pipe and if necessary, the pipe shall be swabbed before placing in position. If the pipe -laying crew cannot place the pipe into the trench without getting foreign material into it, the City may require placing a heavy canvas cover over each end of the pipe that shall remain in place until the pipe lengths are to be joined. Each section of pipe shall be laid in the order and position shown on the laying schedule. In laying pipe, it shall be laid to the set line and grade, within approximately one inch plus or minus. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the City may change the alignment and/or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed the maximum deflection recommended by the pipe manufacturer. No joint shall be misfit by any amount which will be detrimental to the strength and water tightness of the finished joint. In all cases, the joint opening, before finishing with the protective mortar inside the pipe, or prior to applying in-place mortar lining, shall be the controlling factor. Moderate deflections and long radius curves may be made by means of beveled joint rings, by pulling standard joints, by using short lengths of pipe, or a combination of these methods; provided that pulled joints shall not be used in combination with bevels. The maximum total allowable angle for beveled joints shall be 5 degrees per pipe joint. Bevels shall be provided on the bell ends. Mitering of the spigot ends will not be permitted. The maximum allowable angle for pulled joints shall be in accordance with the manufacturer's recommendations or the angle which results from a %-inch pull out from normal joint closure, whichever is less. All horizontal deflections or fabricated angles shall fall on the alignment. All vertical deflections shall fall on the alignment and at locations adjacent to underground obstructions, points of minimum earth cover, and pipeline outlets and structures. The pipe angle points shall match the angle points indicated. Except for short runs, which may be permitted by the City, pipes shall be laid uphill on grades exceeding 10 percent. Pipe that is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. All bends shall be properly installed. The openings of all pipe and specials where the pipe and specials have been cement - mortar lined in the shop shall be protected with suitable bulkheads to maintain a moist atmosphere and to prevent unauthorized access by persons, animals, water or any undesirable substance. The bulkheads shall be so designed to prevent drying out of the interior of the pipe. The Contractor shall introduce water into the pipe to keep the mortar moist where moisture has been lost due to damaged bulkheads. The Contractor shall take all necessary precautions to prevent the pipe from floating due to water entering the trench from any source, shall assume full responsibility for any damage due to this cause, and shall at its own expense restore and replace the pipe to its required condition and grade if it is displaced due to floating. As pipe laying progresses, the Contractor shall keep the pipe interior free of all debris. The Contractor shall completely clean the interior of the pipe of all sand, dirt, mortar, splatter and any other debris following completion of pipe laying, pointing of joints and any necessary interior repairs prior to testing (and disinfection) the completed pipeline. Where pipe support details are indicated, the supports shall conform thereto and shall be placed as indicated; provided that the support for all exposed piping shall be complete and adequate regardless of whether or not supporting devices are specifically indicated. Where indicated, concrete thrust blocks or welded joints shall be provided." 306-1.2.14.2 Welded Joints. General: Field welded joints shall be in accordance with ANSI/AWWA C206. Where exterior welds are performed, adequate space shall be provided for welding and inspection of the joints. During installation of welded steel pipe in either straight alignment or on curves, the pipe shall be laid so that the lap joint clearance, at any point around the circumference of the joint, shall comply with the requirements of AWWA C206. Unless double fillet welds are indicated, field welded lap joints may, at the Contractor's option, be made on either the inside or the outside of the pipe. After the pipe and pipe joint are properly positioned in the trench, the length of pipe between joints shall be backfilled to at least one foot above the top of the pipe. Care shall be exercised during the initial backfilling to prevent movement of the pipe and to prevent any backfill material from being deposited on the joint. To control temperature stresses the unbackfilled joint areas of the pipe shall be shaded from the direct rays of the sun by the use of properly supported awnings, umbrellas, tarpaulins, or other suitable materials for a minimum period of 2 hours prior to the beginning of the welding operation and until the weld has been completed. Shading materials at the joint area shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the pipe joints need not be performed when the ambient air temperature is below 46 degrees Fahrenheit. Prior to the beginning of the welding procedure, any tack welds used to position the pipe during laying shall be removed. Any annular space between the faying surfaces of the bell and spigot shall be equally distributed around the circumference of the joint by shimming, jacking, or other suitable means. The weld shall then be made in accordance with ANSI/AWWA C206. Where more than one pass is required, each pass except the first and final one shall be peened to relieve shrinkage stresses; and all dirt, slag, and flux shall be removed before the succeeding bead is applied. All welding shall be done by an unvarying arc -welding process which excludes the atmosphere during the process of deposition and while the metal is in a molten state. The size and type of electrode used, and the current and voltage required, shall in all cases be subject to the approval of the City. The type of wire and flux to be used for automatic processes shall also be subject to the approval of the City. Rusted or otherwise damaged electrodes shall not be used, and violation of this provision shall be sufficient cause for rejection of the work. Used flux from automatic welders shall be sifted free of fines and coarse pieces and shall have all mill scale removed before reusing. All welds shall be of uniform composition, neat, smooth, full strength, ductile, and shall be made with a technique which will ensure uniform distribution of load throughout the welded section with a minimum tendency to produce eccentric stress or distortion in the weld or in the metal adjacent thereto. There shall be no greater evidence of oxidation in the metal of the weld than in the metal of the unwelded plate. All welded joints shall be of a type that will produce complete fusion of the plates and shall be free from unsound metal, pinholes, and cracks. The finish of welded joints shall be reasonably smooth and free from grooves, depressions, burns, and other irregularities, and there shall be no valley or undercut in the center of edges of any weld. All back chipping on both automatic and hand welding, whether for repairs or preparation of the groove for the original weld, shall be subject to inspection before being filled with weld metal. All butt welds shall be back chipped with a round -nosed tool to sound metal and inspection before welding the reverse side. Field joints shall be lap welded slip or buttstrap as shown on the Plans. At all single welded butt -strapped field joints, the outside weld or welds, as the case may be, shall be made with one (1) downhand pass and one (1) uphand pass. Fitting of butt straps shall be done with angle -bar clips and bolts pulled tight; provided that such angle -bar clips shall be removed to the satisfaction of the City upon completion of welding. The use of chains and jacks to pull up straps will not be permitted. In all hand welding, the metal shall be deposited in successive layers so that there will be at least as many passes or beads in the completed weld as indicated in the following table: Plate Thicknesses, Fillet Weld, Inches Minimum Number of Passes 3/16 1 1/4 2 5/16 3 3/8 3 For all hand butt welds and other hand welds where possible, except plain 90 -degree fillet welds, the plate edges shall be so prepared that there will be sufficient angle in the welding groove to prevent side arcing of the electrode and to permit penetration at the deepest point of the groove. All such welds shall be back chipped with a round -nosed tool to clean metal on the reverse side from the side of deepest penetration before any welding is done on said reverse side. Each hand pass and each back chipped welding groove shall be subject to inspection before the ensuing pass is made. Each hand pass shall be the full width of the weld. For all hand welds, not more than 1/8 -inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side will not be permitted. All porosity and cracks, trapped welding flux, or other defects in the welds shall be completely chipped out in a manner which will permit proper and complete repair by welding. Defective welds shall in general be repaired by hand welding; provided that the repair of defects in automatic welds shall be made on automatic welding machines where, in the City's opinion, the defect is so extensive as to make a hand repair undesirable. The Contractor's equipment for all welding and flame cutting shall be designed and maintained in such conditions, at all times, as to permit qualified welding operators to obtain the requirements prescribed in these specifications, and shall be approved by the City. The use of a semiautomatic welding process will not be permitted. In all welding by an automatic process, both the rate of deposition of weld metal and the rate of travel of the electrode shall be automatically controlled. The submerged melt process shall be used for automatic welding. Welding shall be done by skilled welders who have had adequate experience in the method and materials to be used. All welding operators shall be qualified under the standard qualification procedure of the latest edition of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications. Any welder or welding operator performing work under this contract shall have been qualified for the process involved within the past three (3) years. The Contractor, when required by the City, shall conduct tests of his welders to determine their ability to produce welds that are in compliance with these specifications. Tests shall be made in accord with the above-named qualification procedure using machines and electrodes similar to those that are to be used on the work and in the presence of the City, who shall determine the quality of the work done. In lieu of test conducted in the presence of the City, the City may require that welders be qualified under the ASME qualification procedure by a testing agency approved by the City. The specimens shall be welded in the same position in which the welder is qualifying to work, and the same number of passes shall be used. The City may call for additional test plates as the work progresses and may demand the removal of any welder from the work under the contract whose work on the pipe is not satisfactory, regardless of the quality of the test welds. The Contractor shall furnish all materials and bear all expense of qualifying welders. The sequence of welding and welding procedures shall be subject to approval by City. As soon as practicable after welding of each joint, all field -welded joints shall be tested by the liquid penetrant inspection procedure conforming to the requirements of ANSI/ASMT E 165 under Method "B" and "Leak Testing." All defects shall be chipped out, re -welded and retested. Upon retest, the repaired area shall show no leaks or other defects. Following tests of the joint, the exterior joint spaces shall be coated in accordance with these specifications after which backfilling may be completed. 306-1.2.14.3 Joint Coating and Lining. The interior and exterior joint recesses shall be thoroughly wiped clean and all water, loose scale, dirt and other foreign material shall be removed from the inside surface of the pipe. The cement for joint grout and mortar shall be portland cement acceptable under ASTM C150. After the pipe has been laid and after sufficient backfill has been placed between the joints to hold the pipe securely in place, the outside annular space between pipe sections shall be completely filled with grout formed by the use of polyethylene foam - lined fabric bands. The grout shall be composed of one part cement to not more than two parts sand, thoroughly mixed with water to a consistency of thick cream. The grout space prior to filling shall be flushed with water so that the surface of the joint to be in contact with the grout will be thoroughly moistened when the grout is poured. The joint shall be filled with grout by pouring from one side only, and shall be rodded with a wire or other flexible rod or vibrated so that the grout completely fills the joint recess by moving down one side of the pipe, around the bottom of the pipe and up the opposite side. Pouring and rodding the grout shall be continued to allow completion of the filling of the entire joint recess in one operation. Care shall be taken to leave no unfilled space. Grouting of the outside joint spaces shall be kept as close behind the laying of the pipe as possible except that in no case shall grouting be closer than three joints of the pipe being laid. Grout Bands (Diapers): The grout bands or heavy-duty diapers shall be polyethylene foam -lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist rodding of the mortar and allow excess water to escape. The foam plastic shall be 100 percent closed cell, chemically inert, insoluble in water and resistant to acids, alkalies and solvents. The fabric backing shall be cut and sewn into 9 -inch wide strips with slots for the steel strapping on the outer edges. The polyethylene form shall be cut into strips 6 inches wide and slit to a thickness of 1/4 -inch which will expose a hollow or open cell surface on one side. The foam liner shall be attached to the fabric backing with the open or hollow cells facing toward the pipe. The foam strip shall cover the full interior circumference of the grout band with sufficient length to permit an 8 -inch overlap of the foam at or near the top of the pipe joint. Splices to provide continuity of the material will be permitted. The polyethylene foam material shall be protected from direct sunlight. The polyethylene foam -lined grout band shall be centered over the joint space with approximately equal widths extending over each pipe end and securely attached to the pipe with steel straps. After filling the exterior joint space with cement grout, the flaps shall be closed and overlapped in a manner that fully encloses the grout with polyethylene foam. The grout band shall remain in position on the pipe joint. Joint Lining: After the backfill has been completed to final grade, the interior joint recess shall be filled with mortar of stiff consistency mixed in proportions of one part cement to two parts sand. The mortar shall be tightly packed into the joint recess and troweled flush with the interior surface, and all excess shall be removed. At no point shall there be an indentation or projection of the mortar exceeding 1/16 -inch. For pipe smaller than 24 -inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with mortar containing one part cement to two parts sand. The spigot end then shall be forced to the bottom of the bell and excess mortar on the inside of the joint shall be swabbed out. The City will field inspect the inside of the pipeline and/or TV inspect the interior mortar lining prior to pressure testing of the new main. The Contractor will be required to provide necessary access points and ventilation for the interior inspection of the water main. 306-1.2.14.4 Installation of Pipe Appurtenances. Protection of Appurtenances: Where the joining pipe is concrete or coated with cement mortar, buried appurtenances shall be coated with a minimum thickness of one -inch of cement mortar having one part cement to net more than two parts plaster sand. Installation of Valves: All valves shall be handled in a manner to prevent any injury or damage to any part of the valve. All joints shall be thoroughly cleaned and prepared prior to installation. The Contractor shall adjust all stem packing and operate each valve prior to installation to insure proper operation. All valves shall be installed so that the valve stems are plumb and in the location indicated. Installation of Flanged Joints, Before the joint is assembled, the flange faces shall be thoroughly cleaned of foreign material with a power wire brush. The gasket shall be centered and the connection flanges drawn up watertight without unnecessarily stressing the flanges. All bolts shall be tightened in a progressive diametrically opposite sequence and torqued with a suitable, approved and calibrated torque wrench. All clamping shall be applied to the nuts only. All buried flanges shall be coated and protected per Section 209-3.6.5 "Wax Tape Coating." Insulated Joints: Insulated joints and appurtenant features shall be made by the Contractor as shown on the Drawings. The Contractor shall exercise special care when installing these joints to prevent electrical conductivity across the joint. After the insulated joint is completed, the City will perform an electrical resistance test. Should the resistance test indicate a short circuit, the Contractor shall remove the insulating units to inspect for damage, replace all damaged portions, and reassemble the insulating joint. The insulated joint shall then be retested to assure proper insulation. Flexible Coupled Joints: When installing flexible couplings, care shall be taken that the connecting pipe ends, couplings and gaskets are clean and free of all dirt and foreign matter with special attention being given to the contact surfaces of the pipe, gaskets and couplings. The couplings shall be assembled and installed in conformity with the recommendation and instruction of the coupling manufacturer. Wrenches used in bolting couplings shall be of a type and size recommended by the coupling manufacturer. Coupling bolts shall be tightened so as to secure a uniform annular space between the follower rings and the body of the pipe with all bolts tightened approximately the same amount. Diametrically opposite bolts shall be tightened progressively and evenly. Final tightening shall be done with a suitable, approved and calibrated torque wrench set for the torque recommended by the coupling manufacturer. All clamping torque shall be applied to the nut only. Upon completion of the coupled joint, the coupling and bare metal of the pipe shall be cleaned, primed and epoxy coated (16 -mils). Bonding and Electrical Conductivity: All un -welded pipe joints shall be bonded for electrical conductivity in accordance with the details indicated. Kirit 306-5.4.1 Removal of AG 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 CAL/OSHA 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 removal and disposal of all asbestos materials. The Contractor shall NOT field cut existing ACP, disconnect at the nearest joints, the length of pipe to be connected to the new pipe. This length of existing ACP will be replaced by the new pipe making the tie-in. Contractor shall handle the AC pipe in strict conformance with all applicable CAUOSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure conformance. 307-17.7.3 Inductive Loop Detectors. Amend this Section to include: "All traffic signal loops destroyed or damaged during construction shall be replaced or repaired by the Contractor per the City of Newport Beach requirements. All costs for replacing or repairing traffic signal loops shall be included in the unit prices contained in the Proposal. Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES - 5A and ES -5B 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 completion of trench work and/or final AC pavement course placement. Temporary loops are anticipated at the intersections of San Miguel/San Joaquin and MacArthur/East Coast Highway." guce"[61-ile-ZZLIMI r7]:7 t7� itC• . , • 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. a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cuffing 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 (Le., 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. 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 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 Durafine 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." 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." Add the following Section 312-1.1 Pavement Markers "312-1.1 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 3TC series 290." ;021111E! .t� 400-2.1.1 Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." APPENDIX A PRESSURE REDUCING/FLOW CONTROL VALVE SPECIFICATION SHEET CVCL 1 122 3 4 DIST. CODE 002 SHEET 1 OF 3 � NEWPORT BEACH, CALIFORNIA CIA VAI CO ■ CATALOG N0. 131— 51 K X DRAWING N0. TBD @ ORDER REV. — TYPE OF VALVE AND MAIN FEATURES ELECTRONIC CONTROL VALVE DESIGN DRAW►+ PC 12-5-2012 2—WAY FLOW WITH PRESSURE REDUCING CHK'D DC 12-5-2012 IN RETURN FLOW APvo 4 4 / CS3 CS3 2 3 2 3 4 4 6 CS3 / CS3 3 3 7 4 / CS3 / 3 g 1 3 V/ r-1 III N O N 5 a N 10 10 10 10 r m U � INLET 10 OUTLET 0bi / U a 0 10 Z 9 1 9 SN5 i 0 / Z F- O Z F= U J Z ITEM BASIC COMPONENTS QTY N0. oN 100-01 HYTROL (358-11) MAIN VALVE 7 CNA ANGLE NEEDLE VALVE (OPENING)1 1 100-20 HYTROL 3658-11 MAIN VALVE 1 8 CNA ANGLE NEEDLE VALVE CLOSING 1 8 o N 0 2 X43 "Y" STRAINER 2 9 CNB NEEDLE VALVE 2 C> 0 3 100-01 HYTROL GLOBE PATTERN 5 10 CK COCK ISOLATION VALVE 6 a 4 CS3SM SOLENOID CONTROL 5 V) 5 CRL33 ELECTRONIC PRESSURE RELIEF CONTROLI 5 a 1 6 IX58C RESTRICTION ASSEMBLY I 1 In it OPTIONAL FEATURE SUFFIX ADDED TO CATALOG NUMBER o V X101 VALVE POSITION INDICATOR 1 � J I 'THIS DRAWING IS TH PROPERTY OF CLA-VAL CO. AND SAME AND COPIES MADE THEREOF, IF ANY, SHALL BE RETURNED TO IT UPON DEMAND. DELIVERY AND DISCLOSURE HEREOF ARE SOLELY UPON CONDITION THAT TI# SAME SHALL NOT BE USED, COPT OR REPRODUCED, NOR SHALL THE SUB ECT HEREOF BE DISCLOSED IN ANY MANNER TO ANYONE FOR ANY PURPOSE, EXCEPT AS HEREIN AUTHORIZED, WITHOUT PRIOR WRITTEN APPROVAL OF CIA -VM CO. TNIS DRAWMG IS SUBMTTED CDNFIDENDALLY AND MAY NOT BE USED IN THE MANUFACTURE OF ANY MATERIAL OR PRODUCT 07HER THAN SUCH MATERIALS AND PRODUCTS FURNISHED TO CLA-VAL 00. WHETHER OR NOT THE EQUPMENT OR INFORMATION SHOWN HEREON IS PATENTED OR OTHERWISE PROTECTED, FULL TITLE AND COPYRIGHTS, IF ANY, IN AND TO THIS DRAWING AND/OR INFORMATION DEUVERED OR SUBMITTED ARE FULLY RESERVED CLA-VAL CO.' APPENDIX 6 GEOTECHNICAL REPORT HUSHMAND ASSOCIATES, INC. CD 0 N N � r i C W M r LU a co J d 0 Cf) O o a z LL O U) z W z a F - z W H z O U W w D F- N O i U C Z � � U W w (6 r ~ O O Q c m O cn i Q in W Q a r 2 C_o W D 3: Z m uJ a) U r O a z a - O O r to o d C7 � w � LC) N M M 00 N O O L) a` Q` m N C (M C M M f` (O r M M Cl (') U 0 LO r "t r O N CA O O r M ti m N M L() r LC) N M M 00 M N 6 r r r 00 O N N m r Lo � r � (0 rCY) M M N r (pL) C 7 N d CO M CO O CO O (� 00 ti O CA O O N tiI,- cy; N vi Cb O N o r r r 1- (0 r N Q� M LO (O M CY) oM M (O (0 r LO r O I- 00 04 m U00 LO "tr . `- O N O Ln O O (V O r M r ('M 0 Lo c'') (D M Co r M N O r r r O I- N (p N a CA C',LA O NCO 0Lo r 110 r d M NONMr f� N LCA N Lo Lq N 00 M r d. N r O M N p N N LC) ti LC) O O p O~ r O r O r r r (p r a LA U CO O O O CO M M N (A 4 N co M ti M O O r 00 CD Lo q-- N O 0) LCV r M Lo (7) LC) Cf d N N M O r N r r CO CO r O Q CD p (0 co co (c i N I� O r (� 00 co w 1- LO U r (O CA O Lo r rLr) O N O N r r M 4 co 00 O o) d O ()0 r ( - G1 CA (V r r r (fl r Ln � N CO M N O ti r CO m U r LSC) NpM) M O oo O N O O CA r r r r NO r CA r 00 C) r M 0 "T r- r r N a LoC V j O r r co Cl) N O N O O p O U? LCA (0 r O O r O to N (O CF) r Ln LO (A NC)r O N CO r ar,-=i a-0 in U cl L cr, L a L Cyr, L L a p o Q 0 0 ,O O M C N N O a w -1 + L O O C O �+ _N a' O O L L ,� •C L .0 O> U) +_-� z 0 U 0� U 0 U - 'O U Z Z O O p v- o 4- o O L L- o 4-- o 4- o 4- o o aC a) '��� (D c _ n E ���p i� C��, N �- E a (6 E (a .O O _ CU N C O LMiA O _ N LM N O �' O CC O mv)0 O azo>��� ff. O O O O O i U Cf) ai LU Rs a a CO _z w LL O H z LL 0 z Q N z W H z O U W w D H O E Q M CO U � CO Z � � CO 00 LO W w F� a Y cu O U a m O Lo O Q �O N cn w Q r r O W Z m cn a) U O a z a - LM r- (YD pj ca Lo q Iq 44 U U O N V Q� Q Q`O U(� M CO CO M co = CO 00 LO N M I-- 00 LO '. Lo O N 00 CO ro O r QO O U O O LM r- (YD pj M Lo q Iq r O N r- 00 f` tiLO r `Q m CD CO Cl) r- co M N Lc) CO M M N N CO a7 r - O Ln Lo Lq U Lf) C Lr) O O � O N 0 00 M O LO O 00 N N �- r O f ct O) C13(.0 N O O CO LO MO co Ln 'q co d' rn M c,) 00 00 a) ti O M Cfl 0 M (fl LO � O LC) (f) L6 0 a) O C N M 00 I` IT '� O N O V M . O N d7 Lf) Cfl �- N N O LO I� M O O G N O 00 CO CO N O � r N m m r CO co co ` O LO Lf) 00 I O M U 00 Lf) , N m Ln � �- O CO N N a7 I` N � O O M N M O N O N"-= 00 CO r- CO N O m N coco M co O Lf) d' CO �- co I� M O Lf') - LO O N O) N m O N M O O Ln q O O N I- LO 00 r N C , r = I- LO d' LC) r' N mr M M r r Co O LO 00 O 07 N LO O 1- O N r 00 m U L? d' co CO q p CO, LO M a7 ch O CO , cY. r 0 N O N r- 00 LO N LO t1 1` Nti d7 I` co N Ln d a7 I` (D r- O O O O U m CO - = O m 00 Ln �- co co 00 c- CO 1 O N CO r M O O O N N �- I� CO Lo r L UCT L (n U L L L L L O \ V Q O O 'p (B Q) L cn (n C O O + -; + L N (B O O CU D O O L� _ (n z U U 0 70 0 _+ z zo o 0 0 o c m 0 0 0 0 o L N a) o = Qs •L -0 E CL EC N N N Q) N .y C) O N N W c+� U a C W v a. 1 a CO c� Z 22 LL 0 H Z W Z Q H Z W H Z O U W H 0 a U � Z •c a� U W W (B r ~ � Y O O Q � a- � ./� W O mQ N 1 C N CO3w LO Q Q Z a m 0 W 0- W Z 0- 07 U C14 Lo r LI)r N O r. �- 00 0) O ti N ti LO m MM O M N N i.i LO d' O N a0 `- 0- O 07 C14 Lo r LI)r N O r. �- 00 0) O ti N ti Om N pp CQ r CO � M CY) O V') In O O r N m V r G)0 Lf) N 0) r- N= It �- r- N O O O O M 1- N N 00 CO N Lo LO Q to N , I- Lf) (D O OO Ir Lf) ,n Ln M M L() o Cfl LO 0) (fl L") G'� CC V 00 M O c9 N O 0, M, ti m 00 CO nj (0 O M M cM ;I CO M LO M r CD m rM0 0 Cfl M M 00 O ti ti O M M 1 L) LC) r- LO = t co N O q C, O d' m 0 Lo 0) O 0n Lo m N O d7 r c- � �- LO M ;h I` d7 Lo q "' N CO N LLO m mLO CO co co N 6) N N LO 0 O 0) O N f` C) d CDJ 00 Ln Cl �-% G LO O m r- CO N CO � CO m ti r� I- O r O N . N �- r N 00 I` Lo r m CO Q0 cM co co S O �- CO LC) CO O ti CLO 1 LO C) � O N m 00 N� O N N O 00 CO com 0) I- 00 N � 00 I- ti r N m r �h r O 'D M M M co LO d7 CO LO 00 m LO to m UCD O m 00 0) coM O _ CD 00 N O= r 07 00 O 00 07 �t LO I-- r 00 rN Q OM0 O co co LO co O N Lo I` N M to N V�- Lq NO , N M M M 0 O CD 00 CO - rco r co 00 � M NCD N O O lf7 00 r - U Q o Q 0 O •O p (10 _ Q) 70 L C U) O +�+ OZ L 4-- L 4-- Q O L •� O cntf z 0 U 0 U 0 U�U ++ Z p O L p - p 0^` �.- O O N C L O 4- O v- O O �- O v- O f/) }' A 0 m d Co U) 0 p D. (TS p _ N _ O O /O\ N O O N O S O —ZC)>��� HA4HUSHMAND ASSOCIATES INC. Geotechnical and Earthquake Engineers COMPACTION CURVE (ASTM D1557) Client: PSOMAS HAI Project No.: PCE -12-001 Project Name: Newport Beach Tested by: KL W.O. No.: PCE -12-001 Checked by: RN Date: 6/6/2012 Sample No.: B1 Mold size: 6 in Soil Description: Brown Silty Clay Procedure: C % Ret on 314": 4.4 140 J G-- 2.50 Gs= 2.60 130 U CL 120 fT 110 -IMaximum Dry Density (pcf): 118.5 lOptimum Moisture Content 12.5 T lCorrected Maximum Dry Density (pcf): 119.8 lCorrected Optimum Moisture Content 12.0 100 0 5 10 15 20 Moisture Content HAJHUSHMAND ASSOCIATES INC. Geotechnical and Earthquake Engineers COMPACTION CURVE (ASTM D1567) Client PSOMAS HAI Project No.: PCE -12-001 Project Name: Newport Beach Tested by. KL W.O. No.: --- Checked by: RN Date: 6/6/2012 Sample No.: B3 Mold size: 6 in Soil Description: Brown Silty Clay Procedure: C % Ret on 314": 9.8 130 t Gs= 2.50 -F 120 Gs= 2.60 110 100 flMaximum Dry Density (pcf): 113.0 Optimum Moisture Content (./,.): 19.6 -Corrected Maximum Dry Density (pcf): 116.1 - Corrected Optimum Moisture Content 90 0 5 10 15 20 25 Moisture Content HUSHMAND ASSOCIATES INC. Geotechnical and Earthquake Engineers Client: PSOMAS Project Name: Newport Beach W.O. No.: ---- Sample No.: B5 Soil Description: Brown , Silty Clay 140 130 N 110 100 COMPACTION CURVE (ASTM D1557) HAI Project No.: PCE -12-001 Tested by: KL Checked by: RN Date: 6/6/2012 Mold size: 6 in Procedure: C % Ref on 3/4": 6.1 �Gs- Maximum Dry Density (pcf): 116.5 Optimum Moisture Content (%): 11.0 Corrected Maximum Dry Density (pcf): 118.3 Corrected Optimum Moisture Content (%): 10.4 0 5 10 Moisture Content (%) 15 20 6Uissed ;UaOaad 0 N � 9O N O LU N 0 0 0 0 0 0 0 0 0 0 CD eo r to to V co N o o o N d c N � N W M U J Z � � 1 0 M l0 � Vt Z cu d Y Q z Q o m � 0 ao t~ d; Cl) eD aM0 a m' � o Myo � o � o 0 � I J O �- O C N J � Z < N Q W J U � Q N o N N � o- W Q coo- � a ~ y o y C) E N N L) � � � CU � a m U 0 m 2 m E-) >, (n 0 CO � c Co � in o m` � J ------ -- -- - -- ------ -- 0 Qa E fb Al . / 00, I / IL d •c N m �- a s U a a Z z a Z a - Z / 0 U fn on O 2 c -- -- -- ----------- -- -- m m O m N y L c U to c O m m CO Q Q O a p z O 3 CO) W W Z p��, Z Q •� s v o z Z �+ Cd d V a J Q m [ U °' m O U co r� a_ M n o o j a. z a Z a - Z 0 T O ❑ Q 1 o E Z ------ W J CO O U 0 0 0 0 0 0 0 0 0 0 N M V• Lo (o I— oo m o paUie;aa;UaOaad m d •c N N a s U U U fn on O 2 c m m m O m 6uissed ;u03aad r O N N p N U J Z d Y co co = N- 0 O O o O o o O O o 0 O W 1- O LO'� co N _ OCD o o p N c OR M cY N M •Q •Q v.. cc d a V ¢ ZKx � � c N m o N 000 o o O rn o o to 00 N °? LO d J_ O N O Cl)cliti Q Z WN y W o N W o- Cl)cu Q �_ ai Q O_ o N !� C U = 'O Ccj � d �� (0 U) (D S C I _co _ —1— I J U CL E R V y oo `\r- moo c 2, m EMM m a> ' / cco Vi c uj U a n _ 0 C')m w N to w M Z , M M O r CL Q O ❑ 4 l0 W Q c Z m O Z Z Gd •1 '1 Q Q v a a o �' u u, ih------- o m E o Z c V ° m U U m Lo m U m -- -- -- -- ----- - - - - -- y J m v 0 0 C. 0 0 0 0 0 0 o r N Cl) V LO co r- co O O pauie;ON IUGOaad JJAJHUSHMAND ASSOCIATES, INC. LL ATTERBERG LIMITS Geotechnical and Earthquake Engineers PL PL Tare No. 15 5 13 F5 A4 No. of blows (ASTM D 4318) Client. PSOMAS 16 Wt. of wet soil +tare HAI Project No.: ---- Project Name: Newport Beach 23.08 10.03 10.19 Wt. of dry soil +tare (g) Tested by. KL Project No.: ---- 7.50 7.65 Wt. of tare (g) 10.99 Checked by: RN Boring No.: B2 1.13 Water content (%) 62.7 64.7 Date: 6/14/2012 Sample No.: MC5A @ 16-16.5' nn Soil Description: Brown, Sandy Elastic Silt (MH) 68 Liquid Limit :::fi46::: 0 67 Plastic Limit 33:x:::: 0 66 Plasticity Index ::a3::: V ;v 65 USCS :::: ::: 0 64 63 - — – 62 10 25 100 Numberof blows 60 50 a 40 X W O 30 }Z U 20 F - or Q a 10 OL 0 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT (LL) Test LL LL LL PL PL Tare No. 15 5 13 F5 A4 No. of blows 31 25 16 Wt. of wet soil +tare (g) 22.62 22.12 23.08 10.03 10.19 Wt. of dry soil +tare (g) 18.14 17.79 18.20 7.50 7.65 Wt. of tare (g) 10.99 11.10 10.95 1.13 1.13 Water content (%) 62.7 64.7 67.3 39.7 39.0 CH or OH CL m• OL � MH OH M L m• nn HUSHMAND ASSOCIATES. WC. LL ATTERBERG LIMITS Geotechnical and Earthquake Engineers PL PL Tare No. 26 12 16 A5 31 No. of blows (ASTM D 4318) Client: PSOMAS 19 Wt. of wet soil +tare HAI Project No.: PCE -12-001 Project Name: Newport Beach 22.80 10.22 10.69 Wt. of dry soil +tare (g) Tested by. KL Project No.: ---- 8.45 8.84 Wt. of tare (g) 11.21 Checked by: RN Boring No.: B4 1.13 Water content (%) 66.6 70.1 Date: 6/14/2012 Sample No.: MC4A @ 16-16.5' Soil Description: Brown, Sandy Fat Clay (CH) 72 Liquid Limit :::::69;5::::: 71 Plastic Limit :::24:'f:::: 0 70 Plasticity Index :::: SA:::i 69 USC$ ::::l �:':: 0 68 ............ 67 - 66 10 25 100 Numberof blows 60 50 CH or a OH 40 X CL W or 30 OL yZ U 20 NIH or F- a 10 (L OL 0 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT (LL) Test LL LL LL PL PL Tare No. 26 12 16 A5 31 No. of blows 35 23 19 Wt. of wet soil +tare (g) 21.59 21.64 22.80 10.22 10.69 Wt. of dry soil +tare (g) 17.44 17.27 17.93 8.45 8.84 Wt. of tare (g) 11.21 11.04 11.13 1.12 1.13 Water content (%) 66.6 70.1 71.6 24.1 24.0 OH ML m• 2 ♦ • Normal Stress (ksf) 0.5 1 2 1.5 0.002 Peak Shear Stress (ksf) 0.56 0.98 1.61 Shear stress @ end of test (ksf) • 0.31 0.65 1.19 Initial height of sample (in) 1 1 1 Height of sample before shear (in) 0.9910 0.9793 0.9518 Diameter of sample (in) N Y_ 2.42 2.42 Initial Moisture Content (%) 25.5 25.5 25.5 N N 17.1 15.8 15.2 Dry Density (pcf) 103.6 106.0 m 1 Final Saturation (%) 77.9 79.4 81.0 L R Q� 0.5 0 0 0.05 0.1 0.15 0.2 0.25 Horizontal Deformation (in) 2 1.5 Y_ N N 40 1 CO m m r CO 40 0.5 • 0 0 1 2 3 4 Normal Stress(ksf) ICllen : PSOIVIAS Project Name: Newport Beach Boring No.: 134 Sample No.: MC2A Depth (ft): 6-6.5' Sample type: Undisturbed ring Soil Identification: Brown, Clay (CL) kbvHUSHMAND ASSOCIATES, INC. Geotechnical and Earthquake Engineers DIRECT SHEAR TEST Consolidated Drained (ASTM D3080) Pr. No.: 20415-79719.T4 G HAI Pr No.: ---- Date: 6/11/2012 ♦ • Normal Stress (ksf) 0.5 1 2 Deformation Rate (in/min) 0.002 Peak Shear Stress (ksf) 0.56 0.98 1.61 Shear stress @ end of test (ksf) • 0.31 0.65 1.19 Initial height of sample (in) 1 1 1 Height of sample before shear (in) 0.9910 0.9793 0.9518 Diameter of sample (in) 2.42 2.42 2.42 Initial Moisture Content (%) 25.5 25.5 25.5 Final Moisture Content (%) 17.1 15.8 15.2 Dry Density (pcf) 103.6 106.0 105.2 Final Saturation (%) 77.9 79.4 81.0 DIRECT SHEAR TEST Consolidated Drained (ASTM D3080) Pr. No.: 20415-79719.T4 G HAI Pr No.: ---- Date: 6/11/2012 JJAJ HUSHMAND ASSOCIATES, INC. Geotechnical and Earthquake Engineers Client: PSOMAS Project Name: Newport Beach Project No.: ---- Boring No: B3 Soil Description: Brown, Sandy Clay (CL) MOLDED SPECIMEN Wt. of wet soil + mold Wt. of wet soil + cont. 371.99 g Wt. of dry soil + cont. 329.09 g Wt. of container ( 80) 8.50 g Wt. of water 42.90 g Wt. of dry soil 320.59 g Moisture Content 13.4 % Wt. of wet soil + ring 571.38 g Wt. of ring 206.76 g Wt. of wet soil 364.62 g Wet density of soil 110.5 pcf Dry density of soil 97.4 pcf Specific gravity of soil 2.65 pcf Saturation 50.9 % EXPANSION INDEX (ASTM D4829) HAI Project No.: PCE -12-001 Tested by. KL Checked by. RN Date: 6/4/2011 MOISTURE CONTENT AT END OF TEST Wt. of wet soil + mold 607.18 g Wt. of dry soil + mold 511.54 g Wt. of mold 206.76 g Wt. of water 95.64 g Wt. of dry soil 304.78 g Moisture Content 31.4 % Date & Elapsed Dial Oh time time (min) Readin g Expansion 6/7-1:41 0 0 6/7 -1:51 10 -0.0055 Add distilled water to sample 6/8 -2:51 1 1440 1 0.0472 1 0.0527 Expansion Index = 53 HUSHMAND ASSOCIATES, INC. Geotechnical and Earthquake Engineers Client. PSOMAS Project Name: Newport Beach Project No.: PCE -12-001 Boring No: 134 Soil Description: Brown, Sandy Clay (CL) MOLDED SPECIMEN Wt. of wet soil + mold Wt. of wet soil + cont. 391.29 g Wt. of dry soil + cont. 350.91 g Wt. of container ( 80) 8.42 g Wt. of water 40.38 g Wt. of dry soil 342.49 g Moisture Content 11.8 % Wt. of wet soil + ring 578.66 g Wt. of ring 197.51 g Wt. of wet soil 381.15 g Wet density of soil 115.5 pcf Dry density of soil 103.3 pcf Specific gravity of soil 2.65 pcf Saturation 52.0 % EXPANSION INDEX (ASTM D4829) HAI Project No.: PCE -12-001 Tested by. KL Checked by. RN Date: 6/11/2012 MOISTURE CONTENT AT END OF TEST Wt. of wet soil + mold 610.51 g Wt. of dry soil + mold 511.54 g Wt. of mold 206.76 g Wt. of water 98.97 g Wt. of dry soil 304.78 g Moisture Content 32.5 % Date & Elapsed Dial Oh time(min) time Reading Expansion 6/8 -1:50 0 0 6/8 - 2:00 1 10 1 -0.0012 Add distilled water to sample 6/11 - 7:50 1 3960 1 0.0147 1 0.0159 Expansion Index = 16 Pbkl HUSHMAND ASSOCIATES. INC. Geotechnical and Earthquake Engineers Client. PSOMAS Project Name: Newport Beach Project No.: ---- Boring No: B7 Soil Description: Brown, Sandy Silt (ML) MOLDED SPECIMEN Wt. of wet soil + mold Wt. of wet soil + cont. 270.06 g Wt. of dry soil + cont. 246.58 g Wt. of container ( 80) 8.50 g Wt. of water 23.48 g Wt. of dry soil 238.08 g Moisture Content 9.9 % Wt. of wet soil + ring 590.48 g Wt. of ring 197.51 g Wt. of wet soil 392.97 g Wet density of soil 119.1 pcf Dry density of soil 108.4 pcf Specific gravity of soil 2.70 pcf Saturation 48.0 % EXPANSION INDEX (ASTM D4829) HAI Project No.: PCE -12-001 Tested by. KL Checked by. RN Date: 6/11/2012 MOISTURE CONTENT AT END OF TEST Wt. of wet soil + mold 615.60 g Wt. of dry soil + mold 555.31 g Wt. of mold 206.76 g Wt. of water 94.49 g Wt. of dry soil 304.78 g Moisture Content 31.0 % Date & Elapsed Dial Oh time time (min) Readin 9 Expansion 6/12 - 1:49 0 0 6/12 -1:59 10 -0.0020 Add distilled water to sample 6/13 -1:49 1 1440 1 0.0020 1 0.0040 Expansion Index = 4 ® ANALYSIS • ® I)ESIGN LaBelle ® 111.0111617111 •®71" 1 PROFESSIONAL PAVEMENT ENGINEERING A CALIFORNIA CORPORATION Mmv 30, 2012 Mr. Peter Moore Hushmand Associates 250 Goddard Irvitie, California 92618 Dear Mr. Moore: ® SOII S, AW11A11 11 CI 1\101( )( ) Fax: (949) 777-1276 Project No. 38171 Testing of the bulk soil samples delivered to our laboratory on 5/25/2011 has been completed. Reference: Project Name: Samples: PCB -12-001 Psotnas: Newport Bench B-4 @ 0'-5' Bulk -1 (T.1. 4.0) B-6 @ 0'-5' Bttlk-1 (T.1. 4.0) B-7 @ 0'-5' Bttlk-1 (T.1. 4.0) Data sheets are attached for your use and file. The opportunity to be of service is sincerely appreciated and should you have any questions, kindly call. Respectfully Submitted, FESS/p R. 1, x M A qrP OF CA0��� Steven R. Marvin RCB 30659 SRiV1: ru• 2700 S. GRAND AVENUE o SANTA ANA, CA 92705-5404 . (714) 546-3468 . FAX (714) 546-51141 1 Nf-OOILABELLEMARVI N.COM R - VALUE PROJECT NUMBER 38171 DATA SHEET P.N. PCE -12-001 Psomas / N.B. BORING NUMBER: B-4 @ 0'-5' SAMPLE DESCRIPTION: Brown Sandy Clay .................. ...................................... I.......... Item a SPECIMEN b c Mold Number 4 5 6 Water added, grams 122 152 105 Initial Test Water, % 16.4 19.0 14.9 Compact Gage Pressure,psi 70 40 125 Exudation Pressure, psi 445 238 655 Height Sample, Inches 2.55 2.62 2.44 Gross Weight Mold, grams 3074 3067 3039 Tare Weight Mold, grams 1977 1975 1976 Sample Wet Weight, grams 1097 1092 1063 Expansion, Inches x 10exp-4 13 0 70 Stability 2,000 lbs 160 si) 30 / 75 50 / 122 26 /-59 Turns Displacement 3.95 4.53 3.35 R -Value Uncorrected 42 15 56 R -Value Corrected 42 17 55 Dry Density, pcf 112.0 106.1 114.9 DESIGN CALCULATION DATA Traffic Index Assumed: 4.0 4.0 4.0 G.E. by Stability 0.59 0.85 0.46 G. E. by Expansion 0.43 0.00 2.33 27 Examined & Checked: 5 /30/ 12 Equilibrium R -Value by EXUDATION of ss o Gf = 1.25 0.0% Retained on the a 30 � m REMARKS: 3/4" Sieve. S v an, 0659 OF�jFrAt The data above is based upon processing and testing samples rived from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials & Research Test Method No. 301. R -VALUE GRAPHICAL PRESENTATION PROJECT NO. 3(61-7( . 400 -F.AA ". Tne- qm 350 BORING NO.300 1. New�arr -vrimm� DATE L17 200 Lu lmMR TRAFFIC 4 INDEX C4 cl 100 2--7 CDcl� omm R -VALUE BY EXUDATION ci 0 fmimll a. R -VALUE BY EXPANSION (-.)C) 800 700 600 500 400 300 200 100 1.0 2.0 3.0 COVER THICKNESS BY EXPANSION, Fr. 100 90 mz 70 60 50 40 30 20 10 0 4.0 I O O W En tl;, 0 17,0 19,0 MOISTURE AT FABRICATION IN lomm m a R5 ffi p # "-w mmmmmom %ommm = ffi�Y� 6u mmmmmwlm lailwIrPmamm == mmmmmmmm m mlmff� rm He Holva ISO -ma MIKE -m- 0 u m Mo h- 0 j45.0 (7-0 (9-0 % MOISTURE 0 R -VALUE vs. EXUD. PRES. T by EXUDATION A w EXUD. T vs. EXPAN. T w T by EXPANSION REMARKS LaBelle o Marvin PROFESSIONAL PAVEMENT ENGINEERING 4.0 3.0 2.0 1.0 0 qm lmMR flffiq�mffl EHO alloom won omm mm fmimll Hm I —0, 0 ME a I um -08 RIM, 0 mg, m tl;, 0 17,0 19,0 MOISTURE AT FABRICATION IN lomm m a R5 ffi p # "-w mmmmmom %ommm = ffi�Y� 6u mmmmmwlm lailwIrPmamm == mmmmmmmm m mlmff� rm He Holva ISO -ma MIKE -m- 0 u m Mo h- 0 j45.0 (7-0 (9-0 % MOISTURE 0 R -VALUE vs. EXUD. PRES. T by EXUDATION A w EXUD. T vs. EXPAN. T w T by EXPANSION REMARKS LaBelle o Marvin PROFESSIONAL PAVEMENT ENGINEERING 4.0 3.0 2.0 1.0 0 R - VALUE PROJECT NUMBER 38171 DATA SHEET P.N. PCE -12-001 Psomas / N.B. BORING NUMBER: B-6 @ 0'-5' SAMPLE DESCRIPTION: Brown Sandy Clay ............................................ I...................... Item a SPECIMEN b c Mold Number 7 9 6 Water added, grams 50 30 80 Initial Test Water, % 12.0 10.2 14.7 Compact Gage Pressure,psi 45 110 30 Exudation Pressure, psi 416 550 248 Height Sample, Inches 2.51 2.49 2.66 Gross Weight Mold, grams 3096 2909 3143 Tare Weight Mold, grams 1968 1789 1976 Sample Wet Weight, grams 1128 1120 1167 Expansion, Inches x 10ex -4 10 61 0 Stability 2,000 lbs (160psi) 34 / 81 28 / 60 62 / 138 Turns Displacement 3.81 4.02 4.04 R -Value Uncorrected 39 51 9 R -Value Corrected 1 39 1 51 10 Dry Density, pcf 121.6 1 123.7 115.9 DESIGN CALCULATION DATA Traffic Index Assumed: 4.0 4.0 4.0 G.E. by Stability 0.62 0.50 0.92 G. E. by Expansion 0.33 2.03 0.00 23 Examined & Checked: Equilibrium R -Value by EXUDATION QnOVESSio Gf = 1.25 0.8% Retained on the REMARKS: 3/4" Sieve. TAT Rc Maryl , oi`' 5 /29/ 12 CE 30659 The data above is based upon processing and testing sa eceived from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials & Research Test Method No. 301. Lied ikh • Alma ' in F R -VALUE GRAPHICAL PRESENTATION PROJECT NO. 3 e) (7 1 400 L� -f Vm—' —f U -e-- -12 --co 1 350 BORING NO. 6-16go 4PZ).-S' J 300 DATE �"2-4) 200 V) W Ce TRAFFIC INDEX 1"- 100 Or C) R -VALUE BY EXUDATION 0 n. R -VALUE BY EXPANSION 0L.) 800 700 600 500 400 300 200 100 1.0 2.0 3.0 COVER THICKNESS BY EXPANSION, Fr. 100 90 z 0 80 70 60 z 0 1 A 50 40 30 20 10 m MOISTURE AT FABRICATION L(2 -- C) c) Z MOISTURE m 04 14 R -VALUE vs. EXUD. PRES. 14 K x T by EXUDATION 46 04 -&—JEXUD. T vs. EXPAN. T A T by EXPANSION REMARKS liallelle e Martin PROFESSIONAL PAVEMENT ENGINEERING 4.0 3.0 2.0 1.0 0 rim PIM WiN I 0 'm 0 m a In, mm, affilm, MOISTURE AT FABRICATION L(2 -- C) c) Z MOISTURE m 04 14 R -VALUE vs. EXUD. PRES. 14 K x T by EXUDATION 46 04 -&—JEXUD. T vs. EXPAN. T A T by EXPANSION REMARKS liallelle e Martin PROFESSIONAL PAVEMENT ENGINEERING 4.0 3.0 2.0 1.0 0 R -VALUE DATA SHEET PROJECT NUMBER 38171 P.N. PCE -12-001 Psomas / N.B. BORING NUMBER: B-7 @ 0'-5' SAMPLE DESCRIPTION: Brown Sandv Silt Item a SPECIMEN b c Mold Number 10 11 12 Water added, grams 60 86 40 Initial Test Water, % 11.6 13.9 9.8 Compact Gage Pressure,psi 65 40 135 Exudation Pressure, psi 324 222 474 Height Sample, Inches 2.48 2.66 2.49 Gross Weight Mold, grams 3060 3111 3081 Tare Weight Mold, grams 1959 1965 1963 Sample Wet Weight, grams 1101 1146 1118 Expansion, Inches x 10ex -4 14 0 61 Stability 2,000 lbs (160psi) 32 / 76 53 / 127 22 / 52 Turns Displacement 3.93 4.54 3.74 R -Value Uncorrected 41 13 58 R -Value Corrected 41 14 58 Dry Density, pcf 120.5 114.6 123.9 DESIGN CALCULATION DATA Traffic Index Assumed: 4.0 4.0 4.0 G.E. by Stability 0.60 0.88 0.43 G. E. by Expansion 0.47 0.00 2.03 38 Examined & Checked: 5 /29/ 12 Equilibrium R -Value by ---�,� EXUDATION Gf =_1.25 tu 2.5% Retained on the REMARKS: 3/4" Sieve. Ste 30659 �aFcnt�Fo The data above is based upon processing and testing samples as received from the field. Test procedures in accordance with latest revisions to Department of Transportation, State of California, Materials & Research Test Method No. 301. LilRdW • Mal' in I T., 511 Q n: R -VALUE GRAPHICAL PRESENTATION PROJECT NO. :?JL m 400 I 350 BORING NO. 300 DATE 200 TRAFFIC INDEX 1,:3suj-,.Q 4, CL 100 cr_ R -VALUE BY EXUDATION z3 u 0 < lmllmmmm� C) lomm,mommmomm R -VALUE BY EXPANSION (-) 800 700 600 500 400 300 200 100 1.0 2.0 3.0 COVER THICKNESS BY EXPANSION, FT. 100 90 80 70 60 50 40 30 20 10 0 4.0 I BE MENEM MWNoMS I mum lmllmmmm� lomm,mommmomm fun- fflmhW. mmm a 4_.02 Z MOISTURE AT FABRICATION WIN mmm ENEnna= MEM common@ BEER' Mq o X2.0 10 % MOISTURE R—VALUE vs. EXUD. PRES. m T by EXUDATION EXUD. T vs. EXPAN. T -A A T by EXPANSION REMARKS Lallelle o Aldoinvin PROFESSIONAL PAVEMENT ENGINEERING 'k'ZJ 4.0 3.0 2.0 1.0 0 +SCHIFF www.hdrinc.com Corrosion Control and Condition Assessment (C3A) Department TRANSMITTAL LETTER DATE: June 6, 2012 AT'T'ENTION: Ben Hushmand TO: Hushmand Associates, Inc. 250 Goddard Irvine, CA 926113 SUBJECT: Laboratory Test Data PSOMAS-Newport Beach Your #PCE -12-00 l , HDRISchi ff # 12-0469LAB COMMENTS: Enclosed are the results for the subject project. Leo Solis Laboratory Manager 431 West Baseline Road • Claremont, CA 91711 Phone: 909.626.0967 • Fax: 909.626.3316 IjI'v-t 16p SCHIFF www.norinc.com Corrosion Control and Condition Assessment (C3A) Department Table 1 - Laboratory Tests on Soil Samples Hushmand Assoeiates, lne. PSOMAS-Newport Beach Your #PCE -12-001, HDRISchiff #12-0469LAB 29 -Mary -12 Sample ID 131-MC4A 132-MC413 133-MC213 B4-MC2B 135-MC313 cr, 11-11.5' @ 10.5-11' a 6-6.5' @ 5.5-6' @ 8-8.5' Fine Sand Silty Clay Silty Clay Silty Clay Fine Sand Resistivity Units as -received ohm -call 5,200 1,200 2,800 1,200 20,000 minimum 011111-cnl 3,140 415 970 1,000 1,240 PH 8.7 8.1 8.1 8.0 8.0 Electrical Conductivity MS/cm 0.15 1.18 0.16 0.10 1.81 Chemical Analyses Cations calcium CW mg/kg 35 39 22 20 2,279 magnesium Mgt` mg/kg 15 30 16 13 22 sodium Nal- M&g 155 1,176 145 105 122 potassium K'+ mg/kg 5.8 44 6.4 2.6 17 Anions carbonate C032' mg/kg 51 ND ND ND ND bicarbonate HCO3' mg/kg 176 134 201 162 55 fluoride FI' mg/kg 4.2 2.1 7.9 15 0.5 chloride Cl'- mg/kg 18 1,072 15 6.9 5.2 sulfate SO42- mg/kg 60 813 100 41 3,565 phosphate PO' 3. mg/kg 6.0 2.1 15 4.6 ND Other Tests ammonium NH4" mg/kg 2.7 ND 1.6 1.6 2.7 nitrate NO3'- mg/kg ND 5.3 3.6 0.5 2.1 sulfide Sz' qual na na na na na Redox my na na na na na Minimum resistivity per CTM 643, Chlorides per CTM 422, Sulfates per CTM 417 Electrical conductivity in millisiemens/cm and chemical analysis were made on a 1:5 soil -to -water extract. mg/kg = milligrams per kilogram (parts per million) of dry soil. Redox = oxidation-reduction potential in millivolts ND = not detected na = not analyzed 431 West Baseline Road Claremont, CA 91711 Phone: 909.626.0967 Fax: 909.626.3316 Page 1 of 2 C' SCH I FF www.hdrinc.com Corrosion Control and Condition Assessment (C3A) Department Table I - Laboratory Tests on Soil Samples Hushnrand Associates, Inc. PSOMAS-Newport Beach Your #PCE -12-001, HDRISchifr'#12-0469LAB 29 -May -12 Sample ID 136-MC313 137-MC213 138-MC213 c@ 8-8.5' @ 5.5-6' a) 5,54 Fine Sand Silty Clay Silty Sand Resistivity Units as -received ohm -cm 15,200 2,440 64,000 minimum ohm -cm 3,005 1,910 1,840 pH 8.8 8.2 7.9 Electrical Conductivity mS/cm 0.19 0.22 0.56 Chemical Analyses Cations calcium Ca" mg/kg 30 48 117 magnesium Mg2l mg/kg 11 15 88 sodium Nal r mg/kg 204 246 309 potassium K� � mg/kg 3.2 4.8 86 Anions carbonate CO32' mg/kg 141 51 ND bicarbonate HCO3 mg/kg 130 396 104 fluoride FI' mg/kg 1.3 16 4.9 chloride CI1- mg/kg 18 6.4 30 sulfate SO4" mg/kg 72 39 1,109 phosphate P043- mg/kg 1.0 1.5 4.2 Other Tests ammonium N"4 11. mg/kg ND ND 7.2 nitrate NO3'' mg/kg ND 0.5 5.0 sulfide SZ- qual na na na Redox mV na na na Minimum resistivity per CTM 643, Chlorides per CTM 422, Sulfates per CTM 417 Electrical conductivity in millisiemens/cm and chemical analysis were made on a 1:5 soil -to -water extract. mg/kg = milligrams per kilogram (parts per million) of dry soil. Redox = oxidation-reduction potential in millivolts ND = not detected na = not analyzed 431 West Baseline Road • Claremont, CA 91711 Phone: 909.626.0967 • Fax: 909.626.3316 Page 2 of 2 APPENDIX C POTHOLE INVESTIGATION REPORT UNDERGROUND SOLUTIONS, INC. 14 na bIlVar TransmissionP eli` 'September 18, 2012 X- of 111 t`> Contents:` R T. Pothole Summary Sheet 2 ,.Area Maps s ,< Subsurface Utility Report �r u � w4. Data and Photo Logs ,5. Picture Thumbnails September 18, 2012 Mr. Joe Boyle, P.E. PSOMAS 3 Hutton Centre Drive, Suite 200 Santa Ana, CA 92707 Dear Mr. Boyle: I would like to thank you for choosing Underground Solutions, Inc. to perform the utility locating for your project. The following report details our findings for the pothole locations identified by your company. We are constantly looking to our customers for improvements to our reporting. Any comments or suggestions to improve the quality of this report would be appreciated. At Underground Solutions we strive to provide the most professional state-of-the-art service. This is achieved by our top -of the line equipment and professional field team. We look forward to a continuing working relationship with you and your firm. Sincerely, Wim" 51 61te President Underground Solutions, Inc. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6549 Mission Gorge Road, Suite 335. San Dicgo, CA 92120 619-858-1401 •fax 619.858-14069wvwv.undergroundsolutionsinc.com Pothole Summary Report Customer PSOMAS UNDERGROUND SOLUTIONS Project Corona Del Mar Transmission Location Newport Beach Underground Solutions, Inc. Date Monday, September 17, 2012 # Station Utility Top Bottom Size Type Curb Distance Direction 1 W 4.660 ft 6.300 ft is.. STL 6.00 ft East-West 2 Dry Hole 6.000 ft See Comment 3 G 6.020 ft 6.800 ft 8" STL 6.00 ft East-West 6 T 3.600 ft 6.600 ft 3'x3' ENC 8.00 ft East-West 7 W 2.020 ft 2.800 ft 8" ACP 5.00 ft North-South 8 W 3.600 ft 4.600 ft 12" ACP 8.00 ft East-West 9 W 3.280 ft 4.000 ft 81, ACP 8.00 ft East-West 10 E 3.000 ft 5.280 ft 2.28'x3.00' ENC 8.00 ft North-South 11 G 3.920 ft 5.400 ft 16" STL 14.00 ft North-South 14 SD 3.000 ft 4.700 ft 18" RCP 2.00 ft East-West 15 SD-See 2.100 ft 5.380 ft 36" RCP 19.20 ft Northwest- Comment Southeast 18 E 4.080 ft 7.080 ft 3.00'x3.00' ENC 14.12 ft East-West 20 T/E 2.780 ft 5.080 ft 3-4";1-2" PVC 18.60 ft Northwest- Southeast 21 Dry Hole 2.520 ft See Comment 22 E 2.980 ft 3.500 ft 2-4" PVC 44.00 ft North-South 22 T 2.760 ft 3.480 ft 3-2" PVC 44.00 ft North-South 23 W 6.100 ft 9.100 ft 30" STL 66.00 ft North-South 24 W 6.300 ft 7.800 ft 16" STL 57.00 ft North-South 25 Dry Hole 12.000 ft See Comment 27 ST LT 2.820 ft 3.000 ft 2" PVC 2.00 ft East-West 27 E 4.200 ft 7.200 ft 2'x3' ENC 2.00 ft East-West 28 G 3.640 ft 4.040 ft 3" POLY 12.20 ft East-West 29 Dry Hole 5.980 ft See Comment 30 E 0.700 ft 4.380 ft 3.68'x3.00' ENC 14.00 ft East-West 31 E 4.000 ft 6.300 ft 2.30'x3.00' ENC 17.00 ft East-West 32 SWR 6.060 ft 6.500 ft 4" PVC 12.00 ft East-West 33 E 1.640 ft 4.400 ft 2.76'x2.00' ENC 12.00 ft East-West 34 Dry Hole 6.400 ft See Comment 35 W 3.060 ft 16" See Comment 24.00 ft East-West SDMH-A SD 1.500 ft 4.000 ft 24" RCP -3.00 ft East-West SDMH-C SD 4.700 ft 7.000 ft 24" MH See Comment East-West SDMH-D SD 3.480 ft 5.780 ft 24" MH 2.50 ft North-South SMH-B SWR 6.080 ft 6.800 ft 8" MH N/A East-West SMH-G S 6.600 ft 7.420 ft 8" PVC 19.00 ft East-West WVLV-E W 2.100 ft 6" VALVE 7.00 ft N/A WVLV-F W 2.960 ft 6" VALVE 7.00 ft N/A T aw{ w•J61:, - i;/l0/BJ r�P'xJ-IJ-lx5\+a4,o�6eg6\u6aa0-vrI�6,CYl\53x1V�.a\00109Cx?,IYV'n N r CO W e b x z Nil 7 _ga s a m a jr INA �A 8g . U v S-- S X1 wo Z S m 00 (� d �' a FS 01 il3H. vcvi. n 8 S 'ON 133HS 33S 004 B1S 13 IH31a.11- 00'00+61 - d.$ s 00'00+61 'V1S 3NIl HOVW F �,. •yy I , ! (W i j !!'I z.•Ilii ilf ! ; :1iI�'-_---_' ' a5aoavw ut i i I I Z ,., }Ii} j i1E 'I�I, i!''ill!, IIj `�=•; I ,�: a ys-!..I 'I li!Ijl!I�! L+6.• 'I,( 11 II � F E a� !'`!III ' 4 oil (, jl it s vavwy wALL9-iVW/90 W'Nd-La-1xS\aPvla�y,qt3\uquo-py�Sv5v1\53tl1�M\°OIOOM,]xL\�T Co N b W , " id nt d 0a lb o � a a A x I' �^91 'b 3H�gg3S (, Y� +8x ' 1 j3N11 ; g 9 'ON 133HS 33S 00'00+9Z 'VIS 311I1 HOlVN Al 1 , I z i I I� 1 i l j j i �a I i i ! j l l I oi'°i ! I I(� ( N �.—•�__ '�' �` ;r� L _ _ ..._.. ( I I a I I 0 4 0.kN LL�3 3 1 �3S� 00'00+61 'VIS 3Nn H01VY1 'ON 133HS 33S I i Illa( iliilll 1 IB I �••�•+! Wccs - cVsNco Ww-ce-ixs\•�ad�eua�w•>o-n�cl�rm�\s�urM\wrosaxvrt\* F- m N b fi w $ W J g F LL'° C as W w $ tin O o a o E a 0 oz �12 R� ; o 03�a * 1e= s € y _ q � U FA a Ic0j,- 13 N J3HS Us � j Vl s L 'ON 133HS 33S 00'00+1£ 'ViS 3NIl HOIVVi I III j l i "• i I�+' j l �� � I j' I I ��� \ ..�.I i LL a f F - I i I I a� {{IIII i I!� I III+ Ij i 0 o I � I � I � MI<i • �\ .............. / I � I I I _! �. I�.II l�l.si .I I IPmz,�I I s S� '� �.���� \3 aYl I��s I a�,i-�� I� i I III ; ! • i i a jx�\.A �- t \ \ I I o9 I i r i8 i 0 8 1 `3N � L`N i ao r I i ...r.. _. •pN d1S 3p •-i:, "'.',, Z I� �G�'�I 3HS 3S�F I I v I ily1 HS 3 1dWLI N� wuY �P[i% - L:/Po/Po M-1:4\Maalqf�Bn•'[1��gaap_P4f\SMVI\53Ylrw\001 ]NL\'P m b W IL U @ z 0 IL ZL- o q O p z ° * „: �33gggSiggg��� C�S�8i3i o N Z °O g a 519o S U H � a a LL Ji19 'U I d3HH �� 'ON �� 0 +9 1 '3 17 II �.�I � I -I : g B 133H5 33S 00'00+94 'V1S 31411 HO1VYi c. us q._ ge W �N I� : 1 i � I I � •�-FX ! Q � ii i I � 3 m rfi ( i � i IT ISI : I j LL I II 0-0b L` ' 1 313411 ! 19' 3H S I I( 8 00'00+L£ 'VIS 3NIl H3lVW 9 ON 133HS 33S t Ln X W Q tL §� a 00'00+9y 'VIS 3NIl HOltlW L 'ON 133HS 33S H Q � E a Os s� 6 'ON 133HS 33S �v 00'00+99 'tl1S 3Nn HO1VW '6 ON 133HS 33S 00100+99:'VIS 131NI1 'HOIWW s �a F oo ro I 1 6 • ro�os.ro ��is II cn 'ry 4 � 8 � w z , Y S 1 a 0000 ZS Y� z o m 6c ao IJ W J N Q ad U IO O O O m o f - U N I O 1 � I z .d fio oo'a.6� nu vcs 0000+9y 'V15 3N11 HO1VW 00 L 'ON 133HS 33S §� a 00'00+9y 'VIS 3NIl HOltlW L 'ON 133HS 33S H Q � E a Os s� 6 'ON 133HS 33S �v 00'00+99 'tl1S 3Nn HO1VW w� b �a F g tu m cr w z g 4 � W 2w g P� GSSg O p o K F- §� a 00'00+9y 'VIS 3NIl HOltlW L 'ON 133HS 33S H Q � E a Os s� 6 'ON 133HS 33S �v 00'00+99 'tl1S 3Nn HO1VW uwy uetL'A - it/tA/Po 6�0N(-td-lNS\MVI tnat3\ L!a0-W.f�51T'1\smvm\00109W3 V. T it W c b Z g 8 0] 0w z o 6 i°fill. ll.�4s d U N o o .7 r N 8 O1 'ON 133HS 33S o 00'00+49 'VIS 3NIl HO1VW ' 1 d1 '0 i � I I f!! ( i ! � I ! t i I � ( � :� � [' �I✓'I ,}f� 1 s `'� `r E 'gin I 1331F1i� ' N 1\ V) e f ff + $ Vl9 HNI 14�1�( I I8 11 4 114 �-AA 11;:�j-g ,II _� �. I_ ..,_.I .. � , I ' i 4 1 I � I � 'Lei �•� i ! _(� ___�-. � � ''�, � j (,I II Ilp �'L IIi _►ii 3 >Ld 'i�, f; p '�f - I•� M 8 � I ( �� I � i i I i' III ; j'� i �'"''�- -• ` ff i I III! ail; �i �i •I � g ��,-- .� I _HL I i w o — 0 � z !V15 I�I 0 {"� 00'00+99 'tl1S 3NIl HOltlW ' N' 33� 3 �r I I j I \ 9 'ON 133HS 33S e� eI 1Ij a II l e+M�.%( VONL VI - LVPo/Po M1WIb-Ld-)N)\Mm.e\Loa1�W�q-P f5N5Y1\5)tlLVM\dDMPoM)NL\'n ~ N m y W u�� o o HC �a ° m * d Q H a I1(i i II it li(I II {il'I { �iI 1 il; Il it `il II lil Iil ili (I";il ,i II l illi ii iIjl {iii 3aySi 3>; H n SN� 2+00'p0 (! +7'1 - & SE uNHEETE i ; s II I i , it I•I11 Iliil �+ ( r: /,.y i II iil i{i► { �II �-' - � IILa;, , . i i can N i i I.. � .i �. i .....;.. I i , I .� _ j•_I . 1. ! - .�—_. � 1 b OQ+, vis I , {; (I I I , q ) 1 g STA. 64+00.00 $N(113d3 S3SHEET N0.9�! i I I II!i I ii I ! i ii I E / \ z'ON ma_ __L _ e | +o ZL _ H31W4 a*ON mm_ \ _ O § g 2 2 $ \§\]\. �\ XZ » 4G+ e Z +N 133HS 33S, | +o ZL _ H31W4 a*ON mm_ \ _ O § g 2 2 $ | \ , § 2 | ' ]� �0 ® ■\ T '21 _ \ /)§ �ofz , |� � A |�; §°§■)■ |A § | U) [ § ƒ � 0 E 5 g LL 2 � zvsavo =sue-vlo-1la\+rn=a\aw3\w,w-mansasn\sNurx\oo+avaxva\:n m F b LL a Ed W $ 0 O J m iy��Yda J €Ti U Zo x a N 03 H � Q h Il rjl 11 I II �ii�I�RIjIi! ,Il��� i)1 I}��i� I;�~•� ®E 3 In �IJIM €I ON r1 _.. . ...{. i.. .. �, I . i 1 ' I I., I $ I ! � i � j� 1 � i i I I l � 1 1 c -LL 1, F ♦� , ;I I 5.......L.. i $ testi. r vwi llB1�'vb Nxl ! � I ' `�\ 1• .r 111 ,.� it 1 snsar I i � ► � II ij ar �.�, 1i , i{ �il., ili,, ����E �� 90 v Ij HE loil IF i i I I!�! �� � ( ( � i i �' i! i (' '� I I� i i I I j 8 I _ _ � I a �l I {ISI ;f��lji<<ii�l, i �" , li �' I,.. I ��i{l��� i! I , 11 . N E�a�p 041AL �-��� �� I�.--__IJ � � �� ii ll , s.���'-i.l.i j�11�i I�}Il,, j i I L.1.., ,�jli,lii i i �-, c�, ���� ?.::r � ��8� III (�Ij� �jii i j , j illi i l •.� ii ij 'i _ -"`'--- � ��� s MEE j, � 1 l, � I �; �� i 'a� ice{ � ! i I; "�;��;II I i ,, t I II j)iiil{iilf � i i � I'� I I j i Ij i ``� I lil;l ) fill L f �_� ,- _ - - �-- � W Z V9 X? a IL i � I! I;, 1, i t �, i �, { 11 111 A 1m 0. `( �� `i iiii!if) ;�,III� � I I If �j I, ! it Iii ij.i (� � i. ; X �y s � )9 "��el (ir °�I j �,t; UNDERGROUND SOLUTIONS Undeigrotmd Solutions, Inc. 14i:*:.vr.nviuv,17jr8lvidsilu'I:n'=;iniCbni Pothole # 1 Station Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet W 4.660 ft 6.300 ft 18" STL 6.00 ft East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7253 Log Date 8/27/2012 Soil Type Clay Asphalt Depth 0.5 Concrete Depth 0 Marker PK Nail Pavement Type Pre -Excavation Photo 12 Subsurface Photo r�r Pothole # 1 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. (.>S �, d,!i•,tixn: ,:• s;,:c: S:.me i 5, San CtiC<sc�. Ci1s1212 617-855-'-01 • 9 -55g -1 u wlc:rgrounrlsoluiian,inr.com Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottc low r' so ow «w so WW 00 4 M rr' .M 100 .+ 00 004, .t Pothole # The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6"A'4 MKS1tni G01gi°W%z1(1: Sir.ic 3-15. Sml C?wgo. (A 92120 (,19-fi5fi-''-�(il �f,te(�;9-FyiR-1}�;;;.;renvivvlgr<�r�i-tnrI501U;ian>inc.c<irn Pothole # 2 Station Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet Dry Hole 6.000 ft See Comment Comments Excavated to 6.00 ft, no utility found : 12.00 ft from curb Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7253 Log Date 8/27/2012 Soil Type Clay Asphalt Depth 0.5 Concrete Depth 0 Marker Paint Pavement Subsurface Photo Pothole # 2 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. Mwe 3 ::. S.irt Or,.. -go. (A92120 $19•$ ( '. cq I r �,tz :' ;-$5$� 14�J�-. • •.n�.w ltnr,ICr,r�i vvlsUlU;ipnSinC.iUm Finish Photo am,,! J 01M I «ter, Area Photo Pothole # The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo am,,! J 01M I «ter, Area Photo Pothole # The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. ("AA 92, Pothole # 3 Station Plan Sheet I G 6.020 ft 6.800 ft 8" STIL 6.00 fit East-West I Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet I G 6.020 ft 6.800 ft 8" STIL 6.00 fit East-West I Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID I USI I Field Log # 7253 Log Date 8/27/2012 Soil Type Sand Asphalt Depth 0.5 Concrete Depth_ 0 Marker I PK Nail vavement i 4 Subsurface Photo Pothole # 3 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. VA'i Ooi jC RCvia, SuIW _i 5, Sdn CJRX'0. fA 92120 Uig-g5��;cp1 e�.>uGS?-8;8.1•}nG�•;r.•sv.tuidrr�raunclSUlu:ipnirtC.cUm Photo » Bottom Depth Photo 4 C gra 16 Ott• . '711( rr. Pothole # 3 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo 4 C gra 16 Ott• . '711( rr. Pothole # 3 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS VLJF Underground Solutions, Inc. 1,549 V.mioiii;�;:;:;:. 'ic,�ul: �uac.i:i:>. SanC?I[:cc�. Ci491i2i) 619.85r -`4r11 .=..z6'S-.`, g I}i::5.,rr:nvu»dCrtjr��tnrlsv4rionsinc.corn Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # SDMH-A Station Plan Sheet SD 1.500 ft 4.000 ft 24" RCP -3.00 ft East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7253 Log Date 8/27/2012 Soil Type N/A Asphalt Depth 0 Concrete Depth 0 Marker Stake Pavement l Subsurface Photo Pothole # SDMH-A The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS 1%,OF Underground Solutions, Inc. Photo Bottom Depth Photo Area Photo Pothole # SDMH-A The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo Area Photo Pothole # SDMH-A The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. n UNDERGROUND SOLUTIONS lqkx Underground Soluwns, Inc. t�`n4S Uistit ui Cifac��. Rn:rc;: Sunt 3.',3. 5�nt Ltiaga. CA92120 $17•$5s -t Cpl +�,:zS'S-�';$14�:�i.v�::+v ivirtc;r�r;ti�nrlsvlu;ion'sini.�c�m Pothole # 7 Station Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet W 2.020 ft 2.800 ft 8" ACP 5.00 ft North-South Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7254 Log Date 8/27/2012 Soil Type Sand Asphalt Depth 1.3 Concrete Depth 0 Marker PK Nail Pavement Pre -Excavation Photo Subsurface Photo L' Pothole # 7 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS IRUF Underground Solutions, Inc. C V. cs.:?i i tioi jc Itoaa, Suva i':'>, '-11 Qwgo. (A. `12120 419.85&'-'�01 .'. ..'.?-F58.14Ci: •:v�:^.:�!; ;rlgr�rJlvuli4lU;ipn;ini.rt)nt Bottom Depth Photo Area Photo Pothole # The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo Area Photo Pothole # The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lqkx Undwground Solutions, Inc. 6"'Vi Vis%l n Cn:n•_;r12s>r�c=, Sutn:4:45, Sal fA921211 Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 6 Station Plan Sheet 3.600 ft 6.600 ft 3'x3' ENC 8.00 ft East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7254 Log Date 8/27/2012 Soil Type Clay Asphalt Depth 1.3 Concrete Depth 0 Marker PK Nail Pavement Pre -Excavation Photo Pothole # ILI Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. ,'AbtNSKAi 1.45. Sdnt C?it!t o. (A 92..120 ! I `.� I • Stix :a � 7-8°ift� 1$� :r.�.^.�, ! v,rt<:rgr�unrtst�lu:i;�n>ini.cgm Area Photo Pothole # 6 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mat -Transmission Location Newport Beach Date Monday, September 17, 2012 Area Photo Pothole # 6 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS IRLAIV Underground Solutions, Inc. e?S43 IM!"1011 Cioigo R,wic., Swtr. 3;i:�, 5.m C?Icga. Sig 921 A 619.85&-5 401 I; cZM 6 � 9-858.14(16 9 vwA9 1UVf(r jr0lUf1d5C)1U'6135inc,con] Pothole # 8 Station Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet I W 3.600 ft 4.600 ft 12" ACP 8.00 ft East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7256 Log Date 8/28/2012 Soil Type Sand Asphalt Depth 1 Concrete Depth 0 Marker PK Nail Navement I Subsurface Photo Pothole # 8 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lqkx Underground Solutions, Inc. i:'... ..._.r..,�:-a: ...;.r.: Su.:e� i.. ,.:nr?r;.z;•:�. CA9112U 14, 4: r,G:,tridsolu:icmi5inc.com Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Pothole # 8 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6'149 MiSSR)lI (doiyr Rc �c:, Suu!• 4T-1, S,,n C?cgo. (A 92129 (,19-i?:S". " pl •2rx ta'^-F,5$ 14!'t; •.-P.•nv ll'lflf;(Jf�l IfVISt?lu;ipnsinccom Pothole # 9 Station Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet W 3.280 ft 4.000 ft 8" ACP 8.00 ft East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7256 Log Date 8/28/2012 Soil Type Sand Asphalt Depth 1 Concrete Depth 0 Marker PK Nail Pavement Subsurface Photo Pothole # 9 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. t'?a49 MiSSicw (ini:yt- ha.ua: Su;!c i A 5. San Oivgo. (A92120 $19.858-F401 -Fe,x:�' ',4b58 14;?: �.._ : Unrlcg�r�i virI501Uti�n sini.com Finish Photo Area Photo Pothole # The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Area Photo Pothole # The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. GS, 'VM :;+nCdrvCyeW.V,' is Suae i 5. Sm,OK!Go. fAyl!20 9-P58- 1406 Pothole # SMH-B Station Plan Sheet SWR 6.080 ft 6.800 ft 8" MH N/A East-West Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet SWR 6.080 ft 6.800 ft 8" MH N/A East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7256 Log Date 8/28/2012 Soil Type N/A Asphalt Depth 0 Concrete Depth 0 Marker JPaint Pavement Subsurface Photo Pothole # SMH-B The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. APPENDIX B LABORATORY TEST RESULTS BORING NUMBER B-5 THushmand Associates, Inc. PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE -12-001 PROJECT LOCATION Newport Beach, California DATE STARTED 5/17/12 COMPLETED 5/17/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) AT TIME OF DRILLING -- LOGGED BY RN CHECKED BY AB AT END OF DRILLING -- NOTES Backfilled with soil cuttings. Patched with quick set concrete AFTER DRILLING -- W Lu CO ~ ~ W� Lu Q O MATERIAL DESCRIPTION co co 2i1E Ov; BORING NUMBER B-6 H-; Hushmand Associates, Inc. PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE-12-001 PROJECT LOCATION Newport Beach, California DATE STARTED 5/18/12 COMPLETED 5/18/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) AT TIME OF DRILLING --- LOGGED BY RN CHECKED BY AB AT END OF DRILLING -- NOTES Backfilled with soil cuttings. Patched with quick set concrete AFTER DRILLING -- = U _(D W a W °J- wG zw LU p H .-. w� Q O MATERIAL DESCRIPTION << J W g 00 0 J O¢ F- .-. z n �.� � z t— W W1F- H< w � (D W X y -j QD Mz 3:> O? H OO m H o m m >- o 0O g Asphalt (-8 inches) o Base (-8 inches) SILTY CLAY (CL-ML): Dark brown, dry to moist, low plasticity RV AU Bulk 1 5 _ _ _ _ _ _ _ _ _ _ _ _ _ SAND (SP): Light brown, dry to moist, fine sand, medium dense sand Mc 2 5-13-17 130 106 19 DS SAND (SP): Light brown, moist, fine sand, loose sand Mc 3 s-s-a (12) 90 12 CORR 10 SAND (SP): Yellowish brown, moist, fine sand, very dense sand ac 20-50/5" $7 12 i 15 Poorly graded SAND (SP-SM): Light gray, dry to moist, fine sand, very 5c 93 5 SA 41-50/4° dense sand with silt and some coarse gravels 20 No sample recovery. Sign of water at 20ft. IVIC 37-50/5" Borehole terminated at 21.5 feet. BORING NUMBER B-7 THushmand Associates, Inc. PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE -12-001 PROJECT LOCATION Newport Beach California DATE STARTED 5/18/12 COMPLETED 5/18/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) AT TIME OF DRILLING --- LOGGED BY RN CHECKED BY AB AT END OF DRILLING -- NOTES Backfilled with soil cuttings. Patched with quick set concrete AFTER DRILLING -- O d JZLu D� Wo Lu Q O MATERIAL DESCRIPTION < a- Co OO Q z n W lz < w O o t�z Oz P OmF ro m >_ O 0O O Asphalt (-5 inches) • Base (�5 inches) SANDY SILT(ML): Brown, moist, low plasticity with some gravels EI AU RV Bulk 1 5 _ _ _ _ _ _ _ _ _ _ _ SILTY CLAY (CL -ML): Dark brown, moist to wet, low plasticity. 3" gravels encountered at 5.5' Mc 3-4-5 90 39 CORR 2 (9) Ds 10 SILTY SAND (SM): Light brown, dry to moist, fine to medium sand, very j I! dense sand Mc 3 23-43-50 (93) 107 8 SA HA 15 I III SAND (SP): Light gray, moist, fine sand, very dense sand with some gravels 4c 13-37-50/5' 89 26 Borehole terminated at 16.5 feet. BORING NUMBER B-8 HAI-Hushmand Associates, Inc. PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE -12-001 PROJECT LOCATION Newport Beach California DATE STARTED 5/18/12 COMPLETED 5/18/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) AT TIME OF DRILLING --- LOGGED BY RN CHECKED BY AB AT END OF DRILLING -- NOTES Backfilled with soil cuttings. Patched with quick set concrete AFTER DRILLING -- U = d J Z :3 ~ W o OF F- .-. w$ C7 0-0 MATERIAL DESCRIPTION J W Ov > F n ~ W W H w o (D W J 03 O? } OZ p mr O U m Co o 2a g Asphalt (-6 inches) _ _ Base inches) — _ _ _ _ _ _ _ _ _ _ _ -j SAND (SP): Brown, dry, fine to medium grains, dense sand with gravels upto 3". AU Bulk 1 5 Well graded GRAVEL (GW): Brown, dry, fine to coarse gravel with sand. 2c 69 20 COAR 50/6^ 10 '•: ' w Well graded GRAVEL (GW -GC): Gray, fine to coarse gravel with clay. 67 36 23-50/3" ac • 15 BEDROCK: Gray, CLAYSTONE. MC 4 30-50/6" 62 43 Borehole terminated at 16.5 feet. GEOTECHNICAL SERVICES CORONA DEL MAR TRANSMISSION MAIN NEWPORT BEACH ORANGE COUNTY, CALIFORNIA Prepared for PSOMAS 3 Hutton Center Drive, Suite 200 Santa Ana, California 92707 Prepared by Hushmand Associates, Inc. 250 Goddard Irvine, California 92618 hai@hushmand-associates.com (949)777-1266 June 2012 JjMjj:USHMAND ASSOCIATES, INCORPORATED Geotechnical, Earthquake and Environmental Engineers Geotechnical Investigation Corona Del Mar Water Transmission Main Newport Beach, California Report No. PCE -12-001 has been prepared for: PSOMAS 3 Hutton Center Drive, Suite 200 Santa Ana, California 92707 June 26, 2012 9P Nitha R. Nitharsan, MS, EIT Staff Engineer II 1 3astani, PhD, PE, GE 2458 Vice President, Principal Engineer 250 Goddard Irvine, California 92618 (949) 777-1206 Fax (949) 777-1276 www.hushmand- associates .corn TABLE OF CONTENTS 1.0 INTRODUCTION............................................................................................................1 1.1 Project Description.............................................................................................1 1.2 Scope of Services...............................................................................................1 2.0 FIELD INVESTIGATION AND LABORATORY TESTING...........................................................2 2.1 Field Investigation..............................................................................................2 2.2 Laboratory Testing.............................................................................................3 3.0 GEOLOGIC AND GEOTECHNICAL FINDINGS......................................................................4 3.1 Geology............................................................................................................4 3.2 Subsurface Conditions........................................................................................4 3.3 Groundwater..................................................................................................... 5 3.4 Faulting and Seismicity.......................................................................................6 3.5 CBC Site Coefficient............................................................................................6 3.6 Liquefaction.......................................................................................................7 3.7 Landslides.........................................................................................................7 3.8 Lateral Spread...................................................................................................7 3.9 Earthquake -Induced Settlement...........................................................................8 3.10 Response of Buried Pipelines Subject to Earthquake effects......................................8 3.11 Soil Compressibility............................................................................................8 3.12 Expansion Potential............................................................................................9 3.13 Corrosivity and Chemical Attack Resistance...........................................................9 4.0 CONCLUSIONS AND RECOMMENDATIONS....................................................................... 11 4.1 Site Preparation............................................................................................... 11 4.2 Excavatability, Excavation Stability and Shoring Requirements ............................... 11 4.3 Settlement...................................................................................................... 12 4.4 Pipe Bedding and Pipe Zone Backfill.................................................................... 12 4.5 Trench Zone.................................................................................................... 13 4.6 Lateral Earth Pressure for Retaining Structures..................................................... 13 4.7 Vault Foundation.............................................................................................. 14 4.8 Pipe Jacking.................................................................................................... 14 4.9 Existing Utilities............................................................................................... 15 4.10 Pavements...................................................................................................... 15 4.11 Plans, Specifications, and Construction Review ..................................................... 16 4.12 Geotechnical Observation and Testing of Earthwork Operations ............................... 16 4.13 Disposal of Contaminant Soil............................................................................. 17 5.0 LIMITATIONS............................................................................................................. 17 6.0 REFERENCES .............................................................................................................. 18 Ph&dPage i PCE -12-001 PSOMAS LIST OF FIGURES Corona Del Mar Water Transmission Mai FIGURE 1 SITE VICINITY MAP FIGURE 2a THROUGH 2d APPROXIMATE BORING LOCATIONS FIGURE 3 REGIONAL GEOLOGIC MAP FIGURE 4 SOIL PROPERTY CHARACTERIZATION DATA VERSUS DEPTH FIGURE 5 REGIONAL FAULT MAP FIGURE 6 SEISMIC HAZARD ZONE MAP - LAGUNA BEACH QUADRANGLE FIGURE 7 LATERAL EARTH PRESSURE DIAGRAM FOR RETAINING WALLS LIST OF APPENDICES APPENDIX A — LOGS OF EXPLORATORY BORINGS APPENDIX B — LABORATORY PROGRAM IMI Page ii PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main GEOTECHNICAL INVESTIGATION CORONA DEL MAR WATER TRANSMISSION MAIN NEWPORT BEACH, CALIFORNIA 1.0 INTRODUCTION This report presents the results of our geotechnical investigation for the proposed Corona Del Mar Transmission Pipeline in the city of Newport Beach, California. The approximate location of the proposed pipeline is shown on the attached Figure 1, Site Vicinity Map. Our preliminary investigation was performed in general accordance with the proposed scope of work in our proposal dated October 7, 2010. Descriptions of the project, scope of our work, site development, our investigation, and our conclusions and recommendations are provided in the following sections. 1.1 Project Description We understand that the City of Newport Beach is planning to extend the existing 30 - inch main in Pacific View Drive. Part of this work consists of approximately 8,175 feet of water pipelines at: 1. Pacific View Drive to San Miguel Drive (Approximately 275 feet); 2. San Miguel Drive from Pacific View Drive to Mac Arthur Boulevard (Approximately 1,940 feet); 3. Mac Arthur Boulevard from San Miguel Drive to Pacific Coast Highway (Approximately 3,060 feet); 4. Carnation Avenue from Pacific Coast Highway to Bayside Drive (Approximately 1,900 feet); 5. Pacific Coast Highway from Mac Arthur Boulevard to 5th Avenue (Approximately 647 feet); and 6. A vault at intersection of 5th Avenue and Pacific Coast Highway. The depth of our borings was based on the need for subsurface information to a minimum of 5 feet below the proposed water line invert rounded up to the closest multiplier of five feet. The proposed deepest pipeline invert depth is 12 feet below ground surface (bgs). 1.2 Scope of Services Our scope of services was presented in detail in our revised proposal dated October 7, 2010. To accomplish this work, we provided the following services: Obtained permits from the city of Newport Beach (Encroachment Permit No. N2012-0129). Performed pre -field activities including marking the boring locations and obtaining clearance from Underground Service Alert (USA Ticket Nos. A21310275, A21310287, A21310288, A21310291, A21310295, and A21310301). 4 Page 1 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main • Performed a field investigation, which included drilling, logging, and sampling of 8 borings. These borings were intended to obtain data to characterize the subsurface soil, collect soil samples, and determine groundwater depth. • Collected soil samples at specified interval for each borings. Modified California (MC) Ring samples were obtained during soil sampling. • Backfilled borings with compacted soil cuttings and capped them with quick set concrete patch. • Performed laboratory testing on selected samples to obtain soil properties. Testing included 1) Moisture Contents and Dry Densities, 2) Sieve analyses for soil classification, 3) Sand Equivalent tests, 4) Expansion Index tests, 5) Direct Shear Tests for evaluating shear strength of soil, 5) R -Value tests on existing materials for pavement design, and 6) Corrosion tests for sulfate and chloride contents, pH, and soil resistivity. • Performed geotechnical engineering analyses to provide recommendations regarding pipe bedding requirements, trench shoring requirements, and backfill requirements. Earthquake hazards were also addressed based on the available published data on a reconnaissance level. • Prepared this report presenting our findings, conclusions, and recommendations. Environmental services were not included as part of this study. Our scope of services did not include evaluations or recommendations regarding groundwater quality, hazardous waste, asbestos or lead abatement, or demolition/relocation of existing structures, utilities, or other facilities. 2.0 FIELD INVESTIGATION AND LABORATORY TESTING 2.1 Field Investigation Subsurface drilling exploration was performed on May 17 and May 18, 2012. Eight exploratory borings, B-1 through B-8, were drilled. We consulted PSOMAS prior to the final selection of boring locations and depths. Borings B-2 and B-6 were excavated to 21.5 feet and other borings (B-1, B-3 through B-5, B-7 and B-8) were excavated to 16.5 feet. Table 1 shows the sampling depth and sampling interval for each borings. The approximate locations of the exploratory borings are shown on Figure 2a through 2d. Table 1 - Sampling depth and intervals Boring No Depth Sampling Interval B-1 16.5 5,7.5,10,15 B-2 21.5 5, 7.5, 10, 15, 20 B-3 16.5 5.5, 10, 15 B-4 16.5 5, 10, 15 B-5 16.5 5,7.5,10,15 B-6 21.5 5, 7.5, 10, 15, 20 B-7 16.5 5, 10, 15 B-8 16.5 5, 10, 15 I hAd Page 2 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main Borings were advanced using an 8 -inch outside -diameter hollow -stem auger (HSA) with a track -mounted drill rig. Bulk, disturbed and relatively undisturbed drive samples were recovered from the test borings at direction of the HAI field engineer. The drilling firm, 2R Drilling Inc, of Chino, California, was subcontracted to drill the exploratory borings and California Barricade of Santa Ana, California provided the traffic control. Samples were taken at an specified depth for each borings as shown in Table 1. Relatively undisturbed samples of the subsurface materials were obtained using the Modified California (MC) ring sampler. The Modified California sampler has a 2.42 - inch inside diameter and a 3.0 -inch outside diameter. Samplers were driven 18 inches into the bottom of the boring as it was advanced using a 140 -pound hammer falling 30 inches, with blowcounts recorded for successive 6 -inch penetration intervals. After the samplers were withdrawn from the test borings, soil samples were carefully removed, visually inspected and classified according to the Unified Soil Classification System (USCS), sealed to reduce moisture loss, and delivered to HAI laboratory in foam boxes for further inspection, soil classification and testing. Borings were backfilled with compacted soil cuttings and capped by quick set concrete upon completion of the field investigation. Groundwater was encountered in Boring B-2 during the field investigation. Logs of exploratory borings, as well as a key to these logs, are presented in Appendix A. 2.2 Laboratory Testing Soil samples collected during field investigation were examined in our laboratory and selected soil samples were tested in HAI and HDR/Schiff laboratories to evaluate their physical characteristics, in situ conditions, classification, index and engineering properties. Laboratory tests performed included: • In-place dry density (ASTM D2937); • In-place moisture contents (ASTM D2216); • Particle size analysis (ASTM D422); • Expansion Index Test (ASTM D4829); • R -value Test (ASTM D2844); • Direct Shear Tests (ASTM D3080); and • Corrosion potential (including pH, minimum resistivity, soluble sulfates and soluble chlorides tests, in accordance with Cal DOT Standard Test Nos. 643, 417- 6 and 422). Classifications made in the field were modified as appropriate based on the laboratory test results. These modifications and the type of tests performed on the selected soil samples are reflected in boring logs in Appendix A. Laboratory test results are presented in Appendix B. 1J Page 3 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main 3.0 GEOLOGIC AND GEOTECHNICAL FINDINGS 3.1 Geology According to the USGS, (Cossette et al., 2006) geologic map of the San Bernardino and Santa Ana 30' x 60' quadrangles, the project pipeline alignments cross the following deposits (Figure 3): • Old paralic deposits, undivided (late to middle Pleistocene) Qop : Paralic deposits consisting of poorly sorted, moderately permeable, reddish -brown, interfingered strandline, beach, estuarine and colluvial deposits composed of silt, sand and cobbles. These deposits rest on now emergent wave cut abrasion platforms preserved by regional uplift. Where more than one number shown (e.g. Qop2-4) those deposits are undivided. • Old paralic deposits, Unit 2 (Qop2): Paralic deposits consisting of poorly sorted, moderately permeable, reddish -brown, interfingered strandline, beach, estuarine and colluvial deposits composed of silt, sand and cobbles. These deposits rest on the 55m Parry Grove terrace. • Old paralic deposits, Units 3-6, undivided Qop3-6 : Paralic deposits consisting of poorly sorted, moderately permeable, reddish -brown, interfingered strandline, beach, estuarine and colluvial deposits composed of silt, sand and cobbles. These deposits rest on the 22-46 m terraces. • Monterey Formation (Miocene) Tm: Siliceous and diatomaceous marine siltstone and sandstone correlated with Monterey Formation (Blake, 1856; Kew, 1923; Bramlette, 1946) of central California. Predominantly siltstone and sandstone. Interbedded white to pale brown, thinly laminated siltstone and tan, fine- to medium -grained feldspathic sandstone. Contains abundant foraminifers and fish remains; locally contains diatom fragments. In Capistrano area, lower part of Puente Formation grades laterally southward into Monterey Formation (Vedder and others, 1957). 3.2 Subsurface Conditions A graphical summary of exploratory boring field data (i.e. soil penetration resistance) and laboratory test data (i.e. soil classification and index properties) of selected soil specimens versus depth is provided in Figure 4. The soil profile specifically includes side by side plot of the following data versus depth: • Soil penetration resistance (SPT or equivalent SPT N -values). • In situ dry density, moisture content, and degree of saturation; and Particle size characteristics, namely percent of fine-grained soils (minus No. 200 sieve). The subsurface soils for each exploratory boring are summarized in the Table 2. dldtZ 4 Page 4 PCE -12-001 PSOMAS Corona'Del Mar Water Transmission Main Table 2 - Subsurface Soils Boring Asphalt Base Subsurface at Upper 5 feet No in in 5 feet and below B-1 10 10 Brown, moist, low plasticity Silty CLAY with B-8 5 feet and below some gravels B-2 4 16 Light brown, dry to moist, fine grains, very stiff Fat CLAY B-3 4.5 16 Light brown, dry, low plasticity Sandy CLAY with some coarse gravel B-4 10 g** Light brown, dry to moist, low plasticity Sandy CLAY B-5 7 12 Light brown, moist, fine sand, dense SAND with some gravels B-6 8 8 Dark brown, dry to moist, low plasticity Silty CLAY B-7 5 5 Brown, moist, low plasticity Sandy SILT with some gravels B-8 6 4 Brown, dry, fine to medium grains, dense SAND with gravels up to 3" ** Compacted Gravel Due to the nature of the subsurface material at the site, variation of subsurface soils should be expected at the subject sites. The contractor should expect stiff to very stiff and potentially dry to moist surficial silty clay to sandy clay soils at Borings B-1 through B-4, B-6 and B-7 and loose to dense sand at Borings B-5 and B-8. Project Contractor should also be aware of raveling sand potential at sandy layers along the project site as presented in our boring logs. 3.3 Groundwater Groundwater was encountered in Boring B-2 at a depth of 10.5 feet. There was also water seepage in Boring B-6, but groundwater was not encountered in the other borings. The maximum depth of the borings was 21.5 feet. The degree of saturation of subsurface soils, Figure 4, indicated that saturated or wet soils was encountered in the borings as shown in Table 3. Table 3 — Encountered Saturated and Wet Soil Deposits Boring No Depth (ft) B-1 15 B-2 5 feet and below B-3 5 feet and below B-4 5 feet and below B-7 5 feet and below B-8 5 feet and below MAJ Page 5 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main Contractor shall take the required measures and expect encountering wet soils and potentially groundwater seepage in these areas. If trenches are kept open for adequate time, groundwater may seep into the trench in these areas. Based on the report prepared by Department of Mines and Geology (CDMG, 1997) for Laguna Beach Quadrangle, the highest historic groundwater level in the project area is at a depth of about 10 feet bgs. Fluctuations in the level of the groundwater may occur due to variations in rainfall, irrigation, and other factors not evident at the time measurements were made. 3.4 Faulting and Seismicity The project site is located in the highly seismic area of southern California (Figure 5). The Newport -Inglewood fault is the closest known active fault to the pipeline alignments and located around 4.7 kilometers (2.93 miles) away from the project area. The San Joaquin Hills fault is located approximately 5.25 kilometers (3.28 miles) below the site. The San Andreas Fault is located approximately 82 kilometers (51.25 miles) from the site. Strong ground shaking from future earthquakes on these and other regional faults should be expected during the design lifetime of the proposed water transmission pipeline. The major earthquake on Newport -Inglewood fault was Long Beach Earthquake of 1933 which took place on March 10, 1933 with magnitude Mw 6.4 and was the second deadliest earthquake in California history, after the 1906 San Francisco earthquake. The fault was first identified after a 4.9 magnitude quake struck near Inglewood, California on June 21, 1920. The recent significant earthquake Mw 4.7 in 2009 occurred very close to the estimated location of the 1920 Inglewood earthquake. The Southern California Earthquake Center (SCEC) reports probable earthquake magnitudes for the main trace of the Newport -Inglewood fault to be in the range of 6.0 to 7.5. 3.5 CBC Site Coefficient Based on the blowcounts measured in our borings and site geology, we have assumed that the project sites soil profile to be So. The seismic design coefficients based on Chapter 16 of 2010 CBC are provided in Table 4. Table 4 - 2010 California Building Code Design Parameters Categorization/ Coeff icient Design Value Soil Profile Type (Table 1613.5.2) Sp Short Period Spectral Acceleration Ss* 1.83 1 -sec. Period Spectral Acceleration Si* 0.68 Site Coefficient Fa Table 1613.5.3(l)) 1.0 Site Coefficient F, Table 1613.5.3 (2)) 1.5 Short Period (MCE) Spectral Acceleration SMs` 1.83 1 -sec. Period (MCE) Spectral Acceleration SM1* 1.02 Short Period Design Spectral Acceleration Soso 1.22 1 -sec. Period Design Spectral Acceleration SDI* 0.68 Note: MCE: Maximum Considered Earthquake, ' Values obtained from USGS Hazard Program Website http://earthquake.usgs gov/research/hazmaps/design/, based on the ASCE-7 and 2006 International Building Code and site coordinates of 33.59990 and -117.8777°. RM Page 6 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main The peak horizontal ground acceleration (PHGA) at the site for the Design Earthquake, as defined by 2010 CBC (SDs/2.5), is 0.498. The results of the USGS website 2008 Interactive Deaggregations (Beta) indicate that the total hazard is primarily dominated by earthquakes with a mean magnitude (Mw) of 6.6 at a mean distance (R) of 18 kilometers (-11 miles) for a 475 -year average return period earthquake. 3.6 Liquefaction Liquefaction is a seismic phenomenon in which loose, saturated granular and fine grained non -plastic soils lose their structure/strength when subjected to high intensity ground shaking. Liquefaction occurs when three general conditions exist: 1) shallow groundwater; 2) low density nonplastic soils; and 3) high intensity ground motion. Based on the Seismic Hazards Zones Map and Report for Laguna Beach Quadrangle (CGS, 1998) the proposed water transmission pipeline segments are in a non - liquefiable zone as shown in the Figure 6. Thus, we consider the liquefaction potential of these sites to be low. 3.7 Landslides The subject of landslides is a widely encompassing subject and cannot be fully covered in a brief summary; however, landslides are downslope motions of conglomerations of earth materials or bedrock or combinations of both. Landslides as a more defined unit and are similar to slumps, but are on a larger scale. They can move in a translational movement or rotational settlement or motion. It occurs because of the loss of ability of earth materials to maintain their integrity at a specific gradient and settle or deform into a lesser gradient or position of greater equilibrium. The internal strength of the material is lost and the material settles into a form where the mass is centralized on the downhill side of motion. Landslides are usually associated with water because of water increasing the unit weight and decreasing the internal strength of the materials. The chance of a landslide occurring are increased by increases in slope gradient, looseness of materials, unfavorable bedding (out of slope), clay content of the bedrock, underground springs, unfavorable slope orientation with existing fault boundaries, human disturbance of the landslide or its boundaries, rise of groundwater, earthquake forces helping to mobilize the mass, looseness of materials in situ, increases in water content and disturbance of the lateral confining forces and/ or the toe of a slope. According to CGS (1998), the proposed water transmission pipelines are not in a potential Earthquake -Induced Landslides zone. Due to the relatively low relief of the project site, the potential for landslide is considered to be low. 3.8 Lateral Spread Lateral spreading typically occurs as a form of horizontal displacement of relatively flat -lying alluvial material toward an open or "free" face such as an open body of water, channel, or excavation. In soils this movement is generally due to failure along a weak plane, and may often be associated with liquefaction. As cracks develop within the weakened material, blocks of soil displace laterally towards the open face. Cracking and lateral movement may gradually propagate away from the face as blocks continue to break free. Generally, failure in this mode is analytically M']i Page 7 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main unpredictable, since it is difficult to determine where the first tension crack will occur. Empirical relationships have been derived by Youd and others (Youd, 1993; Bartlett and Youd, 1995; Youd et al., 1999; Youd et al., 2002; and Bardet et al., 2002) to estimate the magnitude of lateral spread due to liquefaction. These relationships include parameters such as earthquake magnitude, distance of earthquake from the site, slope height and angle, the thickness of liquefiable soil, and gradation characteristics of the soil. Due to the low liquefaction potential, the susceptibility to earthquake -induced lateral spread is expected to be low. 3.9 Earthquake -Induced Settlement Granular soils tend to densify when subjected to shear strains induced by ground shaking during earthquakes. Simplified methods were proposed by Tokimatsu and Seed (1987) and Ishihara and Yoshimine (1992) involving SPT N -values. These methods were not utilized to estimate potential earthquake -induced settlements due to the shallow depth of our investigations. Since liquefaction potential of these sites is low, potential earthquake -induced settlements is expected to be low in the area. 3.10 Response of Buried Pipelines Subject to Earthquake effects For buried pipelines, seismic hazards can be classified as being either wave propagation hazards or permanent ground deformation hazards. There have been some events where pipe damage occurred due only to wave propagation. An example of this type of pipe damage was observed in Mexico City by the 1985 Michoacan Earthquake. More typically, pipeline damage is due to a combination of hazards. O'Rourke et al. (1985) noted that roughly half the pipe breaks in the 1906 San Francisco event occurred within liquefaction -induced lateral spreading zones while the other half occurred over a somewhat larger area where wave propagation was apparently the prominent hazard. That is, permanent ground deformation damage typically occurs in isolated areas of ground failure with high damage rates while wave propagation damage occurs over much larger areas, but with lower damage rates (O'Rourke and Liu, 1999). The location of these alignments is in the vicinity of major active fault zones; therefore, the pipeline will potentially be subject to damage due to probable seismic wave propagation and earthquake -induced permanent ground deformations during their design lifetime. 3.11 Soil Compressibility Based on our field exploration and laboratory testing, the subsurface material consisted of moist medium stiff silty clay at Boring B-1, dry to moist stiff silty clay to clay at B-2, dry to moist medium to very stiff silty clay at B-3, dry to moist medium to very stiff silty clay to sandy fat clay at B-4 and dry to moist medium dense sand at B-5 and B-6, moist medium stiff silty clay to moist dense sand at the bottom at B-7 and dry dense well graded gravel to claystone at the bottom at B-8. The silty soils may have medium to high compressibility when subjected to additional load. "Ai Page 8 PCE -12-001 PSOMAS Del Mar Water Transmission Main Unsaturated sandy soils may also collapse if they are subject to water. The magnitude of subsidence is difficult to quantify and depends upon various factors such as total thickness, aerial extent, proximity to groundwater table, stress history, disturbances during construction, and future loading changes. Soil compressibility will be reduced if the recommendations presented in this report are implemented. 3.12 Expansion Potential Expansion Index tests (ASTM D4829) performed on three (3) representative samples collected during our subsurface investigation. Based on the test results, Sample -1 (Boring B-3 at 0-5 feet bgs), Sample -2 (Boring B-4 at 0-5 feet bgs), and Sample -3 (Boring B-7 at 0-5 feet bgs) have expansion indices of 53, 16 and 4, respectively. According to the 2010 California Building Code if the expansion index is greater than 20, soils shall be considered expansive when they are in compliance with all of these: Plasticity index (PI) greater than 15 (ASTM D4318); More than 10 percent of the soil particles pass a No. 200 sieve (ASTM D 422); and More than 10 percent of the soil particles are less than 5 micrometers in size (ASTM D 422). Taking into consideration the results of our tests, the encountered Clayey soils at Borings B-1 through B-4 are considered expansive. 3.13 Corrosivity and Chemical Attack Resistance To evaluate the corrosion potential of the subsurface soils at the site we submitted one representative soil sample collected during our subsurface investigation at the depth of pipeline for each boring (total of eight (8) samples) to an analytical laboratory for pH, soluble sulfate and chloride content testing. The results of these tests are summarized below in Table 5. Table 5 - Results of Corrosivity Testing Sample No. Depth (feet) Chloride (mg/kg) Sulfate (mg/kg) pH Resi: (ohn B-1 11.0- 11.5 18 60 8.7 3, B-2 10.5- 11.0 1,072 813 8.1 4 B-3 6.0-6.5 15 100 8.1 9 B-4 5.5-6.0 6.9 41 8.0 1,1 B-5 8.0-8.5 5.2 3,565 8.0 1,; B-6 8.0-8.5 18 72 8.8 3,1 B-7 5.5-6.0 6.4 39 8.2 1,! B-8 5.5-6.0 30 1,109 7.9 1,7 Note: mg/kg = milligrams per kilogram Many factors can affect the corrosion potential of soil including soil moisture content, resistivity, permeability and pH, as well as chloride and sulfate concentration. In Page 9 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main general, soil resistivity, which is a measure of how easily electrical current flows through soils, is the most influential factor. Based on the findings of studies presented in ASTM STP 1013 titled "Effects of Soil Characteristics on Corrosion" (February, 1989), the approximate relationship between soil resistivity and soil corrosiveness was developed as shown in Table 6 below. Table 6 - Relationship between Soil Resistivity and Soil Corrosivity Soil Resistivity ohm -cm Classification of Soil Corrosiveness 0 to 900 Very Severe Corrosion 900 to 2,300 Severely Corrosive 2,300 to 5,000 Moderately Corrosive 5,000 to 10,000 Mildly Corrosive 10,000 to 100,000 Very Mildly Corrosive Chloride and sulfate ion concentrations, and pH appear to play secondary roles in affecting corrosion potential. High chloride levels tend to reduce soil resistivity and break down otherwise protective surface deposits, which can result in corrosion of buried metallic improvements or reinforced concrete structures. Sulfate ions in the soil can lower the soil resistivity and can be highly aggressive to Portland cement concrete by combining chemically with certain constituents of the concrete, principally tricalcium aluminate. This reaction is accompanied by expansion and eventual disruption of the concrete matrix. Potentially high sulfate content could also cause corrosion of the reinforcing steel in concrete. The 2010 California Building Code (CBC), referring to ACI 318, provides requirements for concrete exposed to sulfate -containing solutions as summarized in Table 7. Table 7 - Relationship between Sulfate Concentration and Sulfate Exposure Water -Soluble Sulfate (SO4) in soil (ppm) Classification of Soil Corrosiveness 0 - 150 Negligible 150 - 1,500 Moderate 1,500 - 10,000 Severe >10,000 Very Severe Acidity is an important factor of soil corrosivity. The lower the pH (the more acidic the environment), the higher will the soil corrosivity with respect to buried metallic structures. As soil pH increases above 7 (the neutral value), the soil is increasingly more alkaline and less corrosive to buried steel structures due to protective surface films which form on steel in high pH environments. A pH between 5 and 8.5 is generally considered relatively passive from a corrosion standpoint. As shown in Table 5, the measured soil resistivity results were between 415 and 3,140 ohm -centimeters. In our opinion, based on the field resistivity results shown in Table 5 and the resistivity correlations presented in Table 6, it appears that the corrosion potential of buried metallic improvements may be characterized as moderately to very severely corrosive. Based on our previous experience and Table No. 4.3.1 of the 2010 CBC, in our opinion, sulfate exposure of Portland Cement Concrete (PCC) and chloride exposure of metals may be considered negligible except MPage 10 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main at Borings B-2, B-5 and B-8. We recommend consulting a corrosion specialist for further recommendations for corrosion potential and protection. 4.0 CONCLUSIONS AND RECOMMENDATIONS The discussions and recommendations presented in the following sections are based on our understanding of the proposed project requirements, the results of our geotechnical investigation, and our professional judgment. It is our opinion that based on the above-cited geotechnical findings, the sites are suitable for construction of the proposed improvements, provided that the recommendations in this report are followed, and onsite construction observations and field testing are performed. 4.1 Site Preparation Prior to construction, the site should be cleared of all above -ground obstacles and structures. Existing utility and irrigation lines should be protected in-place, rerouted, or removed if they interfere with the proposed construction. The resulting cavities from removal of utility lines should be properly backfilled and compacted. 4.2 Excavatability, Excavation Stability and Shoring Requirements Contractor should review our borings to evaluate the suitable earthmoving equipment for this project. High to very high blowcounts were encountered in our borings. Therefore excavation difficulties may be encountered especially for deep excavation and jack and bore operation. Some gravels, cobbles, and potentially boulders should be expected during excavation and jack and bore operation. Caving and raveling of granular soils should be expected along the alignment. Excavations deeper than 4 feet should be either laid back or shored according to appropriate jurisdiction regulations before personnel are allowed to enter. In addition, special care should be taken for excavations near existing improvements to ensure the integrity of the existing improvements are not impacted. Since most of the pipe invert depths are greater than 4 feet and the potential for raveling soils is present, and there is an apparent physical restriction on the lateral land for trench layback along the alignments, shoring is recommended. This also applies to shallow excavations where the depth of the excavation is less than 5 feet. Typical cantilever shoring should be designed based on an active fluid pressure of 42 pcf. If excavations are braced at the top and at specific design intervals, the active pressure may then be approximated by a rectangular soil pressure distribution with the pressure per foot of width equal to 27H, where H is equal to the depth of the excavation being shored. The geotechnical consultant of record should review the contractors shoring design prior to implementation. Surcharge loads within a 1:1 (horizontal: vertical) plane extending up from the base of the excavation should be included in the design lateral pressures by taking 35 percent of the surcharge pressure applied as a uniform load along the shoring system. EPage 11 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main 4.3 Settlement Interbedded soft and/or loose layers exist below the proposed pipe locations. These layers will be subject to settlement if the existing stress conditions are altered during construction or altered permanently. Therefore, we recommend the following measures to minimize the settlement. • Trenching should be performed in short (less than 200 feet) sections to reduce sand -raveling potential that may cause trench subsidence. Each 200 -foot section should be properly shored prior to excavation of the next segment. • Groundwater was not encountered during our investigation except at Boring B-2. Saturated and wet subsurface soils were encountered during our field investigations. If dewatering is necessary, well -point system should not be utilized without first consulting with the project geotechnical engineer. • If open grade rock, crushed slag base, or any gap graded material is used around the pipe and within any portion of trench backfill, it should be separated from surrounding finer -grained material by installation of filter fabric, such as TCMirafi 140N or equivalent, to reduce potential piping and settlement. • Long-term storage of excess earth material or equipment along the top of the excavation should be avoided within a 1:1 (horizontal: vertical) projection from the base of the trench. 4.4 Pipe Bedding and Pipe Zone Backfill Pipe bedding should extend to a depth of at least 12 inches or pipe manufacturer's recommendation below the pipeline invert and the shading should extend from the top of the bedding to a height of at least 12 inches over the top of the pipeline or pipe manufacturer's recommendation. In addition, there should be a range of 6 to 8 inches of pipe zone backfill material on either side of the pipe. The bedding and shading material may consist of compacted, free draining sand, gravel, or crushed rock that meets the gradation and compaction requirements of the Greenbook, latest edition. If open grade rock or crushed slag base is used around the pipe and within any portion of trench backfill, it should be separated from surrounding finer -grained material by installation of geo-filter fabric. Using a uniform material for bedding and shading is recommended. The bedding material should be compacted to a minimum relative compaction of 95 percent per ASTM D1557 (Modified Proctor). Backfilling should be carried on simultaneously on each side of the pipe to ensure proper protection of the pipe. The bedding layer should be supported on firm, competent material, as determined by the project geotechnical engineer. Disturbed, soft materials at the excavation bottom should be removed to expose firm native material per the project geotechnical engineer recommendations. If firm material is not encountered, the upper 2 feet of the onsite soils below the pipe bedding should be removed and recompacted to at least 90 percent of the maximum dry density and to the optimum moisture content per ASTM D1557 (Modified Proctor). If compaction of the native soils below the bedding material is not feasible at any location, a 12 -inch thick layer of crushed rock wrapped in geofabric should be placed below the pipe bedding. Questionable areas should be reviewed individually by the 4 Page 12 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main project geotechnical engineer to evaluate and recommend corrective measures, as necessary. Field density testing should conform to ASTM D2922 (In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods [Shallow Depth]) and D1556 (Sand Cone). Tests should be taken at a minimum of every 2 vertical feet of fill placed and every 200 feet of length, or at a frequency otherwise specified by the local regulations, whichever is stricter. Actual test intervals may vary with field conditions. Pipes that are deeper than 5 feet traffic. Casing of the pipeline may feet. A modulus of soil reaction recommended for estimating initial are followed. 4.5 Trench Zone should be able to handle stresses due to moving be necessary if pipes are placed shallower than 5 (E') of 600 pounds per square inch (psi) is pipe deflections, wherever our recommendations Clean onsite soils may be used as compacted structural fill provided they are free of organic material, construction debris, and no more than 15 percent rocks greater than 3 inches in diameter. Onsite soils should be placed in thin, loose lifts not more than 8 inches in thickness or per Greenbook requirements, moisture -conditioned to approximately f2 percent of wet of the optimum moisture content, and compacted to at least 90 percent of the maximum dry density per ASTM standard designation D1557 (Modified Proctor Test, latest edition). If onsite soils are wet and/or difficult to compact, clean "granular" soils (sands, gravelly sands, sandy gravels, and gravels) may be imported to the site. Any import soil should be approved by the project geotechnical engineer prior to its placement as fill. Clean "granular" soils should be placed in loose lifts not more than 8 inches in thickness, moisture - conditioned to approximately the optimum moisture content, and compacted to at least 95 percent of the maximum dry density per ASTM standard designation D1557. Import soils should not contain more than 15 percent rocks greater than 3 inches in diameter. Placement of backfill should be observed by the project geotechnical engineer or his representative in the field and tested for compliance with the recommended relative compaction and moisture conditions. Field density testing should conform to ASTM Test Procedures D2922 (Nuclear Gauge), D3017 (Moisture Content) and D1556 (Sand Cone). Tests should be taken at a minimum of every 2 vertical feet of fill placed and every 200 feet of length, or at a frequency otherwise specified by the local regulations, whichever is stricter. Backfill found not to be in conformance should be removed or recompacted as recommended by the project geotechnical engineer. Densification by water jetting within the trench zone is not recommended. During removal of the shoring system, gaps should be filled and compacted. Based on the laboratory test results, the site subsurface materials generated from excavation are considered suitable to be used as backfill in the trench zone, provided that the backfill is free of vegetation, debris, organic materials, deleterious materials and particles greater than 3 inches in their largest dimension. 4.6 Lateral Earth Pressure for Retaining Structures Retaining walls should be designed to resist lateral pressures with equivalent fluid pressures as illustrated on Figure 7 for walls free to rotate (freestanding walls) and MJ Page 13 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main restrained (basement, pit, and tunnel walls) conditions. These pressures assume a level surface behind the wall for a distance greater than the wall height, select granular backfill, and a positive drainage system behind the wall. Active pressures are mobilized through the backfill movements and equivalent wall movement; therefore, if limited soil movement behind the walls is desired, the restrained pressures should be considered. It should be noted that these recommendations are provided only for the retaining walls of the proposed improvement to the maximum height of 8 feet, and drained conditions above the groundwater table. Lateral loads can be resisted by an allowable passive soil pressure as outlined on Figure 7. In addition, a friction coefficient between the concrete and compacted fill can be used in combination with half of the passive pressures to resist lateral loads. If wall rotation (o/H) is smaller than 0.04, a factor of safety of 2.5 should be applied to the passive pressures. The upper one foot of passive resistance should be neglected unless the soil is confined by pavement or slab. The coefficient of friction should be applied to net dead normal loads only. Base coefficient of friction of 0.35 may be used to estimate the base lateral resistance. Heavy construction loads, such as those resulting from stockpiles and heavy machinery, should be kept a minimum distance of 10 feet or retaining wall height, whichever is greater, from the retaining wall unless these surcharges are considered in the design of the retaining walls. 4.7 Vault Foundation The vault should be supported on a minimum of 1 foot of engineered fill, removed and recompacted to 90 percent relative compaction per ASTM D1557. If native soils are too wet to compact, the 1 foot engineered fill may be replaced by 1 foot of crushed rock wrapped by geofabric. Based on laboratory tests and anticipated subgrade condition, an allowable bearing capacity of 3,000 pounds per square foot may be used for design of the vault foundation embedded approximately 10 feet below adjacent level ground. Lateral earth pressures provided in Section 4.6, Lateral Earth Pressure for Retaining Structures, may be used for the vault design. The above lateral passive soil resistance and sliding coefficient are ultimate values and should be divided by a factor of safety of 2 to 3 and 1.5 to 2, respectively to derive allowable values. 4.8 Pipe Jacking As informed by PSOMAS, there is one potential location (near Boring B-6) where jack and bore would be necessary for construction of the proposed pipeline. The contractor should review this report and our boring logs to confirm that jack and bore is feasible. The Contractor should also expect dense to very dense sand and potentially gravels and minor cobbles in this location. The passive earth pressure developed at the location of the thrust block may provide material support during jack and bore operations. The ultimate passive resistance for design of the thrust blocks may be determined from the recommended lateral earth pressures in Section 4.6. A factor of safety of 2.5 should be included in the design of any thrust blocks. Mki Page 14 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main We have assumed that pipe jacking, if implemented, will be performed within the upper 20 feet of soil where mostly granular materials are present. Should conditions change, please contact this office for further recommendations. 4.9 Existing Utilities The proposed water pipelines will be located near to and/or cross several existing utilities. The contractor should exercise care not to disturb these utilities and to support them during construction. Compacting backfill above the pipe zone could be detrimental to surrounding utilities; we recommend a weak slurry mix (minimum of 100 psi compressive strength) to be used for the backfilling operations wherever soil compaction is not feasible. These areas should be limited to zones between two pipes and not exceeding 2 feet on either side of the crossing. 4.10 Pavements Six Traffic Indices of 5 through 10 were considered for the pavement design. These values correspond to light traffic to traffics consisting of some heavy trucks. R -value tests were performed on the sandy clay encountered in Borings B-4 and B-6, and Sandy Silt material encountered in Boring B-7. The R -values of the subsurface soil material were 27, 23 and 38, respectively. The R -value of 20 was adopted in our analysis for the sandy clay soils for the San Miguel Drive, Mac Arthur Boulevard and Carnation Avenue stretch and 35 was adopted for Dahlia Avenue, assuming the onsite soil is used as subgrade. We recommend that additional R -value test to be performed during trench backfilling to confirm the adopted value. Using the mentioned traffic indices for various pavement -loading requirements, we developed the following recommended pavement sections presented in Table 8 and Table 9. Table 8 - Pavement Design Recommendations (R -value= 20) for Mac Arthur Boulevard, San Miguel Drive, Carnation Avenue and Pacific Coast Highway Traffic Index (TI) 5 6 1 7 1 8 9 10 Asphaltic Concrete (AC) * Over Aggregate Base Class II (AB -II) * Minimum Thickness inches 3.0 8.5 3.5 10.5 4.5 12.5 5.0 14.5 6.0 16.5 6.5 18.5 Full Depth Asphalt (AC) 6.5 8.0 9.5 11.0 12.5 14.5 Material to be selected per Caltrans Standard Specifications, Latest Edition dla Page 15 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main Table 9 - Pavement Design Recommendations (R -value= 35) for Dahlia Avenue Traffic Index (TI) 5 6 7 8 9 10 Asphaltic Concrete (AC) * Over Aggregate Base Class II (AB -II) * Minimum Thickness inches 3.0 6.0 3.5 7.5 4.5 9.0 5.0 10.5 6.0 12.0 6.5 13.5 Full Depth Asphalt (AC) 5.5 7.0 8.0 9.5 11.0 12.0 Material to be selected per Caltrans Standard Specifications, Latest Edition The stability of compacted pavement subgrade soils will be reduced under conditions of increased soil moisture. Therefore, base course or pavement materials should not be placed when the surface is in a wet condition. Adequate surface drainage should be provided away from the edge of paved areas to reduce lateral moisture intrusion to the subgrade. Asphaltic concrete surfacing should be placed as per California Department of Transportation (Caltrans) Standard Specifications. The upper 2 feet of pavement subgrade below aggregate base and the aggregate base should be compacted to a minimum of 95 percent relative compaction. For the full depth asphalt option, the upper 2 feet of the pavement subgrade should be compacted to a minimum of 95 percent relative compaction. 4.11 Plans, Specifications, and Construction Review Because subsurface conditions may vary from those predicted by relatively small diameter, widely spaced borings, and to check that our recommendations have been properly implemented, we recommend retaining HAI to i) review final construction plans and specifications and ii) observe the earthwork and pipeline construction. Also, geotechnical conditions can be affected by the construction process. For the above reasons, our geotechnical recommendations are contingent upon our firm providing geotechnical observation and testing services during construction. 4.12 Geotechnical Observation and Testing of Earthwork Operations All excavation and backfilling should be performed under the observation and testing of the geotechnical consultant during the following stages: • Trench excavation; • Shoring; Placement of bedding and backfill; Shoring removal; Placement of base; Pavement capping; and When any unusual or unexpected geotechnical conditions are encountered. 4 Page 16 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main 4.13 Disposal of Contaminant Soil If contaminated soils are encountered during excavation, they should be disposed properly. Disposal of any contaminated soil or water should be in accordance with the local and county guidelines and jurisdictions. 5.0 LIMITATIONS This report has been prepared for the sole use of PSOMAS and City of Newport Beach, specifically for design of the proposed Corona Del Mar Water Transmission Main. The opinions presented in this report have been formulated in accordance with accepted geotechnical engineering practices that exist in the southern California at the time this report was written. No other warranty, expressed or implied, is made or should be inferred. The opinions, conclusions and recommendations contained in this report are based upon the information obtained from our investigation, which includes data from widely separated discrete locations, visual observations from our site reconnaissance, and review of other published geotechnical data, along with local experience and engineering judgment. The recommendations presented in this report are based on the assumption that soil and geologic conditions at or between borings do not deviate substantially from those encountered or extrapolated from the information collected during our investigation. We are not responsible for the data presented by others. The recommendations apply to the specific project discussed in this report; therefore, any changes to the proposed project should be provided to us so we may review our conclusions and recommendations and make necessary modifications. We should be retained to review the geotechnical aspects of the final plans and specifications for conformance with our recommendations. The recommendations provided in this report are based on the assumption that we will be retained to provide observation and testing services during construction to confirm that conditions are similar to that assumed for design and to form an opinion as to whether the work has been performed in accordance with the project plans and specifications. If we are not retained for these services, HAI cannot assume any responsibility for any potential claims that may arise during or after construction as a result of misuse or misinterpretation of HAI's report by others. Furthermore, HAI will cease to be the Geotechnical -Engineer -of -Record if we are not retained for these services and/or at the time another consultant is retained for follow up service to this report. The opinions presented in this report are valid as of the present date for the property evaluated. Changes in the condition of the property will likely occur with the passage of time due to natural processes and/or the works of man. In addition, changes in applicable standards of practice can occur as a result of legislation and/or the broadening of knowledge. Furthermore, geotechnical issues may arise that were not apparent at the time of our investigation. Accordingly, the opinions presented in this report may be invalidated, wholly or partially, by changes outside of our control. Therefore, this report is subject to review and should not be relied upon after a period of three years, nor should it be used, or is it applicable, for any other properties. M Page 17 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main 6.0 REFERENCES ASTM Standards, 2006, Section Four: Construction, Volume 04.08, Soil and Rock (I): D420—D5611. Bardet, J. P., Tobita, T., Mace, N., and Hu, J., 2002, Regional Modeling of Liquefaction -induced ground deformation, Earthquake Spectra, Vol. 18, No. 1, pgs. 19-46 Bartlett, S.F. and Youd, T.L., 1995, Empirical Prediction of Liquefaction -Induced Lateral Spread: Journal of Geotechnical Engineering, Volume 121, No. 4. California Department of Transportation (Caltrans), Highway Design Manual, 2006. California Building Standards Commission and International Conference of Building officials, 2010, 2010 California Building Code. California Geological Survey (Division of Mines and Geology), 1998, Seismic hazard zone report for the Laguna Beach 7.5 -minute quadrangles, Orange County, California: Seismic Hazard Zone Report 13. Cossette et al., 2006, Geologic Map of the San Bernardino and Santa Ana 30' x 60' quadrangles, California, United States Geological Survey, Open file report 2006-1217 Blake, W.P., 1856, Notice of remarkable strata containing the remains of Infusoria and Polythalmia in the Tertiary formation of Monterey, California: Acad. of Nat. Sciences Philadelphia Proc., v. 7, p. 328-331. Bramlette, M.N., 1946, The Monterey formation of California and the origin of its siliceous rocks: U.S. Geol. Survey Prof. Paper 212, 57 p. Kew, W.S.W., 1923, Geologic formations of a part of southern California and their correlation: Amer. Assoc. Petroleum Geologists Bull., v. 7, p. 411-420. Hart, E.W. and Bryant, W.A., 1999, Fault -Rupture Hazard Zones in California, Alquist- Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zones Maps, California Division of Mines and Geology Special Publication 42, 38 p. Ishihara, K. and Yoshimine, M., 1992, Evaluation of Settlements in Sand Deposits Following Liquefaction during Earthquakes: Soils and Foundations, Volume 32, No. 1, pp. 173-188. O'Rourke, M.J. and Liu, X., 1999, Response of Buried Pipelines Subject to Earthquake Effects, Published by Multidisciplinary Center for Earthquake Engineering Research, Monograph Series No. 3. O'Rourke, T.D., Grigoriu, M.D., and Khater, M.M., 1985, A State of the Art Review: Seismic Response of Buried Pipelines, in C. Sundararajan (editor), Decade of Progress in Pressure Vessel Technology: ASME. khki Page 18 PCE -12-001 PSOMAS Corona Del Mar Water Transmission Main Seed, H.B., Tokimatsu, K., Harder, L.F., and Chung, R.M., 1985, Influence of SPT Procedures in Soil Liquefaction Resistance Evaluations, Journal of the Geotechnical Engineering, Volume 111, No. 12, pp. 1425-1445. Tokimatsu, K. and Seed, H.B., 1987, Evaluation of Settlements in Sands Due to Earthquake Shaking: Journal of Geotechnical Engineering, Volume 113, No. 8, pp. 861-878. United States Geological Survey, 2008, Probabilistic Seismic Hazard Deaggregation, Interactive Deaggregation. Youd, T.L., 1993, Liquefaction -Induced Lateral Spread Displacement, NCEL Technical Note 1862, Naval Civil Engineering Laboratory, Port Hueneme, California. Youd, T.L., Hanson C.M., and Bartlett, S.F., 1999, Revised MLR Equations for Predicting Lateral Spread Displacement, Proceedings of the 7th U.S.-Japan Workshop on Earthquake Resistant Design of Lifeline Facilities and Countermeasures Against Soil Liquefaction,November 19, 1999, pp. 99-114. Youd, T.L., and Idriss, I. M., 2001, Liquefaction Resistance of Soils: Summary Report from the 1996 NCEER and 1998 NCEER/NSF Workshops on Evaluation of Liquefaction Resistance of Soils, ASCE Journal of Geotechnical and Geoenvironmental Engineering, Vol 127, No. 10, October, 2001. Youd, T. L., Hanson C. M., and Bartlett, S. F., 2002, Revised Multi Linear Regression Equations for Predicting Lateral Spread Displacement, Journal of Geotechnical and Geoenvironmental Engineering, ASCE, Vol. 128, No. 12, pgs. 1007-1017 HUM Page 19 PCE -12-001 FIGURES 3 •a ` 1 i0 S _ O s y r �t .z ��x FernUBtN�� �.• .. ,.. � f` I .rT a4 7 -Poo pi lz ul i 'CHEEN�EET N0. 9 ®Qo w Ol 'ON 133HS 33S 00'00+119 'VIS 3Nn HO1VW TP 1 Q J W D C7 6 'ON 133HS 33S 00'00+99 'V1S 3Nf1 HO1VP1 j 5 1 1 g I � I f i 00'00+9q 'VIS 3NIl HO1VW L 'ON 133HS 33S 0 Ir J 0 m Ir D U Q bn N w z �o �U O � �z �z 0 �a 8 'ON 133HS 33S 00'00+94 VIS 3Nn HO1VW L 'ON 133HS 33S c 00'00+L£ 'VIS 3Nn HXVW 1 t 1 c UOQ SS � HW j GV U 1- E W N 1; 8 1 W 1 i Z Icc cn I , m cl I I m I m /1 _ o bL 8 � C Nn OOoO 00'OOq+Ln VIS 3N33SO1VW *OH-vis 3V \ C3 � Y H'1SV 335101 VN , ` N z wo NF �U yq 0 a 5 'ON 133HS 33S a C7 00'00+6L 'VIS 3Nn HUM t c -... _. I N Ot r _ m R� NW U � ' � t • z c L � W 2 1 1 1 > •�/ �// ....... _ V I � Z Q a 00 ! F I V 3 I � U LTJ 1� I• (� I a ! \ s Q OQ 1 c 86g$ ZF�� II r:= \ a6 z wo NF �U yq 0 a 5 'ON 133HS 33S a C7 00'00+6L 'VIS 3Nn HUM t c -... _. I N Ot r _ m R� NW U � ' � t • z c L � W 2 1 1 1 > •�/ �// ....... _ V I � Z Q a 00 ! F ti G AN U OC T O too ♦.' a a+ (�. 00 O O T N N ay. N O O O Q C p p Id p .�. .F .O 0NO 'NOU NGN N UtiA yU0 NN C�. W N .R.0. gU - Gq C w u kOO O C0 A T T y T d P. N P. •C '00 O G. O O q .� O Y F-' p N a0.. N N � � p � p O � p O � � T � y � � y CO O � � � � O• ,� W a o A P. o o y d a aa d G d d d F F F F F F [- Q F— u LL m •� o C c N V1 m •G N 00 • e O T a '• • � K v / • • 41 p LL r � C Q d 6 U C E - p d U) •� Om m • ul DU u w z 0 H a N ax �NMq'1?«?NaQ m m m m m m m m iTiH W Q U Z QA W *AU+•♦XO a J U � ? aF 0 a � v a C, M U ` o OC N N C O e w 2 c F QY p� 3 Qw O� O O O jo O •� O V N a y O o 0 LO C � C O V c M 3 N A N O O O V O L n � O V ja o � rn 0 0 co j o o !Ua �3ao >o v 'a m o ilE W N O O O b O h (y) y;da4 - 4 u ° m 3 E v w r ,.. T h.. `o _ u v u G m E = n m E h n v m LL O E13 � LL W -5 _II IIlIj b o 6 a v v J 5 c a � Liquefaction Areas whore histork occuneoce of lique"abn, or local geologkall geolechnkal and groundwater conditions indkate a potential for permanent ground disptacemenn such that mitlgatkn as deRned in Public Resources Code Section 2693(4 would be required. Earthquake -Induced landslides SCALE: Areas where previous occurrence of landslide movement, or local . topographic. geological, geotechnical and subsurface waterconditlons Indicate a potential for penronent ground displacements such that + o , mhlgatlon as defined In Public Resources Code Section 2693(c) would be required. SOURCE: Seismic Hazard Zone Map Laguna Beach 7.5 -minute Quadrangle, California Geological Survey, 1998 Project No. Corona Del Mar Transmission Main SEISMIC HAZARD ZONE MAP— PCE-12-001 Newport Beach, California Figure LAGUNA BEACH HUSHMAND ASSOCIATESINC. 6 HA4 Geotechnical QUADRANGLE and Earthquake Enngineers E > w En v •- L = m m L p C v a > p .m m O y2 vi N m m r✓hh 3 o V _ o = v a i z � � O -� I O a a I�I ° x � II _ MI LL E __ (A Q L o L v T a .0 m a cn III � Q) N E s ..~I w v o w� op N = m Ln o O T v Ol w 6 O Y n 6 V Q E j - v t =t F-1 W W U m E vm ° °)a)� V M� L C n N a O w "O W I- U m > ISI N N y A III_fu m � 0 m L � n N N - 6 n- N L F L C m V .. 41 p n m w m O O W E 2 N OC c; WLL + L > p L m u0- c U V LL m U S C 1!1 v au_. o N� i, > y m aN� 0, �� =�•L N U, p q7 Q m COL III �Uck� fuvm 40 p Q. c Lmvo a'n3 + v ov vc v s = as C rn m � u In � °m •p o: Ln N (A M L(1 (0 ,c r o m cn '0 t = C7 iOOpLLJ 7 . L m �U.L_^ -� 3u oO �1 Np n 3 r Z {3H + + uOj -0,,Q > FA L GJ==N N = `a a`��=o m �a,= O o�v-,� as �= II I1 0 a En - v p p • -III L 6' O' Ln ioddNNy N i+ E w� M N -fa LU au), mho= nr II—I -III_ c2Ln M m po oaom m m L v C N v I o> M _ ai II II II II II m o m m - v -III- Jadali �w>u �o urn w I_I MCL C,:= N a v m E o m a a L o N C n O C y 0-0 C L m C O r cnu M fa (/1 m a" v n v ami G 01v ¢aa ,LLz Q @ Z L .-I N M n 4 lf) t0 aL-+ APPENDIX A LOGS OF EXPLORATORY BORINGS SOIL CLASSIFICATION SYSTEM - ASTM D2487 NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS SAMPLERS SYMBOLS TYPICAL MAJOR DIVISIONS Auger Cuttings GRAPH LETTER DESCRIPTIONS CONS : Consolidation .. GB Grab Sample SA : Sieve Analysis CLEAN GRAVELS IIIA G WELL -GRADED GRAVELS, GRAVEL - SAND : Compaction GRAVEL AND • �•• V V MIXTURES, LITTLE OR NO FINES 8 GRAVELLY Modified California Sampler , • : Sand Equivalent RC SOILS UC DS O O O Qp p ^ p� G P POORLY -GRADED GRAVELS, GRAVEL -SAND HA : Hydrometer Analysis ® SPT (LITTLE OR NO FINES) p 0 : Percentage Passing No. 200 Sieve MIXTURES, LITTLE OR NO FINES COARSE AL 0 GRAINED CORR : Corrosion Potential O o ST Shelby Tube SW SOILS GRAVELS WITH Op 00 1GM SILTY GRAVELS, GRAVEL - SAND - SILT SO MORE THAN A OF FINES p MIXTURES OARSE FRACTION RETAINED ON NO, 4 Q G CCLAYEY GRAVEL - SAND - CLAY SIM (APPRECIABLE AMOUNT OF FINES) MIXTURESRAVELS, CLEAN SANDS SW WELL -GRADED SAND S, GRAVELLY SANDS, MORE THAN 50X OF MATERIAL IS LARGER SAND AND V VV VV LITTLE OR NO FINES THA" NO—SIEVE slzE SANDY ............. SOILS S S P POORLY -GRADED SANDS, GRAVELLY SAND (LITTLE OR NO FINES) ...... • • . LITTLE OR NO FINES SANDS WITH II I II SM SILTY SANDS, SAND - SILT MIXTURES MORE THAN 50A OF COARSE ACTION FINES SC CLAYEY SANDS, SAND -CLAY MIXTURES PASSING ON NO. L sIEVR (APPRECIABLE AMOUNT OF FINES) INORGANIC SILTS AND VERY FINE SANDS, ML ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY SILTS AND LIQUID LIMITLESS INORGANICCLAYS OF LOWTO MEDIUM CLAYS THAN 50 C L PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, FINE SILTY CLAYS, LEAN CLAYS GRAINED — _ _ _ SOILS _ _ — —ORGANIC L ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY IM H INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS SILTS AND LIQUID LIMIT GREATER H CH INORGANIC CLAYS OF HIGH PLASTICITY MORE THAN 50% OF MATERIAL IS LARGER CLAYS THANSO O H ORGANIC CLAYS OF MEDIUM TO HIGH THAN -200 SIEVE saE PLASTICITY, ORGANIC SILTS L1 1J L( 7FPT HIGHLY ORGANIC SOILS / PEAT, HUMUS, SWAMP SOILS WITH HIGH 1J ll ORGANIC CONTENTS NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS SAMPLERS LABORATORY TESTS AU Auger Cuttings RV : R Value CONS : Consolidation ® GB Grab Sample SA : Sieve Analysis COMP : Compaction EI : Expansion Index 8 MC Modified California Sampler SE : Sand Equivalent RC Rock Core UC DS : Unconfined Compression : Direct Shear HA : Hydrometer Analysis ® SPT Standard Penetration Test Sampler %200 : Percentage Passing No. 200 Sieve AL : Atterberg Limits CORR : Corrosion Potential ST Shelby Tube SW : Swell Potential Project No. Corona Del Mar Transmission Main PCE -12-001 Newport Beach, California Figure JJMHUSHMAND ASSOCIATES INC. KED' TO BORING LOGS AO �Geotechnical and Earthquake Engineers BORING NUMBER B-1 kmlHushmand Associates, Inc. PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE -12-001 PROJECT LOCATION Newport Beach, California DATE STARTED 5/18/12 COMPLETED 5/18/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) AT TIME OF DRILLING -- LOGGED BY RN CHECKED BY AB AT END OF DRILLING -- NOTES Backfilled with soil cuttings. Patched with quick set concrete AFTER DRILLING -- ~ =� ~ w j F W O I— .-. = (3 w$ Q O MATERIAL DESCRIPTION � 2 J W g OV Q H ,-. n u~i H F w J o OmH 0 (If O J MZ Oz J 2O g U m m o Asphalt (-10 inches) ---------------------------------------- Base (-10 inches) SILTY CLAY (CL -ML): Brown, moist,low plasticity, fine grains with some gravel upto 1" AU COMP Bulk 1 5 CLAYEY SAND (SC): Light brown, moist, very dense, fine grains with low to medium plasticity clay Mc3-30-43 2 (73) 116 12 SA HA SILTY CLAY (CL -ML): Light brown, moist, low plasticity clay Mc 3 6-17-23 (40) 103 14 10 SAND (SP): Light brown, moist, very dense, fine sand Mc 4 10-36-50/3' CORR 15 SILTY CLAY (CL-ML)Light brown, moist, medium stiff with some gravels MC 5 3-3-4 (7) 97 19 Borehole terminated at 16.5 feet. BORING NUMBER B-2 HAIHushmand Associates, Inc. PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE -12-001 PROJECT LOCATION Newport Beach, California DATE STARTED 5/17/12 COMPLETED 5/17/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) -VAT TIME OF DRILLING 10.0 ft / Elev O.0 ft LOGGED BY RN CHECKED BY AB TAT END OF DRILLING 14.0 ft / Elev 0.0 ft NOTES Backfilled with soil cuttings. Patched with quick set concrete 7 - AFTER DRILLING 10.5 ft / Elev 0.0 ft U a a zw = W� p W =( Q O MATERIAL DESCRIPTION 7i co JW 2i 2ij Q F- n j~ W WFH w (D � -j 0z 0 } OZ Dmf 0 0 M ca -1 im O �O g ASPHALT (-4 inches) Base (-16 inches) FAT CLAY (CH): Light brown, dry to moist, fine grains, very stiff clay with sand. AU Cobbles upto 4" encountered Bulk 1 5 SILTY CLAY (CL -ML): Light brown, moist to wet, fine grains, very hard clay Mc 2 10-21-38 (59) 92 25 SA HA SILTY CLAY (CL -ML): Light brown, moist to wet, very hard clay Mc 3 10-24-50 (74) 103 18 10 Q SILTY CLAY (CL -ML): Brown, wet, low plasticity and very hard clay Mc 4 az-,s-za (42) 84 31 CORR 1 15 -- -- -- -- ----- ELASTIC SILT (CH): Brown,wet, very hard with some gravels Mc 5 ,o-3s-5ois' 84 30 AL 20 Jill CLAY (CH): Brown, wet, very hard clay Cobbles upto 4" encountered MC7-21-37 6 (58) 82 34 Borehole terminated at 21.5 feet. BORING NUMBER B-3 HAIHushmand Associates, Inc. PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE -12-001 PROJECT LOCATION Newport Beach, California DATE STARTED 5/17/12 COMPLETED 5/17/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) AT TIME OF DRILLING -- LOGGED BY RN CHECKED BY AB AT END OF DRILLING -- NOTES Backfilled with soil cuttings. Patched with quick set concrete AFTER DRILLING -- W Cn ~ :3 ~ � W of rt O H $ wO =C7 MATERIAL DESCRIPTION JW _w o �Ft- W H< wQ �v 001- 0 of O J CO Z Z m- i -OZ of 7i00 m ASPHALT (-4.5 inches) -------------- -- J Base (�16 inches) SANDY CLAY (CL): Light brown, dry, low plasticity with some coarse gravels COMP EI AU Bulk 1 5 SILTY CLAY (CL -ML): Light brown, moist, low plasticity, very hard with some coarse gravels Mc 2 21-30-50 ($c) 104 12 CORR 10 SILTY CLAY (CL -ML): Brown, moist to wet, very hard, low plasticity Mc 12-18-33 71 41 3 (51) 15 SILTY CLAY (CL -ML): Brown, moist, hard, low plasticity MC 4 7-17-17 (34) 73 28 Borehole terminated at 16.5 feet. HATHushmand Associates, Inc. BORING NUMBER B-4 PAGE 1 OF 1 CLIENT PSOMAS PROJECT NAME Corona Del Mar Water Transmission Main PROJECT NUMBER PCE -12-001 PROJECT LOCATION Newport Beach California DATE STARTED 5/17/12 COMPLETED 5/17/12 GROUND ELEVATION N.A. HOLE SIZE 8" DRILLING CONTRACTOR 2R DRILLING INCORPORATED GROUND WATER LEVELS: DRILLING METHOD Hollow Stem Auger (HSA) AT TIME OF DRILLING - LOGGED BY RN CHECKED BY AB AT END OF DRILLING -- NOTES Backfilled with soil cuttings. Patched with quick set concrete AFTER DRILLING --- W W H F- o d W Q O MATERIAL DESCRIPTION C0 < z 0- M CO Q Q; W z: < w pmF- O (4z C) �v 0O g o m m o U Asphalt (-10 inches) o -------------------------------------- Base (-9 inches) SANDY CLAY (CL): Light brown, dry to moist, low plasticity with SAND EI RV AU BUlk 1 5 SILTY CLAY (CL -ML): Light brown, wet, low plasticity, hard Mc 17-11-11 105 26 DS 2 (22) CORR 10 SILTY CLAY (CL -ML): Dark gray to black, moist to wet, stiff Mc 3 3-7-11 (1e) 93 23 15 --------------------------------------- _________FAT FAT CLAY (CH): Brown, moist, fine grains, high plasticity, medium stiff _ with SAND MC a 3-3-5 cap 90 29 AL Borehole terminated at 16.5 feet. UNDERGROUND SOLUTIONS IqUF Underground Solutions, Inc. 65°!5 Diss:•.nI ('niyc Rc> ut, SU %! .i.45. 5.ni Dlgo. (A 112!)o 619-tis$-1401-;'cix6*19-$5$-144.--•.-P.,v.Undgrgrz)kincls4!u:hir,.iie:c:"" Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo Area Photo Pothole # SMH-B The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. fig<f 4 ?.:i,tir a� i c�oi jr• Rc71�d. Swlc A.45. 5m i Owc-'). CA 92120 619-852-1 cQ 1 •; x :2 i 9-Fi8• I $!7G • •.•n<s,J i t^rlr:r•.jr:)i inrl5i?lu:i;m3inc.[Emi Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 34 Station Plan Sheet Dry Hole 6.400 ft See Comment Comments Excavated to 6.40 ft, no utility found : 21.00 ft from curb Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7256 Log Date 8/28/2012 Soil Type Clay Asphalt Depth 0.4 Concrete Depth 0 Marker Paint Pavement Pothole # 34 0'. The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. UA •Vass+,;vi Cirrc; Ro�.iis: �i.n:<•;-.;�; ',ni CJ;•:�r,�r. CA 92.!20 401 Bottom Depth Photo OWL M ■w rrr rr wic rr� Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Pothole # 34 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. I .:;.I�:, S":!," i.. . ,;-!t Ore1o. CA 921;W Pothole # 35 Station Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet W 3.060 ft 16" See I Comment 24.00 ft East-West Comments Concrete Kicker Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7258 Log Date 8/28/2012 Soil Type Clay Asphalt Depth 0.4 Concrete Depth 0 Marker PK Nail Pavement Subsurface Photo Pothole # 35 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS ,111111111111110' 14W Underground Solutions, Inc. 65,4 t Nissi<>u i,<;i:_:. lio.r.;: Sii:v i S, 5 n CSia<:c�. cAy2t2t} bl�h$5.$-F 4(}I ��t`zi:'^-cSFi�I�PJ.L•rn�^.:�U:rk7arDUnrI501U:i:N7;inC.[Um Tnn npnt'h Phntr) Pothole # 35 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 35 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. fiSlt=i MM'1011 Ciai,-:iL' 4A'1, tint ("lkx::�. CA92.120 $19-85F-+401 •=., 6'9-F,58.141:i: •aA•n•. Isini.com Pothole # 33 Station Plan Sheet 1.640 ft 4.400 ft 2'7060X2' ENC 12.00 ft East-West Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 33 Station Plan Sheet 1.640 ft 4.400 ft 2'7060X2' ENC 12.00 ft East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7258 Log Date 8/28/2012 Soil Type Clay Asphalt Depth 0.4 Concrete Depth 0 Marker PK Nail Pavement Subsurface Photo Pothole # 33 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. b l9-$ ,^ - n 1 • -.. ,:;. I � _ .. I� � :i:,� �ndsolutian;inc.com Top Depth Photo Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo Pothole # 33 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lkx Underground Solutions, Inc. f�L•s-..:,u(,r Pt,ic: Su! A A 5. S,v i f?xx).(A 92120 ,417 :4 11 • ,-... ? 14,�a •,,•rsnv lviSh�r�r��,inrI501U:i�r.>inc.. ar; Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 32 Station Plan Sheet SWR 6.060 ft 6.500 ft 4" PVC 12.00 ft East-West Comments Operator Codi Embleton Technician Miguel Mosqueda Vehicle ID USI 1 Field Log # 7258 Log Date 8/28/2012 Soil Type Clay Asphalt Depth 0.4 Concrete Depth 0 Marker PK Nail Pavement I Subsurface Photo Pothole # 32 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS 1W -9W Underground Solutions, UK. iri+011 Sunt '145. Sari bicGc>. (A. 9212(1 19•L;S� �4Q1 .rcx G'?•fiFi140G•vr.:�.viinrlCr�r�iincls4lu;ipn'sini.cUr'i w� I Top Det Photo r-. i♦ ?.. 0 E Area Photo Pothole # 32 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 0 E Area Photo Pothole # 32 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. >•i i `J:iss+on GtuCIV 619-$5?;"-�QI �=;:zG€q-F,S$•t9C:�•vnnv.lnidCr�YgUn(1541Uti;�n;ii o: :: m: Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 11 Station Plan Sheet G 3.920 ft 5.400 ft 16" STL 14.00 ft North-South Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7259 Log Date 9/4/2012 Soil Type Sand Asphalt Depth 0.4 Concrete Depth 0 Marker PK Nail Pavement l Pothole # 11 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOWTIONS Underground Solutions, Inc. GS f 1dist�.ar (Olijr hu•;rc:: Sur:�t 3i:,,, Snn C.Aego. cA 112120 619.858-i 401 •=.x5'2-F,5$-14C:5•:•r.+nv.�in�le:r,r�ivi(I501U:i;u�SinGCUm Top Depth Photo 111111111111111111111k. s Lm 91f Y Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo ! now M Pothole # 11 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lqkx Underground Solutions, Inc. W-A4N,iwof ICi<;r• i+ i ?,W: Su:W i 5, 5,a i CA 921 A Pothole # 10 Station Plan Sheet 3.000 ft 5.280 ft 2'2080X3' ENC 8.00 ft North-South Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 10 Station Plan Sheet 3.000 ft 5.280 ft 2'2080X3' ENC 8.00 ft North-South Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7259 Log Date 9/4/2012 Soil Type Clay Asphalt Depth 0.4 Concrete Depth 0 Marker PK Nail Pavement Subsurface Photo Pothole # 10 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. O5W} MissfoiIGorsrRc+wr Su:!ei tionUccio.CA921A bI9.85P-S-01 •P4,Ab,9-Y5$-140.'; •-:rlrr;Ica rnrlSplU;ipn>i .coni Top Depth Photo MO l , Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo tri wa wrr r a�� low ti 5 3 i , » 2 YIIlP a I 111M Finish Photo Area Photo Pothole # 10 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lkx Underground Solutions, Inc. ..,:( ,I7:",.:.. 01 •-.. I Pothole # 31 Station Plan Sheet E 4.000 ft 6.300 ft 2'3000X3' ENC 17.00 ft East-West Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet E 4.000 ft 6.300 ft 2'3000X3' ENC 17.00 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7259 Log Date 9/4/2012 Soil Type Clay Asphalt Depth 0.4 Concrete Depth 0 Marker PK Nail Pavement Pothole # 31 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. ("A'41Jmi'mirirr.-.:_ Ro.:r::5Ivw I `i.5',nOwco.(A°)2.?20 619-85Fi -`-pl .-l- , 858.1411'.. W" v Lrirlcr;Iratinr150u:ipn;inC c(,)ni Bottom Depth Photo .r. now .wr r= am ON rr .. 2,.r .w+ w Finish Photo Area Photo Pothole # 31 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location 1 Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo .r. now .wr r= am ON rr .. 2,.r .w+ w Finish Photo Area Photo Pothole # 31 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 654"i .. ;,n C,ra.-. '. li.>,r.': Su ;. _ ...nn Dw o. CA 92120 r;19-Ei5s.--40I ;t -I 1�:r�r;���ndSCIU:inn;irlc.cUrn Pothole # 14 Station Plan Sheet SD 3.000 ft 4.700 ft 18" RCP 2.00 ft East-West Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 14 Station Plan Sheet SD 3.000 ft 4.700 ft 18" RCP 2.00 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7260 Log Date 9/5/2012 Soil Type Sand Asphalt Depth 1.2 Concrete Depth 0 Marker PK Nail Pavement Pre -Excavation Photo Subsurface Photo Pothole # 14 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 65A1iUitxiou Gi>i•:1� .��.,.rc;: Su;�:. ; '>. 1:u1 Owc.:a: CA 92,120 $I9-85.A�-3401 •s'c:. .,; 1 } .. r, i i t,I �i vidSUlUti;x�;inC.{pn} Top Depth Photo Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo t� low M tt� tale �r i» lM lm �w ; nr 3MW 1� Area Photo Pothole # 14 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. (541; N41V'Mi 0 ,iyc hO(W; Sune ii:. S,ui f WCO. (A 92.120 619-85r'-_.NI._..-F58.14Ci;•vronv.tu�dUr,rgUnrlit±lirign;inc.cc�m Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # SDMH-C Station Plan Sheet SD 4.700 ft 7.000 ft 24" MH See Comment East-West Comments Middle of island in middle of street Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7260 Log Date 9/5/2012 Soil Type N/A Asphalt Depth 0 Concrete Depth 0 Marker Paint Pavement Pre -Excavation Photo Pothole # SDMH-C The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6.49 WS%1cnt (iragc Ikki<t: Swu! 3:35. Sent D wt:v. fA 92129 419-fi[i $-5401 • .. ;•-fi°ifi-I•A?;••r��.w u»rk:r�r�i�nd501UtipnSinGtUm Top Depth Photo Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo Pothole # SDMH-C The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS 11111111111!h- _4W Underground Solutions, Inc. 6549 dAi wm Gage lic.%;4, Suet` c4n,, S,,n awco. CA 92,120 619.85P-5401 .;cZN:6-`.4-85$.1406 vp..A%' Unrlcr�r�iinclsVlii`i.n•.;inc ;;m: Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # SDMH-D Station Plan Sheet SD 3.480 ft 5.780 ft 24" MH 2.50 ft North-South Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7260 Log Date 9/5/2012 Soil Type N/A Asphalt Depth 0 Concrete Depth 0 Marker Paint Pavement Pre -Excavation Photo Subsurface Photo Pothole # SDMH-D The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. Roei«, Sprier 3 5, San Llwca. CA 92.120 p, i ;.;? ; ` '. cfi l • -., G 7?-f,SR• 1 hC'ts -,,,A%1v,- a r -Om i Photo Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # SDMH-D The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS underground Solutions, Inc. MMIoli iiouy, itor¢:: Sunt 3.',S. Soli Diego. CA92120 {�r9•$5,$-%�fJl •-;-•:;�6'4.g5A.i<}�_:..,.r.:av tu�rlgr�r��,irirI501U.i�iSinC.Cont Pothole # WVLV-E Station Plan Sheet W 2.100 ft 6" VALVE 7.00 ft N/A Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet W 2.100 ft 6" VALVE 7.00 ft N/A Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7260 Log Date 9/5/2012 Soil Type N/A Asphalt Depth 0 Concrete Depth 0 Marker Paint Pavement Pothole # WVLV-E Subsurface Photo The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lkx Underground Solutions, Inc. 0144 MKSK'NI iit;r_r!iaatl, Sw!V 335, S:ui DW( o. (A 92.!20 $I�-(i5�`•401 r -e.4 t 2-858.14C.f)-gyp". ; Area Photo Pothole # WVLV-E The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Area Photo Pothole # WVLV-E The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. �i5<1S ddr,: +iii;<a: ,• Iia;K+. Sinttt .i:i:o. San 0w( -x). CA 92120 619-851i`1;01 .-. ;-S58•14Ci6�:Y'.`Ai'l'it .-:"': Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # WVLV-F Station Plan Sheet W 2.960 ft 6" VALVE 7.00 ft N/A Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7261 Log Date 9/6/2012 Soil Type N/A Asphalt Depth 0 Concrete Depth 0 Marker Paint Pavement Pothole # WVLV-F The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6,41;Mlssioti i,,:;ic : fiver:, Swk' C15. Son Oiuco. (A92?20 (f'1-ti5t3-94G1 �Ytu b' ;-�. f4�l,l!::i.vn�.w.li:,rlr:r�r�ivv,ISOIU.;an Sinc cam Finish Photo Area Photo Pothole # WVLV-F The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Area Photo Pothole # WVLV-F The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. C>'i-� . `•,'i,:;>:ni Ciot•:_a R.r.n:: Sw;c i'5, ti,ni Ctitaa�. CA 92120 619-85s% "fd . -.. I41r!a' .,: �:: •.-: i.� :rl<:6�r�Ur irlsvlu:inn5ini.o:,r� Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # SMH-G Station Plan Sheet 6.600 ft 7.420 ft 8" PVC 19.00 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7261 Log Date 9/6/2012 Soil Type N/A Asphalt Depth 0 Concrete Depth 0 Marker Paint Pavement Pre -Excavation Photo Subsurface Photo Pothole # SMH-G The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6549 Vfission 60 1gv l USS: SufitC 335, S.ni Dicco. Cx' t21 II?-$5$-�Epl �=z::c6!?-$5R-I•phi;�,:rs�,.L�nr,I�:r�rai�nrlsOlucipnsini.cvm Bottom Depth Photo Finish Photo Pothole # SMH-G The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo Finish Photo Pothole # SMH-G The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. (ioiy!' iind,l, SLIIIV 3:35. S,n CJwgo. (A 92120 (.I ;-i?';%;-�,dil +-. �. 4-8581+}(:�+�,r.•nv.�.r�d�Ir�r�iinrlstJlu.ian;inC.cUm Pothole # 25 Station Plan Sheet Dry Hole 12.000 ft See Comment Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 25 Station Plan Sheet Dry Hole 12.000 ft See Comment Comments Excavated to 12.00 ft, no utility found : 4.50 ft from curb Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7261 Log Date 9/6/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker Paint Pavement Subsurface Photo Pothole # 25 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS 14W AW Underground Solutions, Inc. G54's MiwwnI r{r>i.-."iI;!-'. i, Sart0k!co.(A 92.120 hl�t-85fi'-'�pl . -, .. , ., F 14�;:. +•:r.�^.: t.';rh�r�r�ivirlsOlU;i;nuinGtvrn Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Pothole # 25 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6449 `/M!:ni(vxgvRo'Ic, Sr o:^ IA',' Owco. (19-8?�`�.eGl .=,.<.. ;-fiR.lip;�..^r;e�..�tr:rlrr;irairexls�lircicn�inecbrn Pothole # 30 Station Plan Sheet E 0.700 ft 4.380 ft 3'6080X3' ENC 14.00 ft East-West Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet E 0.700 ft 4.380 ft 3'6080X3' ENC 14.00 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7262 Log Date 9/7/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker PK Nail Pavement Pre -Excavation Photo Subsurface Photo Pothole # 30 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Pothole # 30 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS 11111111111101- -4W Underground Solutions, Inc. e? 49 Missioni Ootcjt-. RQ ia1 Suae .i:i5. S.ni f?h.7�:i�. (A 91120 619.85p-.:401 r ;,xfr `1-f,5fi-14C;:•ur.•.w.ln�rlcr�retifxl5tau:i�n;inC.cot+t E!pth Ph u� g e Bottom Depth Photo e� now et>r w m Area Photo Pothole # 30 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo e� now et>r w m Area Photo Pothole # 30 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS IRLJF Underground Solutions, Inc. Sone C15. San C w! x). (A.921 A) -"I i'j'6 c (; I . --619'858-1406 • vnAw un(l(j Jroi inlISpll 35 nc.c Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 18 Station Plan Sheet 4.080 ft 7.080 ft 3'0000X3' ENC 14.12 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7262 Log Date 9/7/2012 Soil Type Clay Asphalt Depth 0.7 Concrete Depth 0 Marker PK Nail Pavement Subsurface Photo Pothole # 18 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. i?`i4 S �dis4nr r Ci!±i y_ ;;n,ul: Suq„ i ii, Sni t CJiac:�. (R yl. F )0 f,l°i�45�-7cpl �-, .. , £4?14(;(. �,:,,,�•: i1,rtr:r;I: _�i�ndSyFUti;nr.in( <.ar; Top Depth Photo Bottom Deoth Photo Finish Photo Area Photo Pothole # 18 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Deoth Photo Finish Photo Area Photo Pothole # 18 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. (1:A4 MKS1011 MN-'! 435. Spin Clew. (A 92.120 illi 8';fi-`CGI . =._a,. ^-$';,i' I:I ::..... ..:, tu�Clrr�r .trv.ISVIU:ipnsinc.[Um Pothole # 20 Station Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet T/E 2.780 ft 5.080 ft 3-4";1- PVc 18.60 ft Northwest - 2" Southeast Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7263 Log Date 9/10/2012 Soil Type Sand Asphalt Depth 0.3 Concrete Depth 0 Marker PK Nail Pavement I Pre -Excavation Photo Subsurface Photo Pothole # 20 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. (V -Ali X4KS101I C101 ji• RO,Kl, Su:v.. i'.q ti,Hn DW( i). CAa12 i2q {19.858-'•C01+=.. h'R-558-Iq�G+.,. utr: r•�raurv,Isolu;ipr5uti.Com Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 20 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. (,'A tMiwoil Ni ma: Aire M5. S.ni Omco. (A92IA GI'7-%3'iE'-:fil •_....,...B�I�Ir,;:.,.,,;,�:t;:rtr:r;lr:wnr.ISVIU:ian3in000m Pothole # 21 Station Plan Sheet Dry Hole 2.520 ft See Comment Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet Dry Hole 2.520 ft See Comment Comments Excavated to 2.52 ft, no utility found : 10.50 ft from curb Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7263 Log Date 9/10/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker Paint Pavement Pre -Excavation Photo Pothole # 21 Subsurface Photo W The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS IUV Underground Solutions, Inc. Snri Die(p. (A9111O l ?-$55-' �� p l � �;,z :: E ?-$5R• l �}+'f, � `. r.`.hv. t i:,der jr�i �n(1501u:im! =:i! n: �:.;,! •! Bottom Depth Photo Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Pothole # 21 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lqkAir Underground Solutions, Inc. t¢i<}ti Nistir?n (;<nc . Rc>dit, jII' tC C15. 5:nt tlKx o. (A. 911)0 { 19-£i5s✓-;cQI . -:. ,. ;-F,Sf3.1°}l:b•.•r.•.w.lvid�stjr��in(Istzlu;i�n iini.cbm Pothole # 29 Station Plan Sheet Dry Hole 5.980 ft See Comment Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 29 Station Plan Sheet Dry Hole 5.980 ft See Comment Comments Excavated to 8.00 ft, no utility found : 6.50 ft from curb Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7263 Log Date 9/10/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker Paint Pavement Subsurface Photo X.. Pothole # 29 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lqkx Underground Solutions, Inc. 6,43 Miwoll Ciou;r Rodt;: Sw!c 3 `i, tine Owi,p. CA 92320 Bottom Depth Photo RO—A Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Area Photo Pothole # 29 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6'Wi :`etc,;.;,: <,,:;:•:_:.. :v.:d:i:. Sutvw i 5, S:nr ttieay. (A 9Z!20 119•ii5,r,�-` fll +r...:z .�'S-F,58-1406 +rrs. Unr.1r:rVrD:,:n(l5k) r::n­>inGC9rl Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 24 Station Plan Sheet W 6.300 ft 7.800 ft 16" STL 57.00 ft North-South Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7264 Log Date 9/11/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker PK Nail Pavement l Subsurface Photo Pothole # 24 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. i>>1S t.:isti�rn�iioiyr fr. at: Sick 4?5. S,oD cO. (:4111120 !,I ,.r?;':>. c(il r:=;:R (7 `. R-85$I<A.;t�•vr.'nv-linty,r�raUnrI501Uti:u�5ini.Kmi Top Depth rr� t� z;® i lii 4 3» 2 s t i ttrrr ttt�r Bottom Depth FU t+t� 9 r is i 1 w Finish Photo Area Photo Pothole # 24 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar -Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth FU t+t� 9 r is i 1 w Finish Photo Area Photo Pothole # 24 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. n UNDERGROUND SOLUTIONS Underground Solutions, Inc. C,S �, `•,'ie�.:;ni iu iy[• IWcl:, SLJIW :i 5. Snri qua. (A. 921;: i1 119-$,5-��filr-..... �-85R•14�fi+v�savU•:rlcl�r7Ur�rlst7lu:i;m;iiu:_ar� Pothole # 23 Station Plan Sheet W 6.100 ft 9.100 ft 30" STL 66.00 ft North-South I Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet W 6.100 ft 9.100 ft 30" STL 66.00 ft North-South I Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7264 Log Date 9/11/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker PK Nail Pavement Pre -Excavation Photo Subsurface Photo Pothole # 23 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. Rc:.u:: Sw:a 4:15, San Disc'). (A 92!)o 619.858_:cpl :-, .,..,..,r.i4C.':v,,^,a,�dcrgraunrlsc+lu;ian;inc.cnr� Top Depth Photo Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom _ oo id r.. = L -J Area Photo Pothole # 23 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 04'i MISS101I Ciolgv Rtkii%. Sutw .1.45. Sint Cwt \-i. CA W120 ('N -85V-1401 RFs+.x'�iq-$5$ 14i?,+3 •%'A%%v vul�_rgr�V Is41u:i�r.;ini.tUm Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 22 Station Plan Sheet 2.760 ft 3.480 ft 3-2" PVC 44.00 ft North-South Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7264 Log Date 9/11/2012 Soil Type Sand Asphalt Depth 0.3 Concrete Depth 0 Marker PK Nail Pavement 1 Pothole # 22 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. fi>"}� J%i;x:•:ni X30::;�• hUdd, Su:W i :>, S:nt Owcio. (A.Y2,120 619.$55_'. �9l . -.. ... ';-fi58.1�p:�6.•v�.:ay.unr,Icr�r�i:nrlsolu:i;xi5irti.tUrn Top Dept .r rrai trr rrrrrrir err iYri Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Pothole # 22 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS VLX Underground Solutions, Inc. t>`;49 tvA�,ti:an ciot9e Rcvi :: Sunt 3 5. Sort Diego. CA 921211 619-85s-1401 . �; x.y+7•F,i$• I •N':5 +••r.:ay. Lwvlgr9r�i tnr1541u;i;u-�,inGtori Pothole # 22 Station Plan Sheet E 2.980 ft 3.500 ft 2-4" PVC 44.00 ft North-South Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet E 2.980 ft 3.500 ft 2-4" PVC 44.00 ft North-South Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7264 Log Date 9/11/2012 Soil Type Sand Asphalt Depth 0.3 Concrete Depth 0 Marker 1 PK Nail Pavement Pre -Excavation Photo Subsurface Photo Pothole # 22 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6i AB Vinti:,:a t Gn'•jr h(kfi=: (A 9)z ItQ iil9->`; '�QI •_. ..`%.$SS-lqi:�;•vr;���:1r:rlrr�irL�linrlSClu.ipn°,in,;.Cor'i Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo va, W #WA Ar �. on WE 1 Itwr ll��i1 w! Finish Photo Area Photo Pothole # 22 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. .r r. 3 E Area Photo Pothole # 22 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. G5�4S Vlsscai Cirsi..j: R, s,icl: .4uge i?5. (A%' !A) it •7-$5s q1 • -.. a :5R.1 },. ..^.�. l' r1 .r:1::�n.� d�"L.rbn".ii o- c,�ei Pothole # 28 Station Plan Sheet G 3.640 ft 4.040 ft 3" POLY 12.20 ft East-West Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 28 Station Plan Sheet G 3.640 ft 4.040 ft 3" POLY 12.20 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7265 Log Date 9/11/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker PK Nail Pavement Pre -Excavation Photo Pothole # 28 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS 11111111111b, A11111111111117 Underground Solutions, Inc. i,':? S ... ,., ; n r C;�n<:.• Rckrt, Su:ut 135. Srm C]I!:c.o. cA 92!2() $19-$$-'�(il . .. ;-85R•Ih!;� �•.•r.•m�.ltndc;rgr�i:nrl5olu;ipn �inC.ccim _ Top Depth Photo I rrr r so' .r Bottom Depth Photo aia s Area Photo Pothole # 28 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo aia s Area Photo Pothole # 28 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc. 6'A'4 ` .1wou Goigo Ro,.Ki, Su: W 4.45. Salt Owco. (A 92 !20 !I Oa';' �61 . --:a: y;?-Y,S$•1hCti •vr.:�.v unr,ICrJ i '(150IUtl rishic.com Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # 27 Station Plan Sheet ST LT 2.820 ft 3.000 ft 2" PVC 2.00 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7265 Log Date 9/11/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker PK Nail Pavement Pre -Excavation Photo Subsurface Photo Pothole # 27 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS lqkx Underground Solutions, Inc. C.CUnI Top Depth Photo s 13 . tom► tan t rlll� g 001, W Subsurface Utility Report Customer PSOMAS Project Corona Del Mar -Transmission Location Newport Beach Date Monday, September 17, 2012 rrr�► Area Photo Pothole # 27 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Ikx Underground Solutions, Inc. irrrl S `•,'c,�,,;n � Cine! r• Rami: Suite i s. 5:ut Owcxr, (A W, 120 Pothole # 27 Station Plan Sheet E 4.200 ft 7.200 ft 2'x3' ENC 2.00 ft East-West Comments Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Plan Sheet E 4.200 ft 7.200 ft 2'x3' ENC 2.00 ft East-West Comments Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7265 Log Date 9/11/2012 Soil Type Clay Asphalt Depth 0.3 Concrete Depth 0 Marker 1PK Nail Pavement Subsurface Pothole # 27 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground Solutions, Inc, i>'i44 :L'isti!an iioui!' h'ku!: Su:!< 4T5. S,ui C?i[go. (719212[1 „I °i -r:'; £; vpl . -:.., , .`j. F? I �f (:i: • :•r. ay.l!»rlr;r�rD1!nd5QlUti;?n;inC.{UPI Top Depth Photo ■. aqua . wti 41 '' r. a� Project Corona Del Mar Transmission g Bottom Depth Photo Area Photo Pothole # 27 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Bottom Depth Photo Area Photo Pothole # 27 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS IkAlr Underground Solutions, Inc. 1,544 MISS101I 6(r ji' R!kri=. Sona .45. S.tn Olecxa. (A 92.120 619-85x3-5401 r�,tx f�`.?-!5$14Cb�:•rsav.!tnrlcrJrau'idsolu:ipn5inc.rom Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole # i5 Station Wtation Utility .. Bottom SD -See Comment 2.100 ft 5.380 ft 36" Plan Sheet RCP 19.20 ft Northwest - Southeast Comments Electric Not Found Operator Codi Embleton Technician Tyler Allan Vehicle ID USI 1 Field Log # 7265 Log Date 9/11/2012 Soil Type Sand Asphalt Depth 1.1 Concrete Depth 0 Marker PK Nail Pavement Type Pre -Excavation Photo Pothole # 15 The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. UNDERGROUND SOLUTIONS Underground %OluhonS, Inc. 1989" � � � I e -. -,•- I � ,-;:-:�irirlsOlU:ivtsinC.CUrI Fop Depth Photo I s Subsurface Utility Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Finish Photo Bottom Depth Photo .er tai r,. Wiz. e Area Photo Pothole # is The data on this report is intended for informational purposes only. In no way should any of the information presented here be a substitute for professional engineering and design. CD 0) Q V O 0 1 0 �_ o o ;6 i CL 1') a a'� ` a a � CL n a o ~ o C t C E ioc E o E E EoE Yoc tvpi w EE E E E E Epp V U V a u V a uU 1 ,.l\.! I 0 0 0 0 .0 0 E r, E E P� o C;x o X 4t C N V C r C ❑ to ._ m a so $ J K D U a s rl J a u .� :Ea s $ J a u a s :S J 0.) 2 , 1(r•'y'1 .. `T �.� Oi•J� -., u ,.'CC O E O y h O N , t'c u o E u p o ; ' p oNE V 0 (D ii c) D o ii U V U V Z LliK ZZ Z r- I -- LLI C _ In M •yl N N � N - J o r;1 o v o o C3 E\ vt, E ... v'c, E ., N E 0 u am a o n u; 8 a p a `a! a in < a in 0 `a 0- -Z4 _r t aF O N O N p in .; Z; o o v o a n -- O v o L n T a O - p v o b t a T a O pp v o V L n O VI Q a H i- N Q a i- f' - an Q a f �'-' N Q a � {"• �J d L0 LL ;y 0t '.\ a L 0.L a a L d N N W d CD 0) Q V G:, N ro 0 Z O J O O O O O O O O o=. a a"} a� a" n� o o o u c u c v EV E E E EE o E E E o E E °V o E V V 15 Ega u a u CX.. ua ac *a sc a o ( 0 0 0 0 0 o X o c v - c c `w lu c v LU 0 W o �. 15 w - w LL'j b n.a rn J X au'� aa � rn J X a � "aa � � J ov' :2o.a � J Su' 0 a z°t in 0 cl o 0- v L m ya r o i' E o r40 :D o y u D o iL o u i5 o iL o u z c� o E iL o u z 0 c ii. i = u x Z Z Z F Lu LU ce O O Vti O O 1 vJi to i; -, U) to a a a w 11 n a n a E1 E E ^ E N n C m ui p • a C c m�' ` p A c C `0 p A a C A ui p p d N O C N p CL N p Q Vl m Q Vf c] Q N c0 Q Vf CO •. c oj c o co. aU1 G1 o v o.O O 30 C n ao v o oa r ' oo t 0- a o-� 1 a. L r o- r • v v • C • d v • w �' a o -a a o x6 ¢ c se a . o a= 0 z O 5 J O 0 z O c c O z D 9 O J O O O o. n o� oFv a , C V YJ C V ah C u an C V N W E m 0 N E E m 3 N E E m o W E ro o N E o n o E E E a o E E E a o E E E A o E E u via u u via u u via u u via u O O I I L O Is o }� �. O EO '< S,, O o. y� s x '$ 2a Y x " ° s x "'o c 2. Na N as x cv ao s 0u 0.a au x CL CL C a G L` u H u !i u O li u 7 S ii u z z z z wU w w 0: w r ;. .i� N L it + L ;•� i .0 f 7L '� t � � t � �\i L l-:. •, _ � } .G �� v a a s a a v v g 1 L d (CO d N y0 p L a A d N S p L O. T d N O L a A d N p Q in m Q in m in m in m ... t _ CL F-. O 'O N D O a. O. O O. OO pOGQi �.0 'O `!. O J L L T O v0+ Q a ~ 40- voi ¢ a IT �' �t o xt o st o �- o La L 0- L a 0 L 0- CL = 0. L 0. L d L N v N N Gl a o a o a o u a o OO`.i ,. L a L a a ~O d a't a x` a QFv In Qi_ o� N (u N N Cl s`o E W.N.r E E o E o E N$ E E u vo, a u u vo) a u u )n a u u �• voi 0L. u° c 0 I c 0 c 0 0 0 ( d ^ Y O/ N U as r m J ou 'L0.ov J as J x au' as t J Du .• 1 CLs col- •. t v •vs o a c o a �' .c o a o La v E v` GO E J y E v E p V j O lL U 7 D U- U j li u y m LL x z x z x z x i LU w F cc .. \ y 1 1(i N U) a aa Ly vD ) . L N S a Q a N N, 0va m Q d N to 0 m vny� Q a N )"•� in p m o- d N N m Cl. r C u0 u d CL r C ac o O a O a a ♦- C st a O �. O a p C T+ a y L W T O -O L aa O L ya OO L A Cl. R as r F -0 T :0< ao T t- r 1.) as t- 19 oJ o o as o xx a • r a a • .� o" a • t a a • c a a a L oia a t CL o� a L CL o� cc a L CL g'sc 0 0 0 0 CL CL m CL = it 0. -�5 i� CL ::.� CL il� n is u c u u E E D 13 E E E 46 E E 2 E 0 o = 0 o 0 a 0 0 0 u a. U, u M Ul U (l. Ul u viia U01 00 . 0 . .0 E E 0 0 0c C\j v10 .6 a, - : "I", 0 s (U 15 0 as ou :E 0- D. IE in UP ::E w :tt CL CL C) 0 0 (Ij CL JEu CL = M ul..0 c u u la 0 u LI U 0 l .5 u - zz z z LLJ U.1 LU LU it - J3 CL 3 CL 0) a) CL 0) (U Ec E clCL N 0. CL CL 0 CL 0 co 0. 0 co L4 oo Z c cxCL cu -0 p(u -0 CL 0 CL cl 0 0 =0 0 0 a i Q 4t 0 = 0 0- 0 • = 0 IS a - • 0 0- CL w ru r 40 O rt .r, N L, Q. 0 O ! v. I j E m N Z s O O O O 0 0 0 0 a a a a cl o u o a i C U '� C V a� C V ate+ N C W E !0 0 d E #o v E O d � 0 E Eo E E N E E o E = o a o E u a 0 E V a o E V Ana u u as u �n 0. u via u o 0 0 0 of •;, o f ', i o E o f x o 0 0 > o v v- V w v I t�,. mu: I c I c x w o m t N t^� Y o a N W o o L N L N o 7 b L V N 7 l0 L g 7 N as r� ou as g' ou as m 6u as c 6u J J x J J iz a 3 it a 3 is a �a 0 O 0 O O 0 O Ul •N c C O L a N C O LO/ a �' C O L a L •� C C O L a 0 0 E o E c O = E o cl 0 UU Z 2 U 2 U Z LLIv LU F ad H J J J J # # # L Lv L L ,-16 ` L N ! V' Nn yE L c ti L c Ci m N Gi S CL a m °' n ti n a in a Q in m ¢ m ¢ m .tom v b T O# y T O# N >, O# 41 ), O# N F- o 'v O 9 0 0 F.. O Gi p F. O p v 0 a n r• v 0 �'. n — v 0 n n •p v 0 a a 0 O � L a s T F O F- 0 O L L T O p L T F- O F- vi 'O t Q a T O • t a • r a • J_ - a • t a a L a L a L a L • v w • d y • d v • v w a o is a o a a o is a c 3a 0 0 0 t5 0 a- a. -5 a cu p 4, p (U Q, (U V 0, u r cu u E (U E w aj E E � E E.2 E E o E E E E El 0 0 = a. Ul 0 o m = 0 0 u m a. 0 Ul 0 t i a- I's .0 .0 V 0 0 o x a) u L: (D u L: x 0, cu u L: 0 Lv -0 Lv -E N 6 0 -e a. u CL 0- u CL CL fi tL clCL ti cu 0 u 2 CL 0- 0 L) z S iz 0 U > > iz 0 U iz L) 0 z Ir K n m N co lu i0 t0 A C p C- Ig 0 c T u , .2 CL CL 4 t 0 CL N , , -0 M. 0 - in co co in ca (U 0 :t, (D 16 c 0 d) Z; 0 FT �k Z; 0 2 o CL v o o. cx r V 0 o. OL 0 i L H g 0 0. H 0 EL 0 p 0 0 CL CL CL CD O J 0 F- 0 0 a 0 z a H a w l O 3 J 0 D0 z O C' uj O z Z) ro D V o O s O ;-. o o. a a� o� g� cl Gl E o v A N E m r G7 E m N u E E o E Cp c ao E aL E au u a V a u u C. u xr ar sr sr o I o I o I o m is `o m `. o f ? o f 0 E +.. o f u a•• W p _t•� ti $ X O u C .-, r C) J a O I C .. .. H o .p Y W c J a s L J x O V a 0_ t rn J in u :E n. a 5 rn J O u :E 4 r 's �2 y '..' Q c ; O c O O c O '� a 1. { -c o a �%� 0 o\ :' o -� o O a � N � d d T u � � � N > CO p "' `l C CO p 5 E p O y L H C CO O ^• 1.1 v H C V g is li u D l^L u CD M is li V j 0 LL L ? u it v w w n m w ) a n Q n �� N Ca a a y n m d u L n m y a m 5 N p N O a N 0 m d N in p m L `• y o m $ w b i m L O A W F 3t d n 0 O FT 'o o a n o a n a+ V1 v a a v o T a Q d H o0Q H o _7 o o j o • r a • r a • a • a CL L a L a L a L • v 6! • m y • N N • N Q Q D aL Q xc Q O ax 0 0 0 CL d) Jj (U E E E o 0 0 0 0 u Ul 0- uO l u 0 0 0 'i E E rs E I u Ij w u L: x u Q) LV 41 WX 0 c 0 C: 0 ^ CL CL u i d d C) u d iL C3 u 0- u it CL ' 4t 0 l o i6 1 o 6 0 m 0. C: 0 CL 10 u E a 6 u A u c E j5 0 u w 0 F -i > D a ii u 25 CD 0 li 0 u u z L) L) zz LU L" cn CL CL CL ol 0- t5 t4. CL O. m ca IL c c -CL 0 .,z-; Q, fa :tt 2 4; Qj m 0. 0 M 13 o 0 0 m m 0 CL CL 0 o a- 0 0 in 0 ex 0 CL m CL M 7 5 w • T (D • 2 0 < is Q o is 41 ro 'an 0 0 CL Qj a) C3 (U iJ F -I 4i -u u E ro wE ro w (U E cu E E E E o E E E m E E E 0 0 E E 0 0 0 V 0. 0 ul uo m 01 0 u m 01 0 ( O O O 121ji E 0 X u 0 -0 c m x w 2 c m a .6 w 1E 0 -S �6 0- au :En`.a i5 G ::E m 0.p 0 u CL CL Qj CL 0 0 E o CL c o CL Vo g d 2 0 0= e s v s0 0 V O li 0 u o w M D iz u Z h c LLJ LU LU LU O 0 cn V) cn CL cu Q) (D E E E a 0 c 0 c a 0 CL Cl. CL CL i7; ca to ;55 ZA Is cx cl (x 0. z *8 a, 0 W 0 9� . 0 0) 0 p 0 cu 0 CL AL' -0 0 CL cw — 10 t; P 2 '0 0 K CL 0 0 0 _0 'D = 'a < v It 0 15 0 0 0 0 • 0 0 0- CL • CL IL M m 0. -F: m CL m (D O J 0 O S a a z a O CL w w O 0 O J CL 0. a a a a as apt CL , Oct C E E' E "i. "> > E N a o E E a o E E�'� Y E o E V vo, a V U ,n a U v�0i V - "' t't a U U 00.. U o l 0 0 0 o E o f Eo E w 0 I c u .D ` .-,U w 0 c N d Y O I c w L ` w c y d Y - \ a`a J x ou' o`a J ov as J ou' a`a J 6v M S� iO 3 Li t# a C o N IJ (a u• o 1 I a iy c L CL uu H u v E E c0 p d 'C CO 5 Z 'C C O .� 'C C p •� C iL O U 7 NQO' O iL x x x x z z z z -•.' '• (� L •. iL L - L ' j it 'I �'.t L L 3[ .'`� .0 � t iL .0 a w J a a a n n J w n .1ff g v a L O C E L O L 0 1�1 O L C3 _ L. E E E C �0 c A C C CL a m D. N m N m a. m in Q ¢ in O• c a O, c a a c a c a o o F o v $ o H o v o a o P o o v o �' 0 O V L T a O O •0 L Q d T a O - pp 'O L T a O r O b L T a O P• j --y _ \` t m � J 0O0 � `•..J Oag O0 •• rQpa aLO • ta- amaO • ra • i0LN L N •W • CL m oi6 8 i� i� A"& UNDERGROUND SOLUTIONS I%JF Underground Solutions, Inc. A Vr Wvila, Sunni W 3.45, Sell I Owqo, (A 92 1 )o i - 558-1406 - VAVV4 Pothole I Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 7 LA Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Area Photo Pothole 2 Pre -Excavation Photo Pothole : 3 Finish Photo Bottom Depth Photo Finish Photo Area Photo Z *J Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Area Photo Pothole : 6 Finish Photo UNDERGROUND SOLUTIONS Underground Solutions, In;. %'349 Uisxr>i i C,iorjr• Rade: Sw!;: 4 S. 'i.n i Oi.ac::,, (A 92120 tr-,rk:r;lr.�'(.I'I' i;ltri;m>inC.Ctim Pre -Excavation Photo Pre -Excavation Photo Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Top Depth Photo Bottom Depth Photo Finish Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo UNDERGROUND SOLUTIONS underground Solutions, Inc:. fi54S 17ictii.vi G ,r_;:. lk tc: Strt;r 4313, S.rci Oi!s a. (A92120 619,955-1 +.wAv tnrlCr�ralvtclspli i;ipn=:itti.iOni Pothole : 9 Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo c Area Photo Pothole : 10 Pre -Excavation Photo Top Depth Photo Bottom Depth Photo :a Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Finish Photo Finish Photo UNDERGROUND SOLUTIONS 1%.41V Underground Solutions, Inc. VC, 1c, Suit4 A`.'. S"? I Owco. (A 92110 onj Pothole 14 Pre -Excavation Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Top Depth Photo Bottom Depth Photo Area Photo Pothole : 18 Finish Photo Finish Photo Finish Photo UNDERGROUND SOLUTIONS 1%.PF Underground Solutions, Inc. 6'4Nc, ic itiw 3,45, '­tt Oicq(). (A9;1, i 20 , Pothole 20 It Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Area Photo Pothole : 21 Pre -Excavation Photo 2 Top Depth Photo Finish Photo E' 7, 'EV - - - - - - - - - - - - - Pre -Excavation Photo Subsurface Photo Subsurface Photo Top Depth Photo 4 E-44 Bottom Depth Photo Bottom Depth Photo Finish Photo Finish Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 It Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Area Photo Pothole : 21 Pre -Excavation Photo 2 Top Depth Photo Finish Photo E' 7, 'EV - - - - - - - - - - - - - Pre -Excavation Photo Subsurface Photo Subsurface Photo Top Depth Photo 4 E-44 Bottom Depth Photo Bottom Depth Photo Finish Photo Finish Photo UNDERGROUND SOLUTIONS Underground Solutions, Inc. L}f54> Vi5tir.>n C orgt Rswi(., Swis 3'i:�. S.vt oi!%x). CA92120 $19$5 s4U1 • x6:9-858.14C+6+vn.avluvlcr�ratrrulsolu;ipnsint.rpn Pothole : 23 Pre -Excavation Photo F- _2 Subsurface Photo Top Depth Photo sl F:1 Bottom Depth Photo Finish Photo Pre -Excavation Photo Subsurface Photo Bottom Depth Photo Finish Photo Area Photo Pothole : 27 Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 F- _2 Subsurface Photo Top Depth Photo sl F:1 Bottom Depth Photo Finish Photo Pre -Excavation Photo Subsurface Photo Bottom Depth Photo Finish Photo Area Photo Pothole : 27 UNDERGROUND SOLUTIONS underground Solutions. Inc. t i+i 3 7.,fcs:.:ni iionjr lic:�rs: SM'.'. ;nn gtcrc�. (A`12120 bl9-$SG-i4Gl +�,1x6`-?$S$-I•}�;�,+-,.vnnv.underJr3i-�nrls4lu:i;u�;inC.corn Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 f1 y Pre -Excavation Photo Pre -Excavation Photo Subsurface Photo Subsurface Photo :41 ML F1, 'C ; ; MIC o�j71 >. Top Depth Photo Bottom Depth Photo Bottom Depth Photo Area Photo Area Photo Pothole : 28 Finish Photo Pre -Excavation Photo Subsurface Photo Area Photo Pothole : 29 Top Depth Photo Finish Photo Top Depth Photo Bottom Depth Photo Finish Photo UNDERGROUND SOLUTIONS lkjw underground Solutions, Inc. i,`:1 '•,!is.tn i Co<;it_ _' Frau:; S� is �:� 3.',` . :.n i Ovs::;. C A°i f ; U $I4G!" :•r::�.v;.r:rlc;rq: ai.0 :r.Ip.,IU'ipn;inc cora x: x i Pre -Excavation Photo Subsurface Photo Bottom Depth Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pothole : 30 8 `4I =3 8 E. s. 4` 3' Pre -Excavation Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Area Photo Pothole : 31 Pre -Excavation Photo Pothole : 32 Top Depth Photo ro -4 Bottom Depth Photo Finish Photo Finish Photo UNDERGROUND SOLUTIONS Undefgfound Solutions, Inc. X19-ii5�- AGI •-.. .;-I : ....•:Irr��r�iiriclsoluti�nsini4or: ,'14�W1 • KE Pre-Excavation Photo Subsurface Photo j� 1 Area Photo Pothole : 33 `A Pre -Excavation Photo Subsurface Photo Area Photo Pothole : 34 Top Depth Photo Bottom Depth Photo Finish Photo Top Depth Photo ruPre-Excavation Photo Subsurface Photo Bottom Depth Photo Pothole : 35 �6' Bottom Depth Photo Finish Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Pre-Excavation Photo Subsurface Photo j� 1 Area Photo Pothole : 33 `A Pre -Excavation Photo Subsurface Photo Area Photo Pothole : 34 Top Depth Photo Bottom Depth Photo Finish Photo Top Depth Photo ruPre-Excavation Photo Subsurface Photo Bottom Depth Photo Pothole : 35 �6' Bottom Depth Photo Finish Photo UNDERGROUND SOLUTIONS Underground Snluhons, Inc. (A 92120 I '�fil • BI vltnrJpr�r�imr15UIU:ipnSinc.Cbm Pre -Excavation Photo Subsurface Photo Top Depth Photo Pothole : SDMH-A IW f = 6 s o _SD 0 =K -A Hit a x Pre -Excavation Photo Subsurface Photo i ' i f Area Photo Pothole SDMH-C Top Depth Photo Bottom Depth Photo Te m Pre -Excavation Photo Subsurface Photo Area Photo Pothole : SDMH-D Top Depth Photo Bottom Depth Photo Finish Photo Finish Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 IW f = 6 s o _SD 0 =K -A Hit a x Pre -Excavation Photo Subsurface Photo i ' i f Area Photo Pothole SDMH-C Top Depth Photo Bottom Depth Photo Te m Pre -Excavation Photo Subsurface Photo Area Photo Pothole : SDMH-D Top Depth Photo Bottom Depth Photo Finish Photo Finish Photo UNDERGROUND SOLUTIONS Underground Solutions, Inc. $nn Ouxx�. (A 92120 b l')-8?is i 40 l +ft�� 5' 4-858- I q:a-, r rr.etisltndtJr Jrgi:rxlSUlu:ian3irtC.it�r: Pre -Excavation Photo Subsurface Photo Top Depth Photo Area Photo Pothole : SMH-B Pre -Excavation Photo Area Photo Pothole : SMH-G Pre -Excavation Photo Bottom Depth Photo Finish Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Top Depth Photo Bottom Depth Photo Finish Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 Area Photo Pothole : SMH-B Pre -Excavation Photo Area Photo Pothole : SMH-G Pre -Excavation Photo Bottom Depth Photo Finish Photo Subsurface Photo Top Depth Photo Bottom Depth Photo Finish Photo Top Depth Photo Bottom Depth Photo Finish Photo UNDERGROUND SOLUTIONS underground Solulions, Inc. (?'A4 V'%%s :)n ie<;icjo Ru.u:: SIW! 14',. %,- C1w(x). CA 92120 h I �•�;� r; � 01 + RR 6 ` R-F,.SR� 14i�� + vr.•nv uritigr�r���n[IS�Iu;i;�r�;irlGtUr.� Pothole : WVLV-E Pre -Excavation Photo Pothole WVLV-F Pre -Excavation Photo t! Subsurface Photo Top Depth Photo Z. lift Subsurface Photo Top Depth Photo Thumbnail Report Customer PSOMAS Project Corona Del Mar Transmission Location Newport Beach Date Monday, September 17, 2012 t! Subsurface Photo Top Depth Photo Z. lift Subsurface Photo Top Depth Photo TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3911, dawebb@newportbeachca.gov PREPARED BY: Patrick Arciniega, P.E., Senior Civil Engineer 949-644-3347, parciniega@newportbeachoa.gov APPROVED- •� cx b TITLE. Corona del Mar Water Transmission Main Pipeline Improvements - Award of Contract No. 4643 Supplemental Report On January 11" 2013, Vido Artuokovich & Son, Inc. came to City Nall to review the first low bidder proposal of T.E. Roberts, Inc. (TE Roberts). On January 16, 2013, Vido Artukovich & Son, Inc. (the second low bidder), submitted the attached format bid protest to the City with regard to Corona del Mar Water Transmission Main Pipeline Improvement project As part of the bid review process, both staff and the project's Engineering Consultant, PSOMAS and Associates, checked and verified the references submitted with the bid package, reviewed the proposed bid cost and felt confident that TE Roberts has a strong history of completing projects on or ahead of time, and has the experience and expertise to complete a project of this size. Additionally, the City recently used TE Roberts on a previous water main replacement project (St. James Road and Kings Place C-4775), TE Roberts completed this work in a timely and efficient manner and exhibited exceptional customer service. This was a very high priority job due to 3 previous main breaks and TE Roberts completed the job 20+ days ahead of schedule. Staff has reviewed Vido Artuckovich & Son's bid protest letter and does not share their concerns. Staff recommends accepting TE Roberts as a responsive and responsible bidder and awarding the contract to TE Roberts as recommended in the original staff report. Submitted by: n 6avid A. -Webb Public Works Director Attachment: A. tetter of protest dated January 16, 2013 Page 1 of 6 VVJW Lnld lf:OU LnGb*Innd7GH HKIURUVIUM VL Vali FACSIMILE TRANSMITTAL 11155 RUSH Sxl[tiPET SOUTH EL MONTE, CALIFORNA 91733 Ph,- 626-444-4266 FX: 626-444-3959 I -Rut 171 / k,7o ATTACHMENT A The information contained in this facsimile message is legally privileged and coufideniial information intended only for the use of the individual or entity named below. if the reader of this message la not the intended recipient, you are hereby notified that any dissemiundon, distribution, or copy of" telmopy is strictly prohibited. ffyou have received this telecopy in error, please immediately notify us by telephone at 626444.4286 and return the original message to its at the address abovevia United States Postai Service. Thankyou. .Date: i/1.6/2013 To: Michael Sinacori From: Mark Artukovioh Subject: Bid Protest Comments: Number of pages: 5 itacluding cover, Page 2 of 6 VIIA01'ev" 11:1]tl I-Wf LJVIt [ VSUNY UIDO AI3TUKOVICHm& 1 � IN / Y10 AR, INC 11155 Rush streot Swill tri Moate, Calif mia 91733 t3B11iEPLAL (626) 444-0286 Fax: (8 18) 444-3989 SINC9 V19 1/16/2013 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Bcach, California 92663 RF,: Corona Del Mar Transmission Pipeline Improvement Contract No. 4603 Subject: Aid protest Dear Board: t'Ml GGf GU Vido Artu1<ovich & Son, Inc. / Vidmar, Inc. a 3V (Artuliovich) is the apparent second low bidder on the aboverefezenced project. Artukovich herobyprotests the bid of T. E. Roberts, Inc, (Roberts) as non-responsive and not responsihle. In summary Roberta is not aresponsib[a sad non-responsivebecause (1) Roberts has made an %Tor In its bid and has been given an unfair advantage. (2) Roberts, license No. 603005, has no experience listed, and cannot list any project of this type and size, In fact, this project will be the largest project by more them double in a very densely populated area in Corona Del Mar and Newport Boach. ,Public Contract Code sectionl103 ioads, "Responsible bidder," as used in this pact, means a bidder who has demonstrated the attribute of trustwortivness, as well as duality, fitness, capacity, and experience to satisfactorily perform the public works contract. The Legislature finds and declares tbat this section is declaratory of existing law". Roberts has no experience in this type or size of work. This project would be Roberts' largest project by more than double_ Robtats has made material errors in Bid Item's 1, 2 and 3 and Roberts' bid is not in strict and full accordance witb the material terms of the bidding instructions. Bid Item 1, Mobilization. and Demobilization, Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP Page 3 of 6 01/16/2013 17:00 162GA463909 PWLA<OVit:tt V1L'MAN t,Mi h nsmo or BMP Pian and construction schcdulo, and all other related wortc as required by the Contract Documents, It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of LISA marking and providing any required documentation as noted In these Special Provisions. Robots bid, Bid It%nNo. 1, at a %S price of $75,000 is 210% less than tba Engineer's eatimate ($212,375), 235% less thailthe second bidder ($250,000) and 215% less than the tllird bidder ($235,000). This is an obvious error, and causes for.RoWts bid to be rejected for non-reapo)mlvenoss. Further, it is clear Roberts bid is unbalanced. Bid Item 2, Traffic Control, work under this iteral shall include delivering all required notifications and temporary parking permits, post sighs and all costs incurred notifying residents. In addition, tills item includes, if required, preparing traMo control plans prepared by, and signed by a California licensed traffic 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 -call, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and ntateriala necessary to comply with these project plans, W.A.T.C.H. Manuel, Latest edition, and City of Newport Beach Requirements. Roberts bid this item at $25,000, 380% less than the Engineer's estimate, 200% less than the second bidder did and 86% less than the third bidder. This is an obvious error, and causes for Roberts' bid to be rejected for non -responsiveness. Further, it is clear Roberts' bid is unbalanced. Bid Item 3, ixcavation Seety, Work under this item shalt include adequate sheeting, shoring aid braoing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders inoludiug, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to confoxm to the requirements of any OSHA and the Construction Safety Orders ofthe State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Roberts bid item 3 at $9,000 dollars, the Engineer bid this item at $102,000 and the second bidder bid this item at $1.00,000 dollars, Roberts' bid for this item is more than 1000 % lower than the Engineer end second bidder. This Is an obvious error, and causes forRoberts bid to be rejectedfor nonresponsiveness. Furthor, it is clear Roberts bid is unbalanced, To be responsive, a bid must be in strict and full accordance with the material terms of the bidding instructions. 102 Usually, whether a bid is responsive can be determined fiom the face of the bid without outside investigation or information. 103 For certain technical proposals, however, an agency may .require the bidder to demonstrate proposed systems or submit Page 4 of 6 e1/1G/2813 17:00 162044,13909 ARIUMICH. VIUMAN f'AG4 8A791113 additional information In order to determine whetlior the bid mcots tbo specifications. 104 A bid that varies ainterinlly from Ole bidding instructions must be mjected.10.5 Responsiveness is evaluated on a case by -case basis, Given the complexity of inmy construction projects, there will inevitably be some variation between bid proposals and the bid doctnnents, This raises issues of whether avariation is "material" or "immaterial" mid whether variations may be waived by the awarding authority. 106 Any "material" variance in a bid may not be waived by the awarding authority, and bids containing "material" vadauoes must be rejected. 107 A bid fails to comply .materially with the bid package if it gives the bidder a substantial economic advantage or benefit not enjoyed by orber bidders or if the bidder could have withdrawn its bid without forfeiting its bid security. 108 A substantially conforming bid, although not strictly respottsii e, may be accepted if the variance cannot have affected the amount of the bid or given a bidder an advantage or benefit not allowed other bidders. 109 llowevcr, a local agency is not required to waive insubstantial deviations filum bid requirements because the power to waive immaterial bid deviations is discretionary, not mandatory. I10 Mareover, an agency cannot reject a bid on the basis of arbitrary or unViAttenpolieles. 111 A bid may be refected as.nonresponsive without a hearing, 112 The case of Menefee v, County of Fresno 113 illustrates the application. of the rules concerning responsiveness and waiver of immaterial deviations, In Meng/ee, the Iow bid was challenged because the bidder failed to sign the appropriate line on the proposal shoot of its bid foam, although the form was signed in other places and was accompanied by a signed bid bond. The court uphold the award of the contract to the low bidder. It did not matter where the bid was signed, as long as it was signed by the appropriate parties. The court concluded that because the bidder gained no advantage, the public agency could waive the immaterial defect. Under the factspresented in Menefee, the court held that the low bidder could pot refuse to atter a contract based upon its failure to sign the bid form, and thus affirmed the trial court's ruling validating the eouoty's decision not to consider the unsigned bid as nonrasponsivc. The court in Valley Crest Landscape, Inc. v. Ciry Counotl of Davis 114 applied the analysis set forth in Menefee to overtunt award of a contract to a bldder that was permitted to recalculate the arnotmt of work to be performed by the contractor's own forces. The court concluded that the low bidder in the Yalley CS -est case had an unfair advantage because It could have withdrawn its bid, Misstating the comet percentage of work to be done by a subcontractor is in the nature of a typoVaphical or arithmetic error, It makes the bid utatorially different and Is amimkc in filling out the bid; therefore, under California Public Contract Code § 5103, the low bidder could have sought relief by givhmg lite city notice of the mistake within five days ofthe bid opening. Tile fact that the low bidder did not seek such relief was irrelevant. The key point was that such relief was available and the low bidder thus had a benefit not available to the other bidders since it could have backed out of its bid. Therefore, its mistake could not be waived as au immaterial irregularity, Valley Crest is also noteworthy because, by the time the case was decided, the contractor who received the award had substantially performed its contract. The court of appeal declined to consider whether the con tractor was entitled to the reasonable value of the work performed notwithstanding the factthat the court had declared the contract void. 115. As addressed above, Roberts has provided the City of Newport an unbalanced bld and Is von -responsive and as further pointed out, the way Roberts submitted his bid he has gained and Page 5 of 6 03,116/2013 17:80 16264443969 ARTUKOVIGH VIDI'M I'/Xil-. bb/klb unfair advantage and his bid should be re(eote d. Last of all, Roberts does not qualify as a qualified contractor i.e, experience. We wait your response. Vm truly yours, �Atfukoviclxjark anaging Partner 1n Ta?dor But Son.. len, Y. San Diego Rd. of Pduo,. 195 Cat, App.3d 1331 (1987); MGM Constr., lne. v, Clty & Coun of SF,. 66 Cal. App. 40t 359 (1995). 103 Valley Crest i.ondseape, Inc, V. City Coonoll of tha City of Davis. 41 CHI, A* 4d+ 1412 11996). X06 Soo, o.&, , d. of Cir., it Cal. App. 41h 7446(7992). to $dmson v, Hanley, 151 Cal, 379 (1907); 6hltortf Cotunr, Co, v, Cloy ofRlchmond.45 Cal. App. 481 097 (1990, 1on Sea, a,R., Monerae. V. County of P7esno, 163 Cat. App, M 1175 (1986). 10,siimson Y. HAnlay,151 Cal- 379 (1907). 1111 Mone£oe v County of Fresno, 163 Cal. App, 3d 1175 (1985), le'Seo Untvetra) DpPro6aots v.Modectn, 43 Cal, App, 3d 14$(1974). SS9 MCM ContK Ina v.Ciiy & County of SF., 66 Cat. App, 41h 359 (1998). 111 See, e.g. Monterey Nodi. Co. v_ Sacrumenia Rciel County Sanitation Dist, 44 Cal. App. 4th 1391 (1995). }ossa, og., F.ducadanal & Rscrcairansl Sens., arta v,Pnaadona Untied Sah. Dist, 69 CsLApp, 3d 775 (1977), 1' 163 Cal. App.3d 1175 (1985). "'Ilt Cal, App, 4Lh 1432 (1996)- A me 1996).Ame deelded shortly aNr YaRty Oom Involved strikingly olmller dreumstanoos but readied d1froina mwl..Pee Qhilohl Consb. Co, Y. City of Richmond. 45 Cal. App. 401 097 (19961 revlov dented Page 6 of 6 I 1155 Rush Street (626)444-4286 1/1612013 SON, INC. E South Ll Monte, California 91733 Fax: (818) 444-3989 To the honorable City Council City ofNewport Beach 3300 Newport Boulevard Newport Beach, California 92663 GENERAL CONTRACTORS SINCE 1919 RE: Corona Del Mar Transmission Pipeline Improvement Contract No. 4603 Subject. Bid Protest Vido Artukovich & Son, Inc. l Vidmar, Inc. a IV (Artukovich) is the apparent second low, bidder on the above referenced project. Ariukovich hereby protests the bid of T. L Roberts, Inc. (Roberts) as non-responsive and not responsible. in summary Roberts is not a responsible and non-responsive because (1) Roberts has made an error in its bid and has been given an unfair advantage. (2) Roberts, license No. 603008, has no experience listed, and cannot list any project of this type and size. In fact, this project will be the largest project by more than double in a very densely populated area in Corona Del Mar and Newport Beach. Public Contract Code sectionl 103 reads, "Responsible bidder," as used in this part. means a bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity, and experience to satisfactorily perform the public works contract. The Legislature finds and declares that this section is declaratory of existing lave". Roberts has no experience in this type or size of work, This project would be Roberts' largest project by more than double. Roberts has made material errors in Bid Item's 1, 2 and 3 and Roberts' bid is not in strict and full accordance with the material terms of the bidding instructions. Bid Item 1, Mobilization and Demobilization, Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA marking and providing any required documentation as noted in these Special Provisions. Roberts bid, Bid Item No. 1, at a LS price of $75,000 is 210% less than the Engineer's estimate ($212,375),235% less than the second bidder {$250,000} and 215% less than the third bidder t$235,000). This is an obvious error, and causes for Roberts bid to be rejected for non -responsiveness. Further, it is clear Roberts bid is unbalanced. Bid Item 2, Traffic Control, work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes, if required, preparing traffic control plans prepared by, and signed by a California licensed traffic 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 these project plans, W,A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Roberts bid this item at $25,000, 380% less than the Engineer's estimate, 200% less than the second bidder did and 86% less than the third bidder. This is an obvious error, and causes for Roberts' bid to be rejected for non -responsiveness. Further, it is clear Roberts' bid is unbalanced. Bid Item 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 OSHA and the Construction Safety Orders of the State of California„ pursuant to the provisions of Section 6707 of the California Labor Code. Roberts bid item 3 at $9,000 dollars, the Engineer bid this item at $102,000 and the second bidder bid this item at S 100.000 dollars. Roberts' bid for this item is more than 1000 % lower than the Engineer and second bidder. This is an obvious error, and causes for Roberts bid to be rejected for non -responsiveness. Further, it is clear Roberts bid is unbalanced. To be responsive, a bid must be in strict and full accordance with the material terms of the bidding instructions. 102 Usually„ whether a bid is responsive can be determined from the face of the bid without outside investigation or information. 103 For certain technical proposals, however, an agency may require the bidder to demonstrate proposed systems or submit additional information in order to determine whether the bid meets the specifications. 104 A bid that varies materially from the bidding instructions must be rejected. 105 Responsiveness is evaluated on a case by basis. Given the complexity of many construction projects, there will inevitably be some variation between bid proposals and the bid documents. This raises issues of whether a variation is "material" or "immaterial" and whether variations may be waived by the awarding authority. 106 Any "material" variance in a bid may not be waived by the awarding authority„ and bids containing "material" variances must be rejected. 107 A bid fails to comply materially with the bid package if it gives the bidder a substantial economic advantage or benefit not enjoyed by other bidders or if the bidder could have withdrawn its bid without forfeiting its bid security, 108 A substantially conforming bid, although not strictly responsive, may be accepted if the variance cannot have affected the amount of the bid or given a bidder an advantage or benefit not allowed other bidders. 109 However, a local agency is not required to waive insubstantial deviations from bid requirements because the power to waive immaterial bid deviations is discretionary, not mandatory. 110 Moreover, an agency cannot reject a bid on the basis of arbitrary or unwritten policies. I 1 I A bid may be rejected as nonresponsive without a hearing. 112 The case of Afenelec v. County of I resno 113 illustrates the application of the rules concerning responsiveness and waiver of immaterial,deviations. In Uenefee, the low bid was challenged because the bidder failed to sign the appropriate line on the proposal sheet of its bid form, although the form was signed in other places and was accompanied by a signed bid bond. The court upheld the award of the contract to the low bidder. It did not matter where the bid was signed.. as long as it was signed by the appropriate parties. The court concluded that because the bidder gained no advantage, the public agency could waive the immaterial defect. Cinder the facts presented In Alcnej'ae, the court held that the low bidder could not refuse to enter a contract based upon its failure to sign the bid form, and thus affirmed the trial court`s ruling validating the county's decision not to consider the unsigned bid as nonresponsive. The court in Valley Crest Landscape, Inc, v. City Council of Davis 114 applied the analysis set forth in Menefee to overturn award of a contract to a bidder that was permitted to recalculate the amount of work to be performed by the contractor's own forces. 'Be court concluded that the low bidder in the Valley Crest case had an unfair advantage because it could have withdrawn its bid. Misstating the correct percentage of work to be done by a subcontractor is in the nature of a typographical or arithmetic error, it makes the bid materially different and is a mistake in fl Iling out the bid, therefore, under California Public Contract Code § 5103, the low bidder could have sought relief by giving the city notice of the mistake within five days of the bid opening, The fact that the ImN bidder did not seek such relief was irrelevant. The key point was that such relief was available and the love° bidder thus had a benefit not available to the other bidders since it could have backed out of its bid. Therefore, its mistake could not be waived as an immaterial irregularity. Palley Crest is also noteworthy because, by the time the case was decided, the contractor who received the award had substantially perforated its contract. The court of appeal declined to consider whether the con tractor was entitled to the reasonable value of the work performed notwithstanding the fact that the court had declared the contract void. 115. As addressed above, Roberts has provided the City of Newport an unbalanced bid and is non-responsive and as further pointed out, the way Roberts submitted his bid he has gained and 01./16/2013 17:00 16264443909 ARTUI<OV1U'I V1UhlAK I'AUL: ab/ab unfair advantage and his bid should be roleoted. Lost of all, Roberts does not qualify as a qualified contractor i.e, experience. We wait your response. very poly yours, v" 7 ark Artukovich Managing Partner 1' Taylor Bus Serv.. Ino, v, San Diego lad. of F,duo,. 195 Col. App. 3d 1331 (1987), MCM Constr., Ino. v. City & County of S,P,. 66 Col. App. 40h 359 (1998). 1" Valley Crest Landscape, Inc. V. City Council of the City of Davis. 41 Col, App. 4th 1432 (1996). 10s,Sao, 0.9, U• ., lnm Eld. of Cot, 11 Col. App. 4th 1446 (1992)- 'a Unison v, Hanley, 151 Col. 379 (1907); Ghltotd Constr. Co, v. City of Richmond. 45 Cal. App. 4th 897 (1996). 100 See. e.g.. Monefoo v, County of rresno• I6.3 Col. App. 3d 1175(1985). 107 Stimson v. Hanley, 151 Cni. 379 (1907). 100 Menefee v. County of Fresno, 163 Col. App. 3d 1175 (1965). too Sea Universal nyProduois Y. Modesto, 43 Cal, App. 3d 145 (1974). "o MCM Comte Inc. v. Cily & County of S.F., 66 Col. App, 41h 359 (199h)- "' Sec, e.g. Monreray Mock Co. v. Sacmmcnio Rciel County Sanitation Dist., 44 Cal. App. 4th 1391 (1996). "a Sea og., Educational & Recrcofional Servs. Inc. v, Pasadena Unified Soh. Dist., 65 Cal. App. 3d 775 (1977). ltd 167 Cal. App. 3d 1175(1985). 4! Cal. App. 4111 1432 (1996)- 116 A case decided shanly after Valley Craw Involved strikingly similar dreumstanaas bill reached a dI%=t result. See Ghiloft l Coast% Co. v. City of Richmond, 45 Cal. App. 4d1897 (1996), reviely den;ed Page 6 of 6 Corona del Mar Water Transmission Main Pipeline Improvements Award of Contract (C-4603) Newport Beach City Council Meeting January 22, 2013 Agenda Item No. 16 /j Background Water Master Plan identified the need for new water transmission main from Big Canyon Reservoir to Corona del Mar area. Reasons for new pipeline: • Improve supply pressure • Increase fire flows • Provide pipeline redundancy • Improve operation and service reliability 1Is Pipeline Alignment • 30 -inch transmission main: • Pacific View Drive: POC to San Miguel Drive • San Miguel Drive: Pacific View Dr. to MacArthur Blvd. • MacArthur Blvd.: San Miguel Dr. to East Coast Hwy. 24 -inch transmission main: • East Coast Hwy.: MacArthur Blvd. to Fernleaf Ave. • Carnation Ave.: East Coast Hwy. to Bayside Dr. • Jack and Bore under East Coast Hwy. at Carnation Ave. 16 -inch transmission main: • Dahlia Ave.: East Coast Hwy. to 5th Ave. 5th Ave.: Dahlia Ave. to Fernleaf Ave. Relocate Pressure Regulator structure at East Coast Hwy. and Dahlia Ave. - - --. rdmuEL SANlk_ `- 1 ,A, '\:� I:III:anote MACARTHUR _BLVD =3Oki AM -00000 A Oki IFAI 0 10 A;r 1 7 , ma c -WIN Of" AV '14 'MA Oki 0F!\Im0vi gv If All r ?a ' !Y'' �'' _I. .�w, ��. :_gym" �v\ r ISO r Q AVENUE03 4-7 TIM ti jib Ah DITCTJoqh J1 Project Schedule Award Contract Contractor Preparation/pipe order Construction Start Construction Complete January 22, 2013 Jan - Apri12013 April/May 2013 Summer 2014 Traffic Handling Plans include construction in multiple stages to avoid disrupting traffic as much as possible. Bid Results Opened bids on January io, Zoi3 at io:oo AM Total of ii bids received Lowest four Bids as follows: • T.E. Roberts, Inc. • Vido Artukovich and Sons, Inc. • CCL Contracting, Inc. • GRFCO, Inc. $4,402,750.00 $4,624,500.00 $4,877,350.00 $4,938,000.00 Engineers Est. (Psomas and Assoc.) $4,373,000.00 Bid Protest Received bid protest from on January 16, 2013. Reasons given for protest: Vido Artukovich and Sons, Inc. • Low bid is unbalanced • Low bidder does not possess necessary experience Staff checked low bidder's references, which were all positive. Staff does not consider low bid unbalanced. Staff reviewed bid protest with City Attorney's office and finds it without merit. r Recommendations Approve project plans and specifications Award contract for Corona del Mar Water Transmission Pipeline Improvements - Contract No. 4603 to low bidder T.E. Roberts, Inc. for total bid price of $4,402,275.00 Establish contingency amount of $440,275.00(10%) Approve Budget Amendment appropriating $973,451.00 from Water Enterprise Fund to CdM Transmission Main CIP Account. 0 .4_ Public Works Department A Well -Engineered Machine Protecting and Providing Quality Public Improvements and Services