Loading...
HomeMy WebLinkAboutC-5481 - Newport Boulevard Water Main Replacement Via oporto to 28th Street and 28th Street to 19th StreetSeptember 27, 2017 T.E. Roberts, Inc. Attn: Timothy Roberts 306 W. Katella Ave. Suite B Orange, CA 92867 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAX newportbeachca.gov Subject: Newport Boulevard Water Main Replacement Via Oporto to 28th Street and 26th Street to 19th Street — C-5481 Dear Mr. Roberts: On September 27, 2016, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 29, 2016 Reference No. 2016000472305. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond number is 106256239. Enclosed is the Faithful Performance Bond. Sincerely, y � r Leilani I. Brown, MMC City Clerk Enclosure EXECUTED IN TWO COUNTERPARTS EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 106256239 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 37,111 , being at the rate of $ 14.40/$10. 10/$9. 60 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to T. E. Roberts, Inc. hereinafter designated as the 'Principal," a contract for: Newport Boulevard (Via Oporto to 28th Street): The work necessary for the completion of this contract consists of: the abandonment of the 20-inch/16-inch diameter cast iron water transmission main; the construction of a 24 -inch water transmission main replacement including all appurtenances, fittings, and connections within Newport Boulevard within this stretch of the street; the abandonment of several adjacent smaller size cast iron distribution mains; and the construction of the 6-inch/8-inch/10-inch and 12 -inch replacement distribution water mains. Newport Boulevard (26th Street to 19th Street): The work necessary for the completion of this contract consists of: the abandonment of the 16 -inch diameter cast iron water transmission main; and the construction of a 16 -inch water transmission main replacement including all appurtenances, fittings, services, and connections within Newport Boulevard within this stretch of the street. Sewer Replacement/Repair: The work necessary for the completion of this contract consists of: the spot repair of portions of several existing sewer mains; the reconstruction of existing sewer from manhole to manhole in Finley Ave. (West); and the reconstruction of existing sewer from manhole to just outside of an existing OCSD manhole in Newport Blvd. The work necessary for the completion of this contract includes providing traffic control, dewatering, and pavement replacement per the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Five Hundred Eleven Thousand Five Hundred Fifteen Dollars and 00/100 ($3,511,515.00) 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 T. E. Roberts, Inc. Page B-1 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 City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 13Txday of _ MAY 20 15 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone Authorized Agent Signature CHARLES L. FLAKE, ATTORNEY-IN-FACT Print Name and Title ;,e.t'5 T. E. Roberts, Inc. Page B-2 APPROVED AS TO FORM: DCITY ate: ATT�11711�'IS�OFFICE By: W V Ak6n C. Harp aM at114lir City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T. E. Roberts, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califoj�i County of Ur ' e ss. ' I On l 20,5 before me, 6r6 Notary Public, p rsonally appeared Tlfntri{ j R &C—Y-E-3 who proved to me on the basis of satisfactorya dence 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/thoir 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. KINE NEWETT WITNESS my hand and official seal. Signat- a COMM. #2054795 z NotaryPubilo • Califania o Orange County t Comm. Ex fres Feb. 7, 2018 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T. E. Roberts, Inc. Page B-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 3FFN?nM.FN YYJ . wM diT`�CisY"`..n�_vYr.✓, LLCM . .L'C'�LYJIN�M�YNN. _ _ A notary public or other officer completing this certificate verifies only the. identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE On 5/13/15 before me, LEXIE SH RWOOD - NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CHARLES L. FLAKE Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. LEXIE SHERWOOD ->_ s COMM. t« 2031782 C Z3@ ': <F%%"'" NOTARY PUBLIC *CALIFORNIA 3._. ORANGE COUNTY Comm. Exp. JULY 27, 2017 wvYvvw Place Notary Seal Above 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 Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: y< � .d dry d d•.d d. y� o r � .. L . d .. �. •y :rr d • y :rr : a•r TRAVELERS J AWbk POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 228054 Certificate No. 006199093 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Richard A. Coon, and Spencer Flake .of the City of Anaheim California State , e , thew true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNF_4arWHja fg EREOF, the Comphave caused this instrument to be signed and their corporate seals to be hereto affixed, this day of M hh . JJ Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 6th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company OCG .1�i 9 '1. 6•L Ppalll-�.YSGgf ,pi�94gPry 'p1.RY Rry< CIRR6WFr�'q Y -V 1 'MFL1� O �-1 na951 b.F 0.VOR•),::i, 4 P 9 e Y91I o Y0R4J n f i n 1951 I t sr �_ 3 xaarroro, ;svamlarm.5 "x6m R, der. n� NFt�•tiSR AL��o' a� SBEL%z° CAIN. 8 �Wfw�e 1888 < m V6nucE 19�ANia tr ......'+° � - ��e ♦ ao�" `rfq�Ald^' State of Connecticut City of Hartford as. By: Robert L. Raney, Venior Vice President 6th March 2015 On this the day of before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TfT In Witness Whereof, I hereunto set my hand and official seal.T*Aq (�A, k C , My Commission expires the 30th day of June, 2016. p�klG '1r Marie C. Tencaulq Notary Public 58440-8-12 Printed in U.S.A. IT This Power of Attorney is granted under and by the a,.,nority of the following resolutions adopted by the Boards or Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farrington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked, INTESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 13TH day of MAY 4 Z � Ii Kevin E. Hughes, Assistant Sec tary 2015 . �41.SU.IE'` ' 1E,i4 C��rl �4q pi18449 �„v Yllryd� �� RV011 4I 44 i'M••...•..6 4 �$` 4ysYnY 1977 " Nm7ViNtta �� _^� Few"°�n91E:n m xnRlFoao. Swwrtarn.6 'y "�+owm gb ,pl't 1951 Ng o ILL' IR 41 SEAL. i W NOt toga r • M� � M 'ELR.ING6 V\.,.,µ:A AZ' O\.... +� 1 s .` � •Ih A1Na� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER December 5, 2016 T.E. Roberts, Inc. Attn: Timothy Roberts 306 W. Katella Ave. Suite B Orange, CA 92867 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov Subject: Newport Boulevard Water Main Replacement Via Oporto to 28t Street and 26d, Street to 191h Street C-5481 Dear Mr. Roberts: On September 27, 2016 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 29, 2016, Reference No. 2016000472305. The Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 106256239. Enclosed is the Labor & Materials Payment Bond. Sincerely,, Ave � Leilani I. Brown, MMC City Clerk Enclosure EXECUTED IN TWO COUNTERPARTS EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 106256239 PREMIUM: INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T. E. Roberts, Inc. hereinafter designated as the "Principal," a contract for: Newport Boulevard (Via Oporto to 28th Street): The work necessary for the completion of this contract consists of: the abandonment of the 20-inch/16-inch diameter cast iron water transmission main; the construction of a 24 -inch water transmission main replacement including all appurtenances, fittings, and connections within Newport Boulevard within this stretch of the street; the abandonment of several adjacent smaller size cast iron distribution mains; and the construction of the 6-inch/8-inch/10-inch and 12 -inch replacement distribution water mains. Newport Boulevard (26th Street to 19th Street): The work necessary for the completion of this contract consists of: the abandonment of the 16 -inch diameter cast iron water transmission main; and the construction of a 16 -inch water transmission main replacement including all appurtenances, fittings, services, and connections within Newport Boulevard within this stretch of the street. Sewer Replacement/Repair: The work necessary for the completion of this contract consists of: the spot repair of portions of several existing sewer mains; the reconstruction of existing sewer from manhole to manhole in Finley Ave. (West); and the reconstruction of existing sewer from manhole to just outside of an existing OCSD manhole in Newport Blvd. The work necessary for the completion of this contract includes providing traffic control, dewatering, and pavement replacement per the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Five Hundred Eleven Thousand Five Hundred Fifteen Dollars and 00/100 ($3,511,515.00) 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 T. E. Roberts, Inc. Page A-1 the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 13TH day of MAY 2015 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone Authorized CHARLES L. FLAKE, ATTORNEY-IN-FACT Print Name and Title T. E. Roberts, Inc. Page A-2 APPROVED AS TO FORM: CITY ATTORNEY'S VFFICE Date: By: Aaron C. Harp aro+ 6*16115- City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T. E. Roberts, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of i ss. On M 20 15 before me, Notary Public, pe sonally appeared Tr)';•'),rr1h4 �rer�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. WITNESS my hand and official seal. Signature KIN E. NEWETT 1 o COMM. #2054795 z NOUN Public • California c branp County My Comm. fres Feb. 7, 2018 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of 1 ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T. E. Roberts, Inc. Page A-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 reS)arr.. rsr.<-em:Y-.<r-arc-r�..ar.,x--'>.€r�r . - ^-r�r�.�e.ceessr�`<-c• - - _ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE On 5/13/15 before me, LFXIE SHERWOOD — NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CHARLES L. FLAKE Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. LEXIE SHERWOOD COMM. # 2031782 3 U "i1'Z ?<'>" NOTARY PUBLIC .CALIFORNIA n ORANGE COUNTY - Comm. Exp. JULY 27, 2017 Place Notary Seal Above 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?x. Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: TRAVELERS J� POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 228054 Certificate No. 006199094 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance.Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Richard A. Coon, and Spencer Flake of the Cit of Anaheim California City ,State of ,Neu true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WFFNFSarTEREOF, the Compift.J ave caused this instrument to be signed and their corporate seats to be hereto affixed, this day of M hh 55 , Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 6th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company T r,avelers Casualty and Surety Company of America United States Fidelity and Guaranty Company G .Ir JN 64 5.111X,rG p, iN54q >TT 4N0 Nq Y ?pp e1 t f e:N(�Cr`Fi�(��' 1977Ne 1a9reRA1FD „nr n J`Oa\(n/m11�38L36Y �Z4 RA[89M6'vIml 9 State of Connecticut City of Hartford as. By: Robert L. Raney, tenior Vice President On this the 6th da of March 2015 y , before me personally appeared Robert L. Raney, who acknowledged himself to he the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized an, to do, executed the foregoing instrument for the purposes therein contained by signing on behalf ofthe corporations by himself as a duly authorized officer. p.TifT In Witness Whereof, I hereunto set my hand and official seal. *R My Commission expires the 30th day of June, 2016. C+'0UBl1ps 58440-8-12 Printed in U.S.A. `Cl\Gjv,.` 02. Marie C. Tetreaulq Notary Public IS INVALID WITHOUT THE RED This Power of Attorney is granted under and by the a,.,mrity of the following resolutions adopted by the Boards or Directors of Farrington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and. United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents in act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's time and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is - FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice Resident or any Vice President, any Second Vice Resident, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice Resident, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin 9- Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 13TH day of MAY 4 (N Kevin E. Hughes, Assistant Sec tary 20 15. or.su�rrag x po.R% IN, 9 JN''IN9V97h �.�. +rye tW'gnr ®R, yig i xanRMn.9 nanoaaIs1 ySE flL o' a�SBALi° o Ypf To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. Document -1973294 -Page -1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 11111111111111111111111111111111111111111111111111111111111111 Jill I 1111111NO FEE *$ R 0 0 0 8 7 2 6 6 0 0$ 2016000472305 9:59 am 09129116 90 SC5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and T.E. Roberts, Inc., Orange, as Contractor, entered into a Contract on May 13, 2015. Said Contract set forth certain improvements, as follows: Newport Boulevard Water Main Replacement Via Oporto to 281h Street and 26" Street to 19th Street C-5481 Work on said Contract was completed, and was found to be acceptable on September 27, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety CompanyA America. BY 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 U_, at Newport Beach, California. BY City Clerk O U. c'9tI pppN�P about:blank 09/29/2016 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and T.E. Roberts, Inc., Orange, as Contractor, entered into a Contract on May 13, 2015. Said Contract set forth certain improvements, as follows: Newport Boulevard Water Main Replacement Via Oporto to 28th Street and 26th Street to 19th Street C-5481 Work on said Contract was completed, and was found to be acceptable on September 27, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company f America. Public Works Director City of Newport Beach certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. PO BY l �EW City Clerk C � n U Z C',9�' Fp RNP �EWPR CITY OF T - z NEWPORT BEACH <,FoR�P City Council Staff Report September 27, 2016 Agenda Item No. 4 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer atran@newportbeachca.gov PHONE: 949-644-3315 TITLE: Newport Boulevard Water Main Replacement (Via Oporto to 28th Street and 26th Street to 19th Street) — Notice of Completion for Contract No. 5481 (Project No. 15W02) ABSTRACT: On May 12, 2015, City Council awarded Contract No. 5481 for the Newport Boulevard Water Main Replacement project to T.E. Roberts, Inc. of Orange, California. The work is now complete and staff requests City Council acceptance of the work 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. (On May 12, 2015, City Council found this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302); 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 the acceptance by the City Council. 4-1 Newport Blvd Water Main Replacement Notice of Completion for Contract No. 5481 (15W02) September 27, 2016 Page 2 FUNDING REQUIREMENTS: Funds for the construction contract were expensed from the following accounts: Account Description Water Enterprise Fund Water Enterprise Fund — OCSD Reimb Contribution — Newport Bay Marina DISCUSSION: Account Number 70201931-980000-15W02 70201931-980000-15W02 015-241101 Total: Overall Contract Cost/Time Summary Amount $ 3,777,638.63 $ 55,297.66 $ 80,000.00 $ 3,912,936.29 Awarded Final Cost at Contingency Actual % Due to % Due to Contract Amount Completion Allowance Contract Directed Unforeseen Change Change Change $3,511,515.00 $3,912,936.29 10% or less +11.4% +3.9% +7.5% Allowed Contract Time + 250 Actual Time -44 Approved Extensions (days) = Under (-) or Over (+) The contracted work has now been completed to the satisfaction of the Public Works Department. A summary of the construction cost is as follows: Original bid amount: Actual Cost of Bid Items Constructed: Total Change Orders: Final Amount of Contract paid to TE Roberts: Reimbursement from Newport Bay Marina: Reimbursement from Orange County Sanitation District: Actual Final Cost to City for Contracted Work $3,511,515.00 $3,245,955.00 $666,981.29 $3,912,936.29 ($80,000.00) ($55,297.66) $3,777,638.63 This final overall cost of the construction contract to TE Roberts was $3,912,939.26 or 11.43% over the original bid amount. However the actual cost to the City for said work was $3,777,638.63 or 7.58% over the bid amount when one factors in the two reimbursements associated with the project. This contract cost overage was a combination of two factors; changes in the actual amounts of contract bid item quantities paid for, as well as agreed upon change orders for work not originally included in the contract. In the first case, the actual cost of contract bid items constructed was $265,560.00 less than the original bid amount. The majority of the cost savings in bid items is attributed to the deletion of the 12 -inch PVC water main within the alley between Finley Avenue and 32nd Street. During construction, the contractor discovered that the original cast iron water main in this alley 4-2 Newport Blvd Water Main Replacement Notice of Completion for Contract No. 5481 (15W02) September 27, 2016 Page 3 was previously replaced with a newer 12 -inch PVC pipe, which is in good condition. Staff determined that it was not necessary to replace this pipe. Additional savings related to bid item changes was attributed by an offsetting reimbursement by the Newport Bay Marina project. During the design phase, staff included water infrastructure improvements in the plans that were later required to be constructed by the Newport Bay Marina development. City staff negotiated with the developer to have the City's contractor construct their conditioned water infrastructure improvements within the public right-of-way and then received reimbursement check from Newport Bay Marina for this effort in the amount of $80,000.00. The project also generated several change orders during the construction phase which totaled $666,981.29. A large portion of the change order work was attributed to unforeseen utility conflicts as well as dealing with high groundwater (tidal) level. Due to many unknown/unmapped, buried utilities pipes (which are common with older streets) such as Newport Boulevard, the contractor had to revise the pipeline alignment in order to avoid utility conflicts. In addition, we encountered a significant amount of groundwater at depths as high as 2 feet below ground level. Due to the high tidal groundwater level, in combination with our efforts to minimize business and traffic impacts, the contractor needed to install an extensive dewatering system and also occasionally work at night which impacted production rates. One of the directed change orders was associated with the Orange County Sanitation District (OCSD) Sewer Force Main improvements on West Coast Highway. As construction of the project commenced, staff requested TE Roberts to add the replacement of a water main across West Coast Highway by Dover Drive that was originally going to be replaced by OCSD as part of their Sewer Force main project on Pacific Coast Highway. The original water main was removed by OCSD's contractor, Kiewit, in September 2014 to make way for their replacement sewer force main. Kiewit was to have this water main replaced prior to the summer months, however was behind schedule and was not going to be able to provide the necessary resources to complete the work per the approved schedule. Since this was one of two water mains that served the Bayshores community and is also a critical back feed to the Lido Island, the City negotiated with OCSD for our contractor (TE Roberts) to install the necessary waterline and complete this work for OCSD. The cost of this work was charged to the project; however, OCSD has since reimbursed the City its cost of $55,297.66 for this work. A summary of the project schedule is as follows: Estimated Completion Date per Baseline Schedule May 20, 2016 Notice to Proceed June 22, 2015 Contract Completion Date with Approved Extensions June 24, 2016 Actual Substantial Construction Completion Date April 22, 2016 The project was substantially completed as of April 22, 2016. Some miscellaneous close-out items, operation and maintenance turnover, and post -substantial completion activities needed to be finalized prior to this Notice of Completion action. 4-3 Newport Blvd Water Main Replacement Notice of Completion for Contract No. 5481 (15W02) September 27, 2016 Page 4 ENVIRONMENTAL REVIEW: On May 12, 2015, City Council found this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 Class 2C (replacement or reconstruction of existing utility systems involving negligible or no expansion of capacity). 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: Attachment A — Location Map FEN Attachment A PROJECT LOCATION NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 19TH ST LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5481 1 9/27/2016 I CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Until 10:00 AM on the 28th day of April, 2015, at which time such bids shall be opened and read for NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28TH STREET AND 26TH STREET TO 19TH STREET Contract No. 5481 $ 3,400,000.00 Engineer's Estimate Approved by 4%4ark Vukojevic l City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 There will be a Non -Mandatory Pre -Bid Meeting on Thursday, April 16, 2015, at 10:00 AM in the Civic Center Community Room at 100 Civic Center Drive, Newport Beach, CA 92660 Contractor License Classification required for this project: "A" For further information, call Andy Tran, Project Manager at (949) 644-3315 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA._qov CLICK: Online Services / Bidding & Bid Results City of Newport Beach NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO 19 STREET Contract No. 5481 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONSTO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................17 INFORMATION REQUIRED OF BIDDER.....................................................................18 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 INSURANCE REQUIREMENTS ............................... ............................................ A-1 LABOR AND MATERIALS PAYMENT BOND.......................................................B-1 FAITHFUL PERFORMANCE BOND.................................................................... C-1 PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS ............................... ............... ......................................... I.... SP -1 2 City of Newport Beach Contract No. 5481 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 bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. Contractor's License No. & Classifi ation J I0000DOLSO Hb-lC5 DIR Reference Number & Expiration Date I - E • 4 beXts I nL B' der I ' (\ � pYal � i Authorized Signature/Title -f rno " 4w's H,2,'I-IS Date 2 BOND #10-B PREMIUM: NIL City of Newport Beach NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO 19THSTREET Contract No. 5481 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of NEWPORT BOULEVARD WATER MAIN REPLACEMENT, Contract No. 5481 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 10TH da, T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety 21688 GATEWAY CENTER DR. DIAMOND BAR, CA 91765 CHARLES L. FLAKE, ATTORNEY—IN—FACT Address of Surety Print Name and Title 909-612-3647 Telephone (Notary acknowledgment of Principal & Surety must be attached) I n��a�th �b2M ACKNOWLEDGMENT ............................................................................... State of California County of m6e, ) ss. On ",il,LS before Public, personally appeared -(UYV; Notary 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. � � Sig ature ;seed) ............................................................................... 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 / Treasurer _ Other: Other Information: [7 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 xar.�r.��rrsc.-r ��r�scis^��resurf�.�s�-rr�rtir�s.r_r�.ccs,ccrcr-y.,-... �rcrcc x A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Cal=fo County of bran a� On H-Z'IIt before me, NeWe&. /y0)'•RrV Pyb%/G Date Here Insert Name and Ie of the Officer personally appeared T(m(r 4 KC)bdy+- s Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KIM E. NEWETT WITNESS my hand and official seal. c COMM. #2054795 = Notary Public • California A Orange County �n Cantu. Ex =res Feb. 7, 2018 Signature IY Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Docue`�a Title or Type of Document: ��i `J fmad Document Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Date: Signer's Name: J Corporate Officer — Title(s); iJ Partner — J Limited iJ General Cl Individual I -i Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT I NV A po 2 M ............................................................................... 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) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature iseal; .....................•......................................................... 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 / Treasurer Other: Other `7 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. CALIFORNIA.. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE On 4-10-15 before me, LEXIS SHERWOOD — NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CHARLES L. FLAKE Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the 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. T_;; � LEXIS RWOOD WITNESS my hand and official seal. a COMM. # 2031782 S O NOTARY PUBLIC •CALIFORNIA ' V ORANGE COUNTY Signature {1 Comm. Exp. 27, 2017 ignature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator rl Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: .dVAk POWER OF ATTORNEY TRAVE L E RS J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 228054 Certificate No. 006199016 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duty organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the. State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexic Sherwood, Richard A. Coon, and Spencer Flake of the City of Anaheim , State of California , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of March 2015 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 6th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �GI.S�UgiJ` P,. 6,y PD xN.INT�9 Ji,+.Ix3V9gry Jn,.i NO` �xyp5Y3NY M"t"F/ �,OxVYR jf� $�� WCfPALR4/re G�" mi grrf lui ORgT` ^. `r s x3Raflgp e � 19%% � F� r�i - HNRnRJR[I, RMF6 � Rq 19$1 '' SECONN. cGIN. A 1896 sy Pq s c°m �d`...... .Y o j .p . N �RnucF 71N IM +....�N.% State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President On this the 6th day of March 2015 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guammy Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,Tl7 In Witness Whereof, I hereunto set my hand and official seal. � W �/" C . My Commission expires the 30th day of June, 2016. O '�UB60 ; Marie C. Teneault, Notary Public 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF City of Newport Beach NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO 19 STREET Contract No. 5481 DESIGNATION OF SUBCONTRACTOR(S) 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 Soecifications 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 Number Description of Work %of Total Bid Name: } tVr 1t(J �ltJq�er 1 101 •J/ Address: 115 E. �� °I3� Phone: �" I -7313 S 3� 1 State License Number: A N�3s5� DIR Reference: ( d0 b0 Email Address: t Name:�^'G��S Vn�l(Yll� ,' V Addr ss�: �}rltn9{ron fb2. etucrci�te,CF} �J3, Phone: 9 51 b t -g b S� (t 0 Cf ajI o vjD(�— State License NXmbbeer, D DIR Reference: I()0DO(?lu$bO �l Email Address: Name: TMc -5 Adress: H� 0"�51`t% &A0J& 6A I Phone: -1IE-1 5-7-D Lto'7i(o V­(Aff G Love 5 o JD/o State License Number: 1 5" 1 DIR Reference: 1 Ob C)OD J-701 q Email Address 4 . Bidder Authorized Signature/Title-flyymI Vows E] City of Newport Beach NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO 19 STREET Contract No. 5481 DESIGNATION OF SUBCONTRACTOR(S) 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 Number Description of Work %of Total Bid Name: pjG Address: Phone: , ��p -6311�//w�.1 �hrr 1 1I{ i Iib -"V `� i State License Numb r: ILII //11 ✓` \'l y •�I J . lJ DIR Reference: 't000C)-5,503 Email Address: Name: ceII� Address: k7),5&, Phone: 5 pt���Stat a License Ot DIR Reference: I Email Address: 6 Name: Address: Phone: State License Number: DIR Reference: Email Address Title Bidder Authorized SI nature/11mc�1ft�o}3E! (j aA City of Newport Beach NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO I 9TH STREET Contract No. 5481 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name T 1-Dbf xs . 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. 7 Project Name/Number La IPn Mainline QQ,,Iacfm�l�% fDiecfi ro4tYA6T No. 1014.o01 Project Description 212(OS' (o° I T" PVL VI?ChV1{/ LI M Q�RUYt oavlcrS Approximate Construction Dates: From 3'110-1S _To: Agency Name Wu I I w NI QUI° WGti 1'I Dl lCfi Contact Person S"IS VC Way_ _Telephone (qqi) �26 -353V Original Contract Amount $ 2 D Final Contract Amount $T bb- III RED�1 r� If final amount is different from original, please explain (change orders, extra work, etc.) nI /A at -N I's •fimt, Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No NO E No. 2 Project Name/Number W611CL Main WQ!.PimW t No e& o VarlDu`, trr�fiS Project Description jam! Q til u(LJC EA?A WO& Mash ahA Nanus AILCK Approximate Construction Dates: From 1,7-14 To: z-3 1 -IS- 2-L,�f W11i flmp18O Original Contract Amount $ 11-46 19inal Contract Amount $16(Z final &j)_ WI.9A irrxk�- `e 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 �/ Il�iq 'Drm-P j�, �Alaie+ 'l-XN),D�a 'ra �/ --ec (�Y'p .2 Project Description 9,DDDL�� 2�f 3b CM 5Feel U+flttles WA -[Yr Main Symon Approximate Construction Dates: From 10 -13 -(3 To: �- 71—ly l� (gipj d Agency Name 1 I'I l (1 � Ofd hj it Contact Person 'I I m-04 V m Ash - I.I W -Telephone (qA Original Contract Amount $1oi1tilol''Final Contract Amount $ Vl D - Final Ml usi 4ubmt4ed yet If final amount is different from original, please explain (change orders, extra work, etc.) 7P,f4 ng"eO - pim 5`rA�t Did -you file any claims against the Ag against you/Contractor? If yes, briefly id h -Agency file any claims and indicate outcome of claims. 10 f No. 4 ' Project Name/Number � ona �lP.l MAI '(r/A (l Allenw UAL P,, Co(l h'�G� ND. *03 Approximate Construction Dates: From 2-ZcY�13 To: Agency Name Contact Person M Ike, 30acorl _Telephone (qqq) fn�fl l. 33i2 Original Contract Amount $Jq!JS0Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO No. 5 Project Name/Number �i1 ✓IiIC S C'3 G� No. JT It Project Description ri1_0/4tIT1 Approximate Construction Dates: From To: ul)1ai Agency Name Contact Person TA` W.LQ*� Telephone (qpq) Sas-Uo77 Original Contract Amount $ t,M,DDb1 Final Contract Amount $ �� If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Rb 11 6011ahon Repair - No. to Project Name/N nibbP(Ale Project Description Approximate Construction Dates: From (1-2)0"173 To: i)11Ili) 1 061 Agency Name CA QE C-51- d Y-0 Contact PersonF)Lt�IC Telephone(pb) Original Contract Amount $JqLf.SV Final Contract Amount $ Tbp' �i1 Yi.Si If final amount is different from original, please explain (change orders, extra work, etc.) ♦ i 1 /. 1 /i /� i 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. NQ WD N0.7 Project Name/Number Project Description Approximate Construction Dates: From '�- 2-1�3 To: IO-lO �3 Agency Name&)At CA.IaSfi WAILL 18111d Contact Person raeA Penninghn _Telephone do 2-4 9 - 2-ogI Original Contract Amount $Z $hl -Final Contract Amount $ 2-17 501• 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., Nb 11A I YS Project Name/Number U11-11 Warr Male g a0wcf",nhS Approximate Construction Dates: From 3-11-13 To: (0-10-13 Agency Name Contact Person Telephone (510 ) V)Z' 5 55S Original Contract Amount ZI Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency/? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume General Construction Superintendent o Contractor. of the person who will be designated as on-site Construction Manager for the 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. T 21-a -s, c i _ �e�derrl Bidder Authorized Signature/Title-H" 12 Ueneral Co n5m(,fim 5v�tn+zf d -en JUSTIN R 0 B E R T S RESUME Ten years experience in the pipeline construction industry, managing and performing a full spectrum of general and specific pipeline labor duties. SKILLS Heavy Equipment Operator Skilled in the use of pipeline construction equipment and tools Effectively applies methodology and enforces project standards Strong communication and organizational skills Qualified and experienced in supervising work crews up to 10 persons Efficiently and effectively complete projects with quality results Participant in the Motor Carrier Employer Pull Notice Program EXPERIENCE T. E. ROBERTS, INC., TUSTIN, CA Superintendent 2004 - Present Manage completion of residential and commercial construction projects in a timely and professional manner. Supervise crews of skilled heavy equipment operators and general labor personnel. Maintain strict safety standards and procedures. TRAINING Heartsaver First Aid Certificate 1-21-10 Excavation Safety & Competent Person Certificate 2-21-09 California Class A Driver's License 2-18-09 Co►&mco WILLIAM 1gawye'' KUTLESA RESUME Twenty-seven years expertise as a Project Manager in the construction industry. SKILLS Analyze price quotes and other data to determine cost price structure Coordination of water, sewer and storm drain installation projects Budgetary management of project supplies, equipment and salaries Evaluate contract performance EXPERIENCE T. E. ROBERTS, INC., TUSTIN, CA Project Manager 2014 - Present Secure and estimate project bids. Oversee project coordination. Provide crew and project support as needed. KANA PIPELINE CO., HUNTINGTON BEACH, CA 2010 - Project Manager 2013 Oversaw project coordination. Provided support as needed. WISE LANDSCAPE CORP., ORANGE, CA 1985 - Estimator 1995 Secured and estimated project bids. Oversaw project coordination. Provided support as needed. Tce"�I.Aa_k TIMOTHY R 0 B E R T S General Engineering Contractor License A, #603008 RESUME Thirty 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 EXCELLENT QUALITY - RELIABLE - SERVICE ORIENTED City of Newport Beach Contract No. 5481 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of hnhr v F� being first duly sworn, deposes and says that he or she is roS d�tvrii' of T -P— Kph ls. file • , 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�of California the foregoing is true and correct. T E oh ,✓ts. Inc _ �`��� �� Presidert�f" Bidder Authorized Signature/TitleT� m i ber, Subscribed and sworn to (or affirmed) before me on this114"—day of (t 2015 by -f IIAMN4 Q nV>tY-tS I proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public [SEAL] My Commission Expires: 2'1'l 13 5-c Q4�k Gh 4 California Jurat CertWiaate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California S.S. Countyof Subscribed and sworn to (or affirmed) before me on this 2144N day of Apo t 20 \5 , by and proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me- K=1 e. KIM E. NEWETT I- p COMM. #2054795 Z 3_A" j Notary Public •California A —i Orange County Comm. Ex ices Feb. 7, 2018 Kt� [7� AM#. OPTIONAL INFORMATION Description of Attached Document The certificate is attached to a document btledtfor the purpose of �lbYl �n��Ugb�l �.F��cUlt containing —�— pages, and dated Lt.2'I"6 Method of Affiant Identification Roved to me on the basis of satisfactory evidence: fonn(s) of identificabon . credible wtness(es) Notanal event is detailed in nomryioumal on: , Paged_ Entry d Notary Other Affiant(s) Thumbprints) Describe: City of Newport Beach VIA OPORTO Tb--2-BTHSTREET AND 26T" STREET TO 19' STREET Contract No. 5481 DESIGNATION OF SURETIES Bidder's name �r1C 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): MS I 'OS30 4 @oC, Irvlrie(�,n r7rrre � 1 �DC?i Iw_ i-tie,CA RAi (14q) qfb-gg1j 14 City of Newport Beach NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO 19 STREET Contract No. 5481 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Te • 410VA-S 1IYAC- Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. W Current Record Record Record Record Record Year of for for for for for Record 2014 2013 2012 2011 2010 Total 20151 No. of contracts q 53 iso lu sl5 1S 4LOL Total dollar Amount of���S,IZli33S't4,�o3b,151n�8,4�t1,$W' Contracts (in Thousands of $ No. of fatalities O O p O 0 O No. of lost Workday Cases 2 O I O No. of lost workday cases involving permanent transfer to another job or termination of employment.._ The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. W Legal Business Name of Bidder 1.15. zobeyisl Inc. Business Address:2U19yV.I4A0lg Ave . W& (3)OQ fl/af fA A2�'b-7 Business Tel. No.: 7 µ} !deq - DoJ'2- State Contractor's License No. and Classification: 1pjr);QU2- &- CX1'e' a-1 �fi i�lq Title I�PCl/� t°Yl1 J The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records,�� Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _nrli il 4Ci ) On til -Z - before me, l\fm E. /Y eG ett /i om iV p( k&c, Date Here Insert Name and 77fle of the Officer personally appeared Names) of 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. KINE. NEWETf COMM. #2054795 = z a Nofary Public •California c Orange County Comm• Ex fires Feb. 7, 2018 Place Notary Seal Above 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 Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document �7 / Title or Type of Document: �' I - l Document Date: Number of Pages: Signer(s) Ot er Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: F Corporate Officer — Title(s): Cl Partner — ❑ Limited O General Individual Cl Attorney in Fact ❑ Trustee Ci Guardian or Conservator El Other: Signer Is Representing: Signer's Name: 1 Corporate Officer — Title(s): ❑ Partner — Limited i.:i General ❑ Individual C -i Attorney in Fact i_I Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach Contract No. 5481 ACKNOWLEDGEMENT OF ADDENDA Bidder's name T E • F-.obZYtSJ nr The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received —Signature 1 Z .` 17 U U69- . ii i , DATE: y- 21 -Is BY: *1 Public Warks Director The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. 1:7:7#77�7r 1. DELETE page PR12 of the Proposal and REPLACE with the attached revised page PR12. •t s Z ADD the following to the end of Section 7-8.4.3 Storage of Equipment and Materials in Public Streets (SP Page 16 of 105) "if the Contractor elects to use the City parking lot as a staging area, the Contrator will be required to enter into a Revocable Licence Agreement with the City. A sample Revocable License Agreement is attached for reference." 3. Within Section 7-8.6.4 Dewatering (SP Page 20 of 105), ADD the following to the end of the first paragraph: PA09394-13901-011DOCSkSpecs\Addendum No 7 "Per the geotechnical report, free groundwater was encountered as shallow as 8 feet below ground surface. The elevation of free groundwater may vary depending on tides. For bidding purposes, the Contractor shall assume that free groundwater will be encountered at all excavations that are lower than an elevation of 0 as shown on the pipeline plan and profile sheets." 4. DELETE Section 7-8.6.7 Steel Plates (SP Page 22 of 105) in its entirety and REPLACE with the following: " 7-8.6.7 Steel Plates Steel plates utilized for trenching shall be slip resistant type per Caltrans Standards. Steel plates utilized on Newport Boulevard, where there is existing asphalt pavement at the surface, shall be pinned and recessed flush with existing asphalt pavement surface. On Newport Boulevard, where there is concrete pavement at the surface, and all other streets, or alleys, the steel plates shall be placed on top of the existing pavement. Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway by a minimum of two (2) dowels pre -drilled into the corners of the plate and drilled 2 -inches into the pavement. Subsequent plates shall be butted to each other. Fine grade hot mix asphalt shall be compacted to form ramps and to feather the edges of the plates with a maximum slope of 8.5% with a minimum of 12 -inch taper to cover all edges of the steel plates. When the steel plates are removed, the dowel holes in the pavement shall be backfilled with either graded fines or asphalt concrete hot mix, concrete slurry or an equivalent slurry that is satisfactory to the City. Ultimately, the area of the dowels will need to be replaced with the final pavement restoration work. The Contractor shall be responsible for maintenance of the steel plates, shoring and asphalt concrete ramps. The following conditions apply for both plate installation methods: steel plates shall extend a minimum of 12 -inches beyond the edges of the trench; steel plate bridging shall be installed to operate with minimum noise; and trench shall be adequately shored to support the bridging and traffic loads." 5. DELETE Section 7-15 CONTRACTOR'S LICENSES (SP Page 26 of 105) in its entirety and REPLACE with the following: "7-15 CONTRACTOR'S LICENSES AND MINIMUM EXPERIENCE At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. P:\09394-13001-01\DOCS\SpecsWddendum No 1 Due to the complexity of the installation of the welded steel pipe, only Contractors experienced in the construction of welded steel pipe for potable water distribution are qualified to bid on and construct this pipeline project. To be qualified to bid on and construct this project, the Contractor shall have successfully constructed at least 10,000 feet of 24 -inch diameter or larger steel pipe for potable water distribution during the last five (5) years. This previous steel pipe experience shall be listed within the TECHNICAL ABILITY AND EXPERIENCE REFERENCES section of the Contract Documents and submitted with the bid proposal." 6. Within Section 9 - Measurement and Payment, ADD the following sentences prior to the last sentence of the first paragraph within Subsection 9-3.1 General (SP Page 29 of 105): "For all pipelines being constructed within pavement areas consisting of asphalt concrete pavement over existing concrete pavement, the replacement of the concrete pavement within the trench section shall be paid for within the linear foot or lump sum bid item for the pipeline or appurtenance being constructed. For all pipelines being constructed within pavement areas consisting of concrete pavement, the concrete trench restoration, including the replacement of full panels of impacted concrete pavement, shall be paid for by the bid item to Remove and Replace Concrete Pavement (Full Panels) (Bid Item No. 61)." 7. Within Section 9 - Measurement and Payment, ADD the following to the end of Subsection 9-3.1 (General (SP Page 43 Of 105): " Item No. 61 Remove and Replace Concrete Pavement (Full Panels): Work under this item shall include all materials, labor and equipment necessary to remove and replace existing concrete pavement per Table 1 within the Repaving Detail on Sheet D-106 of the plans and in accordance with the City Standards, including, but not limited to, excavation, compaction, concrete replacement, forms, concrete, reinforcement, disposal of existing concrete pavement and excess excavation materials, and all other work necessary to complete the work in place." 8. Within Section 207-10.2.5 Joints (SP Page 49 of 105), ADD the following to the end of Item 1: "Contractor shall perform exterior field welding of joints only. Interior field welding of joints will not be allowed." 9. Within Section 207-10.2.8 Welding (SP Page 49 of 105), ADD the following to the end of the first paragraph: "For field welding, the shielded metal arc welding (SMAW) process shall be used. All welding shall be done by qualified, certified welders. P:\09394-13001-01\DOCS\Specs\Addendum No 1 Welds shall be in accordance with ANSI 831.3, paragraph 327.4. For the SMAW process, welding electrodes shall comply with AWS A5.1 and shall be E-60, minimum." 10.Within Section 207-10.4.7 Tape Coating System (SP Page 50 of 105), ADD the following to the end of Section 207-10.4.7.1 General: "For field joints, in lieu of the three -layer tape coating system, the Contractor may use a heat shrink wrap system per AWWA C-216. The heat shrink wrap system shall be Covalence Heat Shrinkable Products, WaterWrap-WAB, as manufactured by Berry Plastics Corporation, or approved equal. The product shall be applied per the manufacturer's recommendations and in accordance with AWWA C-216." 11.Within Section 306-1.2.14.2 Welded Joints. (SP Page 94 of 105), ADD the following to the end of the first paragraph: "Contractor shall perform exterior field welding of joints only. Interior field welding ofjoints will not be allowed." PLANS 12. DELETE Sheet D-106 of the construction plans in its entirety, and REPLACE with the attached revised Sheet D-106. QUESTIONS AND ANSWERS FROM BIDDER(S) 1. General Notes and Construction Notes- Sheet G-002, Note 35 states, "At the end of each working day and at the times when construction operations are suspended for any reason, the contractor shall remove all equipment, vehicles, material, traffic control devices, stockpile or any other form of obstruction from the street right-of- way." Will the contractor be required to remove all equipment, material, traffic control etc. at the end of each working day? According to Special Provisions- Section 7-8.6.4, groundwater will be encountered and the contractor is required to provide, install and maintain a dewatering system which will be in operation 24/7 until the project concludes. The contractor will be required to keep a lane closed in order to continue dewatering. Due to continual dewatering, construction operations will not be suspended because of the 24/7 dewatering, will the contractor be permitted to keep a lane closed, or will the contractor be required to remove all equipment, material, traffic control etc. at the end of each working day? P:109394-13001-01\DOCS\Specs\Addendum No 1 According to the Special Provisions- Section 7-8.4.3 Storage of Equipment and Material in Public Streets, "construction materials and equipment may only be stored in the streets, roads, or sidewalk area if approved by the engineer in advance." Answer. The Contractor will be required to meet Note 35 and Note 36 on Sheet G- 002. All travel lanes shall be open up to traffic, all sidewalks unobstructed and all parking spots available for use. Construction materials and equipment may only be stored in the streets, roads or sidewalk area if approved by the City in advance and for bidding purposes, the Contractor shall not assume this approval will be granted by the City. 2. Repaving Detail 1- Sheet D-106, Table 1 Full Lane Pavement Replacement, Along Newport Boulevard from Via Lido to 30th Street, Please verify if the contractor is required to assume 6 -inches of A.C. over 12 -inches of P.C.C. for bidding purposes for the entire duration of alignment from Via Lido to 30th Street? Note 8 states, "concrete trench restoration per CNB STD DWG STD -105 -L -B and PCC pavement contact joints per CNB STD DWG STD -108-L. Contractor shall replace full panels of impacted concrete pavement. There is an A.C. cap covering Newport Boulevard from Via Lido to 30th Street and 26th Street to 21 st street. What is the width of the concrete panel that he contractor is required to replace and will the contractor be required to install rebar dowels per STD -108-L? Can the City tell us where the existing cold joint is, and if the center of the trench falls on the cold joint line, will the contractor be required to replace both panels in full? Answer. Per Detail 1 on Sheet D-106, the Contractor shall assume for bidding purposes the 6 -inches of AC over 12 -inches of PCC for the full reach of alignment from Via Lido to 30th Street. See Item Nos. 6, 7 and 12 of Addendum No. 1 for the answers to the remaining question regarding the concrete pavement restoration. Aggregate Base is shown on Finley Avenue and 32nd Street but nowhere else, will the contractor be required to install Asphalt Base anywhere else and if so how much? Answer. See Table 1 on Detail 1 on Sheet D-106 for the requirements for pavement replacement. Aggregate base is only required where called for within Table 1. 4. Special Provisions- Section 7-8.6.7 Steel Plates states, "steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." P:\09394-13001-01\DOCS\Specs\Addendum No 1 Will the contractor be required to recess plates on A.C. streets and P.C.C. streets? Answer. See Item No. 4 of Addendum No. 1. 5. Typical Trench Section 2, Sheet D-106, imported SE 30 sand bedding is required. However, CNB STD -106-L, pipe bedding required 6 -inch minimum'/4 crushed rock. What will the contractor be required to use as pipe bedding? Answer. Imported SE 30 sand bedding. See Item 12 of Addendum No. 1. 6. Special Provisions- 7-18 Water Main Pressure Testing, Disinfection and Flushing, "contractor shall pressure test new main lines including any services prior to disinfection. The contractor shall make arrangements for disinfection and bacteriological testing and certification of the new main and services. The contractor shall be responsible for disinfection and flushing the main services as well as pulling the bacteriological samples and running the incubation tests for coliform bacteria." Will the contractor be required to take a bacteriological sample and incubation test for every service? Answer. A bacteriological sample and incubation test will not be required for every service. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum is attached. I have carefully examined this Addendum and have included full payment in my Proposal. `�. �. P�►�e�-45, to Bidder's Name (Please Print) -I "L S - (�«3ldevvf' Authorized ignature & Title ttmo+fvNobe--�5 P:\09394-13001-01\DOCS\Specs\Addendum No 1 REVOCABLE LICENSE AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND FOR TEMPORARY USE OF CITY PROPERTY THIS REVOCABLE LICENSE AGREEMENT FOR TEMPORARY USE OF CITY PROPERTY ("License") is made and entered into as of this _ day of , 20_ ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and , a California ("Licensee"), and is made with reference to the fo laving: RECITALS A. City is a municipal corporation duly organized and validly_ s Ing under the laws of the State of California with the power tory on its busiQss as it is,now being conducted under the statutes of the State hT California aNd tl e Gtmer of the City. Qh, r. B. City is the owner of real Marcus Avenue in the California and further dei C. Licensee has requested depicted in Exhi .ifi " (' placement of a att C L* F On _d attached Jewp®rt Bea located at 3204 Coin Orange, State of vises"): recluse a portion of the Premises for teporary parking of vehicles and owed Limited Use Permit No. , the use of the Premises as Licensee's days to complete the Project. complete this major infrastructure canner and with little disruption to the traffic Licensee, therefore, desire to enter into this e the License Area on a non-exclusive basis, litions set forth in this Agreement in order to In considett'lon of the mutual promises and obligations contained in this Agreement, the receipt and sufficiency of which is hereby acknowledged, City hereby grants to Licensee the revocable right to temporarily occupy and use the License Area, and Licensee accepts the same on the following terms and conditions. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. LICENSE City grants a non-exclusive license ("License") to Licensee for the term of this Agreement for Licensee to use the License Area, which is approximately thousand square feet (^ sq, ft.) in size, for a temporary contractor yard. The License granted herein is subject to the terms, covenants and conditions hereinafter set forth, and Licensee covenants, as a material part of the consideration for this License, to keep and perform each and every term, covenant and condition of this Agreement. 2. USE OF THE LICENSE AREA Licensee's use of the License Area shall be Agreement. 3. PERMITS AND LICENSES Licensee, at its sole expense, shall Agreement, all appropriate permits, licens any governmental agency including Licers 4. TERM The term of this License _ (XX) days unless term 5. RENEWAL to the terms of this that of this red by ih Day, 201X, and continue for herein. `115- rf it is determined that, i thathtts Lia rise fir additional (XX) day terms The City anager mayg ene O teerms-, agreement have been met; (ii) a Limited Term Permit, as d finedt6y the Cit! oningg ode, has been approved and its term has not expired; and (rri) the t1 y Lic hee is not causing any negative impact on traffic circul parking N-Qr sutrQ&T, Q6d' i3 aperties and uses. Any renewals approved pursuan to this Secti�in�rtusin writing and approved as to form by the City Attorr.,for the City 6. TFIEIPURPOSE_>>OPEB-11S LICENSE 6.1 The purl, a of this License is to provide for the temporary use of the License Area witfrfe Premises. Use of area outside the License Area will not be allowed unless prior permission is given in writing by the City. Licensee agrees to use the License Area only for the activities described herein, and not to use or permit the use of the License Area for any other purpose without first obtaining the prior written consent of City, which consent may be withheld in City's sole discretion. Acceptable activities include: 6.1.1 Placement of a portable restroom facility. 6.1.2 The temporary parking of vehicles and equipment. Company Name. Page 2 6.1.3 Installation of fencing consisting of a 6 -foot -high chain link fence and installation of a gate to provide City access to the Premises. 6.1.4 Storage of Project materials including temporary asphalt, piping, traffic control devices, steel plates, trailer mounted pumps, generators, crew trucks, and street sweepers. 6.1.5 Licensee must maintain a valid Limited Term Permit for all activities in the License Area during the term of the License. 6.1.6 Licensee must comply with all conditions fofMe Limited Term Permit XXXXX, attached hereto as Exhibit "C," and the special gQ111 itions, which are attached hereto as Exhibit "D" and are all incorporated herein by this=ireference_�_ 7. CONDITIONS OF LICENSE 7.1 Licensee shall comply with the fa pwrng conditrt s p 7 to the commencement of use of the License Areaia ;._ 7.1.1 The Licensed Area shall for the duration of the construction - fence material shall be chain link9 reed vinyl screen, or other equivalent fag Building Official. enodd and s e-bned on all sides of fenc t ne six (6) feet, and I on the erior with an opaque ng material as approved by the 7.1.2 Prohibited' RMgUities� stor ge 'oQ�onsVUction materials is expressly prohibited outside of the�f�nced Brea INo Aements to the License Area are permitted. EN- t 7.1.3 Mair3 ngr2ebuLr�L1cerf sha l be responsible for maintenance of the License Area inclui �t limitedt the routine removal of foreign material, waste, and dbt Licensee's obat� maintain the License Area shall include a regular prevet�ftive maintenan• , progra together with routine repairs caused by normal wear acrid tear, to be Aided by a licensed service company acceptable to City. License�1`i`alli�i�a�.all required Building permits necessary for such repair. City shall be entitled, with a Licensee representative, to inspect the License ArV for compliance with the terms of this Agreement, and with all applicable Federal'ate and local (including those of the City) government regulations. 8. TERMINATION OF LICENSE 8.1 Notwithstanding the term of this License, this License may be terminated during the term or any extended term in the following manner: 8.1.1 By Licensee: At any time, without cause upon the giving of thirty (30) days written notice of termination to City; Company Name. Page 3 8.1.2 By City: At any time, without cause upon the giving of thirty (30) days written notice of termination to Licensee; or 8.1.3 If, after written notice of default to Licensee of any of the terms or conditions of this License, Licensee fails to cure or correct the default within ten (10) business days of receipt of written notice, City may immediately terminate the License. 9. ADMINISTRATION This License will be administered by the Community Development Department. The Community Development Director shall be the Lice dministrator and shall T1 4�� have the authority to act for City under this License. Tse Administrator or their authorized representative shall represent City in all matter 'q taininc p this License. 10. INDEMNITY AND LIABILITY FOR 10.1 Licensee shall indemnify, boards and commissions, officers, age "Indemnified Parties") from and agains claims for bodily injury, death or dama actions, causes of action, suits, los8esWON, expenses (including, without limitafii of every kind and nature whatsoeveF�` u may arise from or in any manner relay. harmless Cit&its C)t=y Council, god employees ectively, the mgcludingg,\yfhout limitation, lemah-ft, obligations, damages, penalQ ;liabilities, costs and disbursements and court costs) im; collectively, "Claims"), which ;ctly) to any breach of the terms and conditions of this cere, any k p grmed itr services provided under this License including, withoaRimitatio�, de is in�r�manship or materials or Licensee's presence or activities conductedt atre�a' in any, way to this License (including the negligent and/o _llful acts, err,` an, 96 .issions of Licensee, employees, vendors, suppliers, and a •;,mot e,,mployed ir-ectly r directly by any of them or for whose acts they may be liabhr an�r all of hey). Notwithstanding the foregoing, nothing herein shall be •onstrued tG requ`iroucens�'e1to indemnify the Indemnified Parties from any Claim +i in from the solg n�I . _ce or willful misconduct of the Indemnified Parties. Nothi,in this mdemnityall be cr'�tstrued as authorizing any award of attorney's fees in any n otQrto en#ice the terms of this License. This indemnity shall apply to all claims andilif s. gardl ss of whether any insurance policies are applicable. The policy limits do pots ate. Imitation upon the amount of indemnification to be provided by the Licensee. 10.2 Licef shall be liable and responsible for the security, repair and maintenance of the License Area to the extent necessitated by Licensee's use of the License Area under this License, for such time as this License is in effect. Licensee shall use care to protect the License Area and restore it to its original condition to the satisfaction of the City when the License Area is not in use by Licensee. 11. INSURANCE Without limiting Licensee's indemnification of City, and prior to commencement of work, Licensee shall obtain, provide and maintain at its own expense during the term of Company Name. Page 4 this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit E, and incorporated herein by reference. 12. PROHIBITION AGAINST ASSIGNMENT AND TRANSFER This License shall not be assigned or transferred without the prior written approval of City which approval may be withheld in the City's sole discretion. 13. CONFLICT OF INTEREST The Licensee or its employees may be subject to xh Political Reform Act of 1974 ("Act"), which (a) requirescl financial interest that may foreseeably be materially affec fel leo this License, and (b) prohibits such pergops from n making, decisions that will foreseeably financiallyfact such Act, Licensee shall conform to all requirem_.nts of"TI-1- Act. 9.1.3, failure to conform to the requireme �t Pct c stiti is grounds for immediate termination ofif is Licew, Lby and hold harmless City for any and albs for tvirk _.amage violation of this Section. __ 14. NOTICE is of the California s to disclose any e work performed or participating in t. If soject to the f`starfl—M Section 001 breach and Thall indemnify from Licensee's All notices, dema%2—'ektPh'i uests o p vals td `_p given under the terms of this License shall be givenand oncively shall be deemed served when delivered personally, orrd busing s dayter the deposit thereof in the United States mail, po e prepaFrst class mil, addressed as hereinafter provided. All notices, deman %,nests or ftovals fror Licensee to City shall be addressed to City at: Department it Property Administrator Center Drive 1768 Beach, CA 92658 14.1 All noI els, demands, requests or approvals from City to Licensee shall be addressed to Licensee at: Title XXXX Street City, CA 9XXXXX Company Name. Page 5 15. STANDARD PROVISIONS 15.1 Recitals. City and Licensee acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 15.2 Compliance with all Laws. Licensee shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Licensee shall conform to applicable City, county, state and federal laws, rules, regulations and pergjt requirements and be subject to approval of the Project Administrator. _ 15.3 Waiver. A waiver by either party of any brdift an>y erm, covenant or condition contained herein shall not be deemed to be a div f` any subsequent breach of the same or any other term, wvenant o condition ca 1'hed herein, whether of the same or a different character. M_ ." 15.4 Integrated Agreement. TftL2:acesse repsents the fultand complete understanding of every kind or nature tsoevfetwee the pa s hereto, and all preliminary negotiations and agreemen smef whatever kms, q� Lure are merged herein. No verbal agreement or lied cant hall be Mfo vary the provisions 09 herein. WSW 15.5 Interpretation. The oul terms of Licenhall be construed in accordance �. with the meaning of the Suse ands all notl4construed for or against either o p of the Vll ens�or any other rule of construction which party by reason of the affil might otherwise apply. 15.6 Am$ments. Tlicens y be modified or amended only by a written document%,pu'etaby both licensee and City and approved as to form by the City Attor y. }5.7 Saverabiht If any"t�n or portion of this license is held to be invalid, illegal.therwise un rceable by a court of competent jurisdiction, the remaining Drovisio`fhTFbnseflall continue in full force and effect. 15.8 Controllinm Law and Venue. The laws of the State of California shall govern this License -aff-Fall matters relating to it and any action brought relating to this License shall bEP1- icated in a court of competent jurisdiction in the County of Orange. 15.9 Taxes. Licensee acknowledges that the License granted herein may be subject to possessory interest taxes. Licensee shall have the sole obligation to pay any taxes, fees and assessments, plus applicable penalties and interest, which may be imposed by law and arise out of Licensee's License hereunder. Licensee shall Indemnify, defend and hold harmless City against any and all such taxes, fees, penalties or interest assessed, or imposed against City hereunder. Company Name. Page 6 15.10 No Third Party Rights. The Parties do not intend to create rights in or grant remedies to, any third party as a beneficiary of this License, or of any duty, covenant, obligation or undertaking established herein. 15.11 No Attorneys' Fees. In the event of any dispute under the terms of this License the prevailing party shall not be entitled to attorneys' fees. 15.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one and the same instrument. [SIGNATURES ON NEXT Company Name. Page 7 IN WITNESS WHEREOF, the parties have caused this License to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Aaron C. Harp City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, A California municipal corporation Date: By: Dave Kiff City Manager A&L LICENSEE: SIGNATURES] A: DeTiiction of Premises B: Depiction of License Area Limited Use Permit No. XXXXXX Cf: Special Conditions E: Insurance Requirements a California Company Name. Page 8 PR 12 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 60. Lump Sum Excavation Safety @ Dollars and Cents Per Lump Sum 61. 20,000 SF Remove and Replace Concrete Pavement (Full Panels) @ Dollars and Cents Per Square Feet E TOTAL PRICE IN WRITTEN WORDS (ITEM NOS. 1 THROUGH 61) and Cents Date Bidder's Telephone and Fax Numbers Bidder's License No(s). and Classification (s) Bidder's email address: Total Price (Figures) Bidder Bidder's Authorized Signature and Title Bidder's Address City of Newport Beach Contract No. 5481 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: T.C. IZObeyts , Inc Business Address: 3w W Kai i ut, ky-tn iC, 1,.,rlt+ B, pra 11 q C C' qz-W Telephone and Fax Number. T hh+i �oVq��l2 F' �'ll4) Z00" 02-ql California State Contractor's License No. and Class: U31202 - A- ref YIfYGI0 (1q (REQUIRED AT TIME OF AWARD) J Original Date Issued: vl-ZA—q0 Expiration Date: 001�)eY 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 1111 �►,, i. x,11�i IBM No 2-- the the laws of the State of f7 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: (N /A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: e R -obeys I Inc• For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, failed to complete a project?_If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab ompliance (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. (Print name "wner or TE" Qbb6+i 110c' Bidder Auth rized Sigi PreVd-ent- Title LAI Date On H'y1'ts before me, Notary Public, personally appeared K olr who proved to me on the basis of satisfactory eviderice 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 A(-" � jkwd — (SEAL) Not ry Public in and for said State My Commission Expires: III_(19 20 S,f e a -i t ch-ecl CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 :.���crvr�ec.c,�.crGeY.ec-me-�e.�r�:earccce�.s>�:ccxsr�e�c.�s�uxxsae.-�-rercrcc� ��-xcc�;�s;�m,^�e A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of "11,11AP. ) On _before me, Kern L Newe.& AOr_ ars/�'u&/%s Date Here Insert Name and T le of the Officer personally appeared T)IYLnifl�-('j Names) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the 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. KIN E. NEWETf WITNESS my hand and official seal. COMM. #2054795 z Notary Public • California c Orange County Signature i Comm..Expires Feb. 7, 20 fires Peh18— Signature of NotaryPublic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited 0 General 11 Individual ❑ Attorney in Fact ❑ Trustee L-1 Guardian or Conservator Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): ❑ Partner — ❑ Limited (.7 General Cl Individual C_ -.i Attorney in Fact I Trustee ❑ Guardian or Conservator El Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO 19 STREET Contract No. 5481 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. 21 NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28TH STREET AND 26TH STREET TO 19TH STREET CONTRACT NO. 5481 THIS CONTRACT FOR PUBLIC WORKS ("Contract') is entered into this 13th day of May, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and T. E. ROBERTS, INC., a California corporation ("Contractor"), whose address is 306 West Katella Avenue, Unit B, Orange, California 92867, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: i. Newport Boulevard (Via Oporto to 28th Street): The work necessary for the completion of this contract consists of: the abandonment of the 20-inch/16-inch diameter cast iron water transmission main; the construction of a 24 -inch water transmission main replacement including all appurtenances, fittings, and connections within Newport Boulevard within this stretch of the street; the abandonment of several adjacent smaller size cast iron distribution mains; and the construction of the 6-inch/8-inch/10-inch and 12 -inch replacement distribution water mains. ii. Newport Boulevard (26th Street to 19th Street): The work necessary for the completion of this contract consists of: the abandonment of the 16 -inch diameter cast iron water transmission main; and the construction of a 16 -inch water transmission main replacement including all appurtenances, fittings, services, and connections within Newport Boulevard within this stretch of the street. iii. Sewer Replacement/Repair: The work necessary for the completion of this contract consists of: the spot repair of portions of several existing sewer mains; the reconstruction of existing sewer from manhole to manhole in Finley Ave. (West); and the reconstruction of existing sewer from manhole to just outside of an existing OCSD manhole in Newport Blvd. iv. The work necessary for the completion of this contract includes providing traffic control, dewatering, and pavement replacement per the Contract Documents (the "Project' or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5481, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Million Five Hundred Eleven Thousand Five Hundred Fifteen and 00/100 Dollars ($3,511,515.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and T. E. Roberts, Inc. Page 2 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Timothy Roberts to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. 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 City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: T. E. Roberts, Inc. Page 3 Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Timothy Roberts T. E. Roberts, Inc. 306 W. Katella Ave, Suite B Orange, CA 92867 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. l )l -1i N111 L 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. T. E. Roberts, Inc. Page 4 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the T. E. Roberts, Inc. Page 5 contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, T. E. Roberts, Inc. Page 6 suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work T. E. Roberts, Inc. Page 7 performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. T. E. Roberts, Inc. Page 8 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. T. E. Roberts, Inc. Page 9 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] T. E. Roberts, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California mu icipal corporation Date: 5 Date: Z �5 T��By: By: Aaron C. Harp UN Or/0411T- Ed and D. Selich City Attorney Mayor ATTEST: / r Date: 6. �- ��1 By: �lX/ CUA VUV" °� VII Leilani I. Brown City Clerk CONTRACTOR: T. E. Roberts, Inc., a California corporation Date: 5-i S- S By: ' t r Timothy Roberts President Date: S - i S- ( S By: uke Roberts Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements T. E. Roberts, Inc. Page 11 EXECUTED IN TWO COUNTERPARTS 0.1,11-7111,1 CITY OF NEWPORT BEACH BOND NO. 106256239 PREMIUM: INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to T. E. Roberts, Inc. hereinafter designated as the 'Principal," a contract for: Newport Boulevard (Via Oporto to 28th Street): The work necessary for the completion of this contract consists of: the abandonment of the 20-inch/16-inch diameter cast iron water transmission main; the construction of a 24 -inch water transmission main replacement including all appurtenances, fittings, and connections within Newport Boulevard within this stretch of the street; the abandonment of several adjacent smaller size cast iron distribution mains; and the construction of the 6-inch/8-inch/10-inch and 12 -inch replacement distribution water mains. Newport Boulevard (26th Street to 19th Street): The work necessary for the completion of this contract consists of: the abandonment of the 16 -inch diameter cast iron water transmission main; and the construction of a 16 -inch water transmission main replacement including all appurtenances, fittings, services, and connections within Newport Boulevard within this stretch of the street. Sewer Replacement/Repair: The work necessary for the completion of this contract consists of: the spot repair of portions of several existing sewer mains; the reconstruction of existing sewer from manhole to manhole in Finley Ave. (West); and the reconstruction of existing sewer from manhole to just outside of an existing OCSD manhole in Newport Blvd. The work necessary for the completion of this contract includes providing traffic control, dewatering, and pavement replacement per the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Five Hundred Eleven Thousand Five Hundred Fifteen Dollars and 00/100 ($3,511,515.00) 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 T. E. Roberts, Inc. Page A-1 the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give aright of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 13TH day of MAY , 2015 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety (909) 612-3675 Telephone Authorized CHARLES L. FLAKE, ATTORNEY-IN-FACT Print Name and Title T. E. Roberts, Inc. Page A-2 APPROVED AS TO FORM: CITY ATTORNEY'S PFFICE Date:— _�_/ 51 Aaron C. Harp (AM OTHOJis– City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T. E. Roberts, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orap Q - ) ss. On M(A ' , 20vF� before me, %tom Nell) Notary )Pubic`, pe sonally appeared TI -m h4 �i ✓ h� 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. _ 1� )h"_ Signature KIN E. NEWETT� i pCOMM. #2054795 z @MY Notary Public • California c Orange County Cortin. Expires Feb. 7, 2018 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T. E. Roberts, Inc. Page A-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 res..e,.,,s,G;rc:=::��;ssrszbr.�r�rsrscr.-n.,rsr.c.,res,s A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of ORANGE ) On 5/13/15 before me, LEXIE SHERWOOD - NOTARY PUBLIC , Date Here Insert Name and Title of the Officer personally appeared CHARLES L. FLAKE Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. Place Notary Seal Above 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 Z� iZLGGUA�%� Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O 1 • • • • 61 N1110•FragroTcom:11 • :11d • •1 LEXIE SHERWOOD COMM. # 2031782 K NOTARY PU BLIC -CALIFORNIA n ORANGE COUNTY Comm. Exp. JULY 27, 2017 Place Notary Seal Above 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 Z� iZLGGUA�%� Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O 1 • • • • 61 N1110•FragroTcom:11 • :11d • •1 AM POWER OF ATTORNEY TRAVELERSJ - Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 228054 Certificate No. 006199094 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Richard A. Coon, and Spencer Flake of the City of Anaheim , State of California , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNES arWHEREOF, the Compa�ftiave caused this instrument to be signed and their corporate seals to be hereto affixed, this day of M h 5 State of Connecticut City of Hartford as. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 6th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ii -0 r''i„INSrjG e nra9PoeitEaC j [ PVOR�RFiS^18%]n — t f : aoatronn,p�y�' 19$�;��.SEALj�to' t�+,ic EL Ix' coxN o 9 IS. ANS +a" P"a r nx+� By: dol-� Robert L. Raney, rnio, Vice President On this the 6th da of March 2015 before me y personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farrington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TlY In Witness Whereof, I hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2016. O �DI/Bll�s* 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY i 4,A C. tlz W � Marie C19treault Notary Public EECUTED IN TWO COUNTERPARTS EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 106256239 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 37,111 , being at the rate of $ 14.40/$10. 10/$9.60 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to T. E. Roberts, Inc. hereinafter designated as the `Principal," a contract for: Newport Boulevard (Via Oporto to 28th Street): The work necessary for the completion of this contract consists of: the abandonment of the 20-inch/16-inch diameter cast iron water transmission main; the construction of a 24 -inch water transmission main replacement including all appurtenances, fittings, and connections within Newport Boulevard within this stretch of the street; the abandonment of several adjacent smaller size cast iron distribution mains; and the construction of the 6-inch/8-inch/10-inch and 12 -inch replacement distribution water mains. Newport Boulevard (26th Street to 19th Street): The work necessary for the completion of this contract consists of: the abandonment of the 16 -inch diameter cast iron water transmission main; and the construction of a 16 -inch water transmission main replacement including all appurtenances, fittings, services, and connections within Newport Boulevard within this stretch of the street. Sewer Replacement/Repair: The work necessary for the completion of this contract consists of: the spot repair of portions of several existing sewer mains; the reconstruction of existing sewer from manhole to manhole in Finley Ave. (West); and the reconstruction of existing sewer from manhole to just outside of an existing OCSD manhole in Newport Blvd. The work necessary for the completion of this contract includes providing traffic control, dewatering, and pavement replacement per the Contract Documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Five Hundred Eleven Thousand Five Hundred Fifteen Dollars and 00/100 ($3,511,515.00) 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 T. E. Roberts, Inc. Page B-1 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 City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the13TH day of MAY 20 15 . T.E. ROBERTS, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety ONE TOWER SQUARE HARTFORD, CT 06183 Address of Surety 909) 612-3675 elephone Authorized Agent Signature CHARLES L. FLAKE, ATTORNEY-IN-FACT Print Name and Title T. E. Roberts, Inc. Page B-2 APPROVED AS TO FORM: CITY ATTORNS OFFICE Date: �i7, 1� By:/ A n C. Harp aM etlzolis City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED T. E. Roberts, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CalifonJ�n County of Ur e ss. '' II On 1 2015 lU before me, I Plt1n Notary Public, p rsonally appeared 'Cimt�rMS/ lZo 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. nt..0� 0 KIM E. METT COMM. #2054795 z Notary Public •California c �c orange County ! Comm. Exires Feb. 7, 2018 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) T. E. Roberts, Inc. Page B-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE On 5/13/15 before me, LEXIE SHERWOOD - NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CHARLES L. FLAKE Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Uf.,Y LEXIE SHERWOOD �, r. COMM -#2037782 3 (9 " NOTARY PUBLIC *CALIFORNIA j '' ORANGE COUNTY Comm. Exp. JULY 27, 2017 Place Notary Seal Above 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 &V41� 24t Its/ Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: m< m .A► POWER OF ATTORNEY TRAVELERSJFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 228054 Certificate No. 006199093 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles L. Flake, David L. Culbertson, Lexie Sherwood, Richard A. Coon, and Spencer Flake of the City of Anaheim , Stam of California ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permittedin any actions or proceedings allowed by law. IN WITNESS WHEREOF, the CompimVn have caused this instrument to be signed and their corporate seals to be hereto affixed, this March day of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 6th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company �GNSU,IAt �� 64 JM,!NSp y�as°gti, r4xo Y NF1 Y82Y 09"31 OEM;% N. ts$i SSL FN °. ���.,SEALI'o' SBALi N. o" State of Connecticut City of Hartford ss. By: Robert L. Raney,enna Vice President On this the 6th da of March 2015 Y , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for thepurposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,TET In Witness Whereof, I hereunto set my hand and official seal. ' Tarr My Commission expires the 30th day of June, 2016. P AUBU� } 58440-8-12 Printed in U.S.A. WARNING: THIS Marie C. Teneaurr, Notary Public RED BORDER EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two 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 T. E. Roberts, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees 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. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed T. E. Roberts, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a T. E. Roberts, Inc. Page C-3 self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. T. E. Roberts, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. x Date Received: 5/18/15 Dept./Contact Received From: Joan Date Completed: 5/18/15 Sent to: Joan By: Renee/Alicia Company/Person required to have certificate: TE Roberts Inc. Type of contract: All Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 9/1/14 to 9/1/15 A. INSURANCE COMPANY: Valley Forge Insurance Compan B. AM BEST RATING (A-: VII or greater): A; XV C. ADMITTED Company (Must be California Admitted) Is Company admitted in California? E Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 1,000,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT— please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must B. include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) E Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed E Yes ❑ No Operations status does not apply to Waste Haulers) E Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it 1,000,000 included? ❑ Yes E No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be (What is limits provided?) included): Is it included? E Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement Haulers only): include "solely by negligence' wording? ❑ Yes E No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): E N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A E Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 9/1/14 to 9/1/15 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? E Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): E N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A E Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A E Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 9/1/14 to 9/1/15 A. INSURANCE COMPANY: Torus National Insurance Company B. AM BEST RATING (A-: VII or greater): A-; XI C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY ® N/A ❑ Yes ❑ No V POLLUTION LIABILITY ® N/A ❑ Yes ❑ No V BUILDERS RISK ® N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes ® No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: 5/18/15 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 ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CONTRACT NO. 5481 To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 5481 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, Demobilization and Cleanup @ S Dollars and � C)0O. 1.i 1'0 Cents $ i Per Lump Sum 2. 2,612 LF Furnish and Install 24 -inch CML&TW Steel Pipe @5U1( hun" h&fai Dollars and %PYO Cents $ `� �lJ .� $ Per Lineal Foot 1641 LF Furnish and Install 16 -inch PVC Pipe (AWWA C-905 DR 18) @Tyt�o�bvdfe� `U311ars i %Q!N Cents $ Per Lineal Foot PR2of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 120 LF Furnish and Install 16 -inch DIP (Pressure Class 250) With restrained joints (arApkuoeLf- l 6Y -e, _Dollars and 7 -el" Cents Per Lineal Foot 5. Lump Sum Furnish and Install Connection To Existing 20 -inch Pipe at Central Ave. and Via Oporto �flo �CIA{��m'ffolle @�WQ —wand 1 Pm Cents Per Lump Sum 6. Lump Sum Furnish and Install Connection To 6 -inch Pipe at Via Oporto @ S iY2Ppk rrss ed and p liU Cents Per Lump Sum Lump Sum Furnish and Install Connection To 12 -inch Pipe at Via Lido @011eYhouSQttcl,9k ol ars and Cents Per Lump Sum 8. Lump Sum Furnish and Install Connection To 8 -inch Pipe at Finley Ave (East) @F -: "I VJ ki- )pUA IIj' Dollars and Cents Per Lump Sum $ Mo. $ 'S am -, $ I, loOD PR3of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. Lump Sum Furnish and Install 12 -inch PVC Pipe (AWWA C-900 DR 18) In Finley Ave (West) Z Dollars and /LZW Cents $ 55,OG�.' Per Lump Sum 10. Lump Sum Furnish and Install 12 -inch PVC Pipe (AWWA C-900 DR 18) in Alley off of Finley Ave (West) @ Dollars and I'M Cents $ bo, -QD—" Per Lump Sum 11. Lump Sum Furnish and Install 6 -inch PVC Pipe (AWWA C-900 DR14) In 32nd Street Dollars and RA Cents $ (� ' Per Lump Sum 12. Lump Sum Furnish and Install Connection To 8 -inch Pipe within alley Between 31st St. and 30th St. @�2UM-tJlGVVA 1Dollars and i V'Vo Cents $ 1 U0O, Per Lump Sum 13. Lump Sum Furnish and Install Connections To 8 -inch and 6 -inch Pipes at 30th Street Dollars and Ityb Cents $ Per Lump Sum PR4of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 14. Lump Sum Furnish and Install Connection To 8 -inch Pipe within alley Between 30th St. And 29th St. @S2VPAVAVASAM Dollars and tm Cents i $ 1,000. Per Lump Sum 15. Lump Sum Furnish and Install Connection To 8 -inch Pipe at 29th St. (East) Y @SPUCt� ' 0 jAS �.i� Dollars and TtYb Cents $ -1 Per Lump Sum 16. Lump Sum Furnish and Install Connection To 6 -inch Pipe at 29th St. (West) 1 �004e,v (cr��IkuSAYIL�IYIeh Dollars and lu Cents $ (0/0(00. Per Lump Sum 17. Lump Sum Furnish and Install Connection To Existing 24 -inch Pipe at 28th St. ra��Pvf�t�en &ratn� Dollars and Cents $�Q� Per Lump Sum 18. Lump Sum Furnish and Install 8 -inch PVC Pipe (AWWA C-900 DR14) in Alley between 29th St. And 28th St. (a VefNQIY�kyv"Dollars and VY0 Cents $110,00 ./ Per Lump Sum PR5of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 19. Lump Sum Furnish and Install Connection To Existing 16 -inch Pipe at 26th St. @nl l(ICiI�U SctIIGV Dollars @Ej?,V Y1ffj0IA0Jgd Dollars Cents $ RQQD•� Per Lump Sum 20. Lump Sum Furnish and Install Connection To 8 -inch Fire Main (Sta. 52+75) @N JQ2 W tSAY'lbi Dollars and ltyb Cents $ Per Lump Sum 21. Lump Sum Furnish and Install Connection To 8 -inch Pipe at 22nd Street @Ej?,V Y1ffj0IA0Jgd Dollars and ft Yb Cents $ Per Lump Sum 22. Lump Sum Furnish and Install Connection To 6 -inch Pipe at 21st Street i�llOtlSGlt��NOolla s0 and 'J QXD Cents Per Lump Sum 23. Lump Sum Furnish and Install Connection To 6 -inch Pipe at 20th St. (north) @qVf�4ollarrs and 411�W Cents $ 130o, / Per Lump Sum 24. Lump Sum Furnish and Install Connection To 12 -inch Pipe at 20th St. (south) @iI lNl?P,YI 111t1US(III�i Dollars and 1,ZW Cents $ 13,wo, Per Lump Sum PR6of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. Lump Sum Furnish and Install Connection To 6 -inch Pipe at 19th Street @ LP.n jjjDUS(Wd Dollars and lzvb Cents $ Per Lump Sum 26. Lump Sum Furnish and Install Connection To Existing 16 -inch Pipe at 19th St. @&AV I I tcCV(, i Yj Dollars and 1( ZlP.yo Cents $ Per Lump Sum 27. 3 EA Furnish and Install 24 -inch Butterfly Valve and Valve Box VCNAUd Dollars and 11YD _Cents $ �Z�ODD,' $ 33k boo, " Per Each 28. 1 EA Furnish and Install 20 -inch Butterfly Valve and Valve Box @N1Yl� IYI�UiGI(LG Dollarsand G1 hrv� YD Cents $q,�.�- $ a,00),� Per Each 29. 6 EA Furnish and Install 16 -inch Butterfly Valve and Valve Box @�1X Dl(�GIYILt Dollars and ZZY� Cents $(o,bbb•' $31o,bon,� Per Each 30. 2 EA Furnish and Install 8 -inch Cut -in Valve including Piping ,�,C�r tax(b �. Y�tV12 ollars and ?,&'o Cents Per Each i=rsam ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 31. 1 EA Furnish and Install 6 -inch Cut -in Valve including Piping @S0 CMjMUX,u d _Dollars and tm Cents $$, C70D,' $ ��DQO• Per Each 32. 1 EA Furnish and Install 8 -inch Hot Tap on Existing 8 -inch Pipe @bQ� *0USltf1 �t�`'Dolfa yo �ajn�d�f i Then Cents $ �Q� $ Per Each 33. 3 EA Furnish and Install 6 -inch Hot Tap on Existing 6 -inch Pipe Iq % @ 0 _Dollars 1 Zi Cents Per Each 34. 3 EA Furnish and Install Fire Hydrant @�vJ2A\e -WVSAVI' _Dollars and dim Cents $ I'Ll occ. Per Each 35. 2 EA Furnish and Install Modified Fire Hydrant Assembly (Re -install existing hydrant) @IPYI III�IIS�YI��V11Ylf ollars and Cents $ MDQ, $ D . 9)0O, Per Each 36. 9 EA Furnish and Install 2 -inch Air and Vacuum Valve Assembly @�1l(F -twaaS/Yl�,P1 `tDoffarsj and 2flyp Cents $ q";00. , $ Per Each PR8of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 37. 4 EA Furnish and Install 1 -inch Air and Vacuum Valve Assembly uvuf (eYRv\a„r� nigh Dollars and 2 �r� Cents Per Each 38. 1 EA Furnish and Install Test Bulkhead With Valve Box (Permanent) Cc�S2Ueri`�Dksg,.� nick Dollars and -t�2r0 Cents Per Each 39. 31 EA Furnish and Install 1 -inch Service Connection $ vo $ Goo $ -71go(D $ 11goo @UY�{(noUSlAhd Dollars and Zeva Cents $ two Per Each 40. 5 EA Furnish and Install 2 -inch Service Connection @hLr'-�„d Oinc�u Dollars and Zeto Cents $ q, 100 $ s-00 Per Each 41. 2 EA Furnish and Install Insulating Flange and Test Station hecQ xnA/ @ rte` Knoti4SRn� `tVtr\ Dollars and Tiero Cents $aT $ q,q00 Per Each 42. 4 EA Furnish and Install Anode and Anode Test Station @ Atd ^� A 0110 Dollars and 7U0 Cents $ al loo$ ?3�q0 o Per Each 1W:1140WEVA ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 43. Lump Sum Furnish and Reconstruct 8 -inch Sewer (VCP) in Finley Ave (West) @r;jgl�4-. W041.n Dollars and Zero Cents Per Lump Sum 44. 100 LF Furnish and Install 8 -inch Sewer Spot Repair "rte 64ed _Dollars and Zero Cents $ 6L -AD $ 3O1ooto Per Lineal Foot 45. 15 LF Furnish and Install 10 -inch Sewer Spot Repair @2" k"rd� L*-.ollars and Z,Q ro Cents Per Lineal Foot 46. Lump Sum Furnish and Reconstruct 8 -inch Sewer (VCP) and Connection at OCSD Manhole @�QnlcUStv�t� Dollars and Zero Cents $ ..104oau Per Lump Sum 47. 220 EA Pothole Utilities and Connections @ C �2hSCtnB�Pe hDollars and ZPro Cents $ IIS $ X6'000 Per Each 48. Lump Sum Pressure Test, Disinfect and Flush New Mains @N111eken *ou.Lt` h4 Dollars and G ZPro Cents $ I( Per Lump Sum PR 10 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 49. Lump Sum Abandon in Place Existing 20/16 -inch Water Main from Via Oporto to 29th Street @ �1UC1)! ttW A "Dollars and 2--pYO Cents $ Per Lump Sum 50. Lump Sum Abandon in Place Existing 16 -inch Water Main from 26th Street to 19th Street @ ikn 4�Akollars and u� Zero Cents $ Per Lump Sum 51. 72 EA Replace Traffic Loops Damaged By Construction @ �fi �r �V(� Dollars and 2 ero Cents $ L40o $ ail ioo Per Each 52. 40,000 SF Grind AC and Place Final Asphalt Pavement Overlay @ -TNo V Q Dollars and / Cents $ LSO $ 100 000. Per Square Foot 53. Lump Sum Remove and Replace Existing Curb, Gutter, Sidewalk, Access Ramps, Driveways and Medians @`�� %ft �vWADollars and ZQ-YJ Cents Per Lump Sum $ 'J3/000 1=4111179 am ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 54. Lump Sum Remove and Replace Existing Stamped Concrete and Landscaping within Median @ e_kl cn `f'jloUSan& Dollars and Cents Per Lump Sum 55. 800 CY Furnish and Install Additional %-inch Rock Backfill in Ground Water or Unstable Conditions $ ll'Ouc @ �U�r1ii1Tr Dollars and 7P.YJ Cents $ A $ J& --G Per Cubic Yard 56. Lump Sum Traffic Contr`ol�� @ r\jA6 Pry ZY",4 Dollars and 2._2Ya Cents $ (Ilwo Per Lump Sum 57. Lump Sum Surveying Services @ :5iY4e4.n` hWS6#4 Dollars and 22V0 Cents $ jD ono Per Lump Sum 58. Lump Sum Provide As -Built Drawings @ __ V 'r CkCylt F Dollars and Z&D Cents $ 5,000 Per Lump Sum 59. Lump Sum Project Dewatering : Procure, Implement, and Conform to OCSD Permit ''��"" @[)I1Aux4f� Dollars and 12A Cents Per Lump Sum PR 12 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 60. Lump Sum Excavation Safety +A �kU.COA—Dollars and ZLY Cents Per Lump Sum 61. 20,000 SF Remove and Replace Concrete Pavement (Full Panels) Dollars 'LP,YD and Per Square Feet TOTAL PRICE IN WRITTEN WORDS (ITEM NOS. 1 THROUGH 61) and VA Cents I -I.21 �l5 Date T. 114 6foq-X12- i=_ liq Wi>-a4l Bidder's Telephone and Fax Numbers b 03Du- A G7cne, gnalne tji Bidder's License No(s). and Classification (s) $ Roo v $ 3 SII 515, Total Price (Figures) Te W3e +rk - Bidder Bidder' Authorized uth rizedSignature and Title ninul 1.I 1 001% Bidders email address: -I'&-bber+3- 01010 G PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 28 STREET AND 26 STREET TO 19 H CONTRACT NO. 5481 PART 1 - GENERAL PROVISIONS 1 SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-7 SUBSURFACE DATA 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Line and Grade 2-13 PRECONSTRUCTION DVD/VIDEO SECTION 3 -CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 5-8 SALVAGED MATERIALS 5-9 TRAFFIC SIGNAL LOOPS 1 1 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-7.2 Working Days 7 6-7.4 Working Hours 7 6-9 LIQUIDATED DAMAGES g 6-11 SEQUENCE OF CONSTRUCTION 8 6-11-1 Schedule Constraints 8 6-11-2 Multiple Headings 9 6-11-3 Sequencing Construction to Maintain Water Service 9 6-11-3.1 Via Oporto to 28`h Street 9 6-11-3.2 26`h Street to 191h Street 11 6-11-4 Isolation of Existing Water Mains 11 6-11-4.1 Via Oporto to 28`h Street 12 6-11-4.226 th Street to 191h Street 14 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 14 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 14 7-1.2 Temporary Utility Services 14 7-5 PERMITS 15 7-7 COOPERATION AND COLLATERAL WORK 16 7-8 WORK SITE MAINTENANCE 16 7-8.4.3 Storage of Equipment and Materials in Public Streets 16 7-8.6 Water Pollution Control 17 7-8.6.2 Best Management Practices (BMPs) 17 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 17 7-8.6.4 Dewatering 20 7-8.6.6 Disposal of Flushing Water 22 7-8.6.7 Steel Plates 22 7-10 PUBLIC CONVENIENCE AND SAFETY 22 7-10.1 Traffic and Access 22 7-10.3 Street Closures, Detours and Barricades 22 7-10.4 Safety 24 7-10.4.1 Safety Orders 24 7-10.5 "No Parking' Signs 24 7-10.6 Notices to Residents and Businesses 25 7-10.7 Street Sweeping Signs and Parking Meters 25 7-10.8 Temporary Parking Permits 25 7-15 CONTRACTOR'S LICENSES 25 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 26 7-17 TEMPORARY WATER MAIN BY-PASS 26 7-17.1 General 26 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 27 7-18.1 General 27 7-19 SEWER FLOW BY-PASS SYSTEM 28 SECTION 9 - MEASUREMENT AND PAYMENT 29 9-3 PAYMENT 29 9-3.1 General 29 9-3.2 Partial and Final Payment. 43 PART 2 - CONSTRUCTION MATERIALS 43 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 43 201-1 PORTLAND CEMENT CONCRETE 43 201-1.1 Requirements 43 201-1.1.2 Concrete Specified by Class and Alternate Class 44 201-1.1.3 Concrete Specified by Special Exposure 44 201-2 REINFORCEMENT FOR CONCRETE 44 201-2.2 Steel Reinforcement 44 201-2.2.1 Reinforcing Steel 44 SECTION 203—BITUMINOUS MATERIALS 44 203-6 ASPHALT CONCRETE 44 203-6.4 Asphalt Concrete Mixtures 44 203-6-4.3 Composition of Grading 44 SECTION 207 - PIPE 44 207-9 IRON PIPE AND FITTINGS 44 207-9.2 Ductile Iron Pipe for Water and Other Liquids 44 207-9.2.1 General 44 207-9.2.2 Pipe Joints 45 207-9.2.3 Fittings 45 207-9.2.4 Lining and Coating 45 207-9.2.6 Polyethylene Encasement for External Corrosion Protection 45 207-9.4 AWWA Butterfly Valves 46 207-9.4.1 General 46 207-9.5 AWWA Resilient Wedge Gate Valves 47 207-9.5.1 General 47 207-9.6 Air and Vacuum Release Valve Assembly 47 207-9.6.1 General 47 207-10 STEEL PIPE 47 207-10.2 Fabricated Steel Pipe 47 207-10.2.1 General 47 207-10.2.2 Design Criteria 49 207-10.2.5 Joints 49 207-10.2.8 Welding 49 207-10.2.9 Product Marking 49 207-10.4 Protective Lining and Coating for Steel Pipe 49 207-10.4.1 General 49 207-10.4.7 Tape Coating System 50 207-25 POLYVINYLCHLORIDE (PVC) PLASTIC PRESSURE PIPE 70 207-25.1 General 70 207-25.2 Fittings 70 207-25.3 Service Saddles 70 207-25.4 Curved Alignment (Deflections) 70 207-25.5 PVC Couplings 70 207-25.6 Pipe Identification 71 207-26 TEMPORARY HIGHLINE PRESSURE PIPE 71 207-26.1 General 71 207-27 PIPE APPURTENANCES 71 207-27.1 General 71 207-27.2 Valve Boxes 72 207-27.3 Sleeve -Type Couplings 72 207-27.4 Nuts and Bolts 72 SECTION 209 - ELECTRICAL COMPONENTS 72 209-06 CORROSION MONITORING SYSTEM 72 209-06.1 General 72 209-06.2 Specifications and Standards 72 209-06.3 Submittals 73 209-06.4 Test and Inspection Notification 73 209-06.5 Materials 74 209-06.5.1 Pre -Packaged Magnesium Anodes 74 209-06.5.2 At -Grade Test Stations 75 209-06.5.3 Wire and Cable 76 209-06.5.4 Insulating Flange Kit 76 209-06.5.5 Wax Tape Wrap 77 209-06.5.6 Alumino-Thermic Weld Kits 77 209-06.5.7 Plastic Warning Tape 78 209-06.6 Execution 78 209-06.6.1 Magnesium Anodes 78 209-06.6.2 At -Grade Test Stations 79 209-06.6.3 Wire and Cable 79 209-06.6.4 Insulating Flange Kits 80 209-06.6.5 Wax Tape Coating 81 209-06.6.6 Continuity Bonding 81 209-06.6.7 Wire to Pipe Connections 82 209-06.7 Testing and Inspection 82 209-06.7.1 Test Leads and Bond Wires 82 209-06.7.2 Test Lead Trenching and Backfill 83 209-06.7.3 Continuity Testing 83 209-06.7.4 Anodes and Cathodic Protection Performance 84 209-06.7.5 Insulator Testing 85 209-06.7.6 Wax Tape Coating 86 209-06.7.7 Compliance with Specifications 86 SECTION 214 - PAVEMENT MARKERS 86 214-4 NONREFLECTIVE PAVEMENT MARKERS 86 214-5 REFLECTIVE PAVEMENT MARKERS 86 PART 3 - CONSTRUCTION METHODS 86 SECTION 300 - EARTHWORK 86 300-1 CLEARING AND GRUBBING 86 300-1.3 Removal and Disposal of Materials 87 300-1.3.1 General 87 300-1.3.2 Requirements 87 300-1.5 Solid Waste Diversion 87 SECTION 302 - ROADWAY SURFACING 88 302-5 ASPHALT CONCRETE PAVEMENT 88 302-5.1 General 88 302-5.4 Tack Coat 88 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 88 302-6.6 Curing 88 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 88 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 89 DRIVEWAYS 88 303-5.1 Requirements 88 303-5.1.1 General 88 303-5.4 Joints 89 303-5.4.1 General 89 303-5.5 Finishing 89 303-5.5.1 General 89 303-5.5.2 Curb 89 303-5.5.4 Gutter 89 SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 89 306-1.1.1 General 89 306-1.1.2 Maximum Length of Open Trench 90 306-1.1.5 Removal and Replacement of Surface Improvement 90 306-1.1.6 Bracing Excavations 90 306-1.1.7 Dewatering 91 306-1.2.1 Bedding 91 306.1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped/Mortar Overcoat Steel Pipe 92 306-1.3 Backfill and Densification 100 306-1.4 Testing Pipelines 100 306-1.4.7 Watermain Disinfection 100 306-5 ABANDONDMENT OF COUNDUITS AND STRUCTURES 100 306-5.1 Abandoning Water Mains 100 306-5.2 Abandoning Valves 101 306-5.3 Abandoning Fire Hydrants 101 306-5.4 Removal of A.C. Pipe and Fittings 101 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 101 307-17 TRAFFIC SIGNAL CONSTRUCTION 101 307-17.7 Vehicle Detectors 101 307-17.7.3 Inductive Loop Detectors 101 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 102 308-1 General 102 SECTION 310 - PAINTING 103 310-5 PAINTING VARIOUS SURFACES 103 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 103 310-5.6.6 Preparation of Existing Surfaces 103 310-5.6.7 Layout, Alignment, and Spotting 103 310-5.6.8 Application of Paint 103 310-5.6.11 Pavement Markers 104 SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 104 312-1 PLACEMENT 104 PART 105 SECTION 600 - MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 105 600-2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 105 600-2.1 Asphalt -Rubber 105 600-2.1.1 General 105 600-2.6 Asphalt -Rubber Hot Mix Gap -Graded 105 600-2.6.3 Rolling 105 APPENDIX Appendix A: OCSD Special Purpose Discharge Permit Appendix B: Detector Loop Installation Detail Appendix C: Boring Logs from Geotechnical Report IV] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. 5481 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W -5346-S); (3) the City's (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 for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 —TERMS DEFINITIONS ABBREVIATIONS UNITS OF MEASURE AND SYMBOLS 1-2 DEFINITIONS Add to this section: "Design Engineer - Tetra Tech, Inc. 17885 Von Karman Ave., Suite 500 Irvine, CA 92614 (949) 809-5000; (949) 809-5010 Fax" SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS Page 1 of 105 2-5.2 Precedence of Contract Documents Add to this section, "if there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." 2-6 WORK TO BE DONE Add to this section "Newport Boulevard (Via Oporto to 28th Street) The work necessary for the completion of this contract consists of: the abandonment of the 20-inch/16-inch diameter cast iron water transmission main; the construction of a 24- inch water transmission main replacement including all appurtenances, fittings, and connections within Newport Boulevard within this stretch of the street; the abandonment of several adjacent smaller size cast iron distribution mains; and the construction of the 6-inch/8-inch/10-inch and 12 -inch replacement distribution water mains. Newport Boulevard (26th Street to 19th Street) The work necessary for the completion of this contract consists of: the abandonment of the 16 -inch diameter cast iron water transmission main; and the construction of a 16 - inch water transmission main replacement including all appurtenances, fittings, services, and connections within Newport Boulevard within this stretch of the street. Sewer Replacement/Repair The work necessary for the completion of this contract consists of: the spot repair of portions of several existing sewer mains; the reconstruction of existing sewer from manhole to manhole in Finley Ave. (West); and the reconstruction of existing sewer from manhole to just outside of an existing OCSD manhole in Newport Blvd. The work necessary for the completion of this contract includes providing traffic control, dewatering, and pavement replacement per the Contract Documents." 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 Exploration for Newport Boulevard Water Main Rehabilitation, City of Newport Beach" prepared by Leighton Consulting, Inc. and dated May 27, 2014. A copy of the boring logs from the geotechnical report is in Appendix C." 2-9 SURVEYING 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. Page 2 of 105 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." 2-9.2 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 Tetra Tech, Inc. and can be contacted at (949) 809- 5000. 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. Add this section after Section 2-12: "2-13 PRECONSTRUCTION DVD/VIDEO Prior So any construction activities, the Contractor shall provide the City with a DVD/video of the condition of the existing street, curb, gutter, sidewalk, medians, buildings, etc. adjacent to the proposed pipeline work." SECTION 3 - CHANGES IN WORK 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 Page 3 of 105 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing "4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 3rd paragraph: "For steel pipe, the Contractor shall field verify the location and depth (pothole) of all crossing utilities and services, parallel utilities in close proximity to the proposed pipeline, and point of connections prior to the submittal of the pipe laying diagrams. The Contractor shall provide the City with the pothole information consisting of pipe station, distance from curb, depth of cover from the finished surface to the top of the pipe, the bottom of the pipe or encasement, and the size and material of the utility/connection pipeline. Page 4 of 105 For PVC pipe, the Contractor shall field verify the location and depth (pothole) of all crossing utilities and services, parallel utilities in close proximity to the proposed pipeline, and point of connections at least three weeks or 1,500 feet, whichever is greater, in advance of the pipeline construction. In addition, the Contractor shall expose all utilities and services at least 200 linear feet in advance of the actual pipe excavation operations. The Contractor shall repair all potholes the same day the utility is exposed, and the Contractor shall place permanent asphalt concrete per Section 302. Temporary (cold mix) A.C. will not be allowed. 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." 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." Add the following Sections after Section 5-6. "5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. 5-8 SALVAGED MATERIALS The Contractor shall salvage all existing water meter, valve box covers and fire hydrants. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements with the City for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011. 5-9 TRAFFIC SIGNAL LOOPS All traffic signal loops destroyed or damaged during construction shall be replaced or repaired by the Contractor within seven (7) calendar days per the City of Newport Page 5 of 105 Beach requirements. If any traffic loops are damaged and/or impacted, the entire set of traffic loops for that run shall be replaced. The Engineer shall inspect all traffic loop construction. Contractor shall contact the City Traffic Engineering Division, at (949) 644- 3330, a minimum of 48 hours prior to disturbing any traffic signal loops. All costs for replacing or repairing traffic signal loops shall be included in the unit price contained in the Proposal." 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 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 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." 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: "The Contractor shall complete all work under the Contract within 220 consecutive working days after the date on the "Notice to Proceed". The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." Page 6 of 105 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1 st (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 11 th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, Christmas Eve), December 25th (Christmas), December 28th to December 30 h, and December 31St (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." Add the following Section 6-7.4 Working Hours after 6-7.3: "6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday, except as limited within the traffic control concepts and as restricted in Section 6-11-1 (Schedule Constraints). Lane closures within Newport Boulevard will not be allowed from June 15th, 2015 to September 11th, 2015 except as specified in Section 6-11-1 (Schedule Constraints). The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on 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. For the proposed connections requiring shutdown of existing water mains, the Contractor may be required or elect to perform the connection work at night to facilitate the construction and minimize the disruption to the community. The following requirements shall apply for any night time work: A. Night work hours shall be considered to be from 10:00 p.m. to 6:00 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." Page 7 of 105 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 $1,000." 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." Add the following Sections after Section 6-10 "6-11 SEQUENCE OF CONSTRUCTION 6-11-1 Schedule Constraints The Contractor will not be allowed to perform any construction activities within Newport Boulevard that will close any travel lanes from June 15th, 2015 to September 11 th 2015. The only exception to this constraint is if the City allows the Contractor to complete the potholing activities for the steel pipe portion of the work on Newport Boulevard between Via Oporto and 28th Street. The Contractor will only be allowed to perform the potholing within the time restrictions provided by the City (assumed to be between 9:00 a.m. to 2:00 p.m. Monday through Thursday). During these work hours, the Contractor shall maintain a minimum of one lane in each direction. The Contractor shall notify the Engineer two weeks prior to performing this work during the summer months and the anticipated duration of the work. The Engineer must approve all requests for closing travel lanes within Newport Boulevard from June 15th, 2015 to September 11th, 2015. The Contractor will be allowed to work from June 15th, 2015 to September 11th, 2015 within Central Avenue, Finley Avenue, the alley off of Finley Avenue, 32nd Street, and the alley between 291h Street and 28th Street as long as the work does not require any lane closures on Newport Boulevard. The Contractor shall notify the Engineer two weeks prior to performing this work during the summer months and the anticipated location, planned activities, and duration of the work. The City is planning to perform street improvements within Newport Boulevard from Via Lido to 30th Street, with construction starting in early 2016. In order to coordinate the construction of both projects, all work within Newport Boulevard from Via Oporto to 28th Street will need to be completed by January 15th, 2016. This will include completion of all connections, appurtenances, pressure testing, disinfection, and trench pavement replacement, pavement striping as well as the abandonment of the existing 20-inch/16- inch water main. Page 8 of 105 6-11-2 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. 6-11-3 Sequencing Construction to Maintain Water Service The proposed water main replacements will need to be sequenced in order to maintain water service 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. 6-11-3.1 Via Oporto to 28th Street 1. Construct the proposed 24 -inch diameter water main within Newport Boulevard from about Sta. 10+35± to about Sta. 36+15±. Prior to constructing the proposed 24 -inch diameter water main between Sta. 30+00± and Sta. 31+00±, the Contractor will need to construct the following items: the 8 -inch cut -in valve on the 8 -inch water main in the alley between 30th Street and 29th Street; and then relocate the existing 8 -inch water main vertically below the profile of the proposed 24 -inch water main. 3. Construct the following connections from the new 24 -inch main to a location in the vicinity of the point of connection (minimum of five feet away from the existing pipe or at the pipe station noted on the plans): 6 -inch at Via Oporto; 12 -inch at Via Lido; 8 -inch at Finley Ave. (east); 12 -inch at Finley Ave.(west) to Sta. 5+10±; 6 -inch at 32"d Street; 8 -inch at alley between 31St Street and 30th Street; 8 -inch at 30th Street; 8 -inch at alley between 30th Street and 29th Street; and 8 -inch and 6 -inch at 29th Street. 4. Construct all new valves, air valves, corrosion facilities, and thrust blocks. 5. Prior to making the connections at the alley between 31St Street and 30th Street and the 6 -inch connection at 29th Street, the Contractor shall construct the cut -in valves at each of these locations. 6. Construct all new services to a location adjacent to the existing meters. 7. Complete pressure and disinfection testing of the new water mains. 8. Make the following connections prior to activating the new 24 -inch water main: 8 -inch water main at the alley between 31 st Street and 30th Street; the 8 -inch water main at the alley between 30th Street and 29th Street; and the 8 - Page 9 of 105 inch and 6 -inch water mains at 29th Street (use the new cut -in valves to isolate the existing main from the new main). 9. Energize the new water main by connecting the new 24 -inch water main to the existing 24 -inch water main at 28th Street. At this time the existing 20- inch/16-inch water main and the new 24 -inch water main will both be in service. 10. Reconnect the new services from the existing 20-inch/16-inch water main to the new 24 -inch water main. 11.Complete the following connections: 8 -inch at 30th Street; 6 -inch at 32nd Street; 8 -inch at Finley Ave. (east); 12 -inch at Via Lido; and the 6 -inch at Via Oporto. 12.Construct the new 12 -inch water main within the alley south of Finley Ave. (west) from about Sta. 70+02 (including the new valve) to about Sta. 72+22. Construct all new services to a location adjacent to the existing meters. Complete pressure and disinfection testing of the new water main. Connect to the existing 10 -inch water main at Sta. 72+34. Reconnect services from the existing water main to the new water main. 13.Connect to the existing 20 -inch water main at Sta. 10+16±. Abandon the existing 20 -inch CIP water main from this connection to the existing 20 -inch valve at 32nd Street. 14. Construct the 12 -inch water main within Finley Ave. (west) from Sta. 5+00± to the alley (Sta. 4+00). Complete pressure and disinfection testing of the new water main. Complete the following connections: Sta. 5+00 to Sta. 5+10; the 6 -inch connection to the north alley; connection from tee to Sta. 70+02; and the connection to the 8 -inch water main west of the alley. 15.Construct highline to provide service to existing services within the alley between 29th Street and 28th Street. Once all services are connected to the highline, take the existing 16 -inch water main out of service. 16.Construct the new 8 -inch water main from about Sta. 80+10 to Sta. 83+92. Construct all services to a location adjacent to existing meters. Hot tap the existing 8 -inch water main within 29th Street. Complete pressure and disinfection testing of the new water main. Complete connection to hot tap valve and to the existing 16 -inch water main in 28th Street. Reconnect services from the highline to the new 8 -inch water main. 17.Abandon the existing 20-inch/16-inch water main and valves within Newport Boulevard and 29th Street. 18.The sewer spot repair and sewer reconstruction work can occur at the Contractor's convenience. Page 10 of 105 6-11-3.2 26" Street to 19th Street 1. Construct the proposed 16 -inch diameter water main within Newport Boulevard from about Sta. 50+10± to about Sta. 67+40±. 2. Construct the following connections from the new 16 -inch main to a location in the vicinity of the point of connection (minimum of five feet away from the existing pipe): 8 -inch fire main; the fire hydrants located at Sta. 53+01 and Sta. 54+80; 8 -inch at 22nd Street; 6 -inch at 21St Street; 6 -inch at 20th Street; 12 -inch at 20th Street, and 6 -inch at 19th Street. 3. Construct all new valves, air valves, and thrust blocks. 4. Prior to making the connections at 21St Street, 20th Street, and 19th Street, the Contractor shall construct the hot taps at each of these locations. 5. Construct all new services to a location adjacent to the existing meters. 6. Complete pressure and disinfection testing of the new water mains. 7. Make the following connections prior to activating the new 16 -inch water main: 6 -inch water main at 19th Street. 8. Energize the new water main by connecting the new 16 -inch water main to the existing 16 -inch water main at 26th Street. At this time the existing 16 -inch water main and the new 16 -inch water main will both be in service. 9. Reconnect the new services from the existing 16 -inch water main to the new 16 -inch water main. 10. Complete the following connections: 8 -inch fire main; the fire hydrants located at Sta. 52+95 and Sta. 54+80; 8 -inch at 22nd Street; 6 -inch at 21 st Street; and 6 -inch at 20th Street. 11. Connect to the existing 16 -inch water main at Sta. 67+55± and make the connection to the 12 -inch at 20th Street. Abandon the existing 16 -inch CIP water main from 26th Street to 19th Street. During the abandonment work, construct the plug and thrust blocks at the existing valves (the existing 16 - inch main side of the valve) at 21 st 20th and 19th Streets. 12.The sewer spot repair and sewer reconstruction work can occur at the Contractor's convenience. 6-11-4 Isolation of Existing Water Mains The valve closures required to isolate the existing water mains for the proposed connections shall only be performed by the City. Page 11 of 105 The Contractor shall maintain the supply of water to the customers at all times except for the time to make the necessary connections to the water mains or connections to the existing water meters. These shutdowns will occur at an agreed upon time. A maximum of a four-hour shut down of water facilities will be allowed during the daytime hours of 10:00 a.m. to 2:00 p.m. or a maximum of a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor shall maintain adequate fire protection at all times during the construction of the project. It is the Contractor's responsibility to provide advance notification to and coordinate the construction with the local fire department. Several of the connections will require the shutdown of existing water mains outside of the limits shown on the construction plans. The following is a summary of the proposed connections and the corresponding impact on existing services due to the isolation of the existing water mains. 6-11-4.1 Via Oporto to 28th Street To construct the 8 -inch cut -in valve in the alley between 30th Street and 29th Street, the following valves will be closed: valve off the 16 -inch main in Newport Boulevard and the valve west of Villa Way. One fire service and service to 6 customers will be taken out of service. The cut -in valve shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 2. To construct the cut -in valve in the alley between 31St Street and 30th Street, the following valves will be closed: valve off the 16 -inch main in Newport Boulevard and the valve east of Villa Way. Three fire services and service to 19 customers will be taken out of service. The cut -in valve shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 3. To construct the cut -in valve at the 6 -inch 29th Street connection, the following valves will be closed: the existing valve to the north of the connection and the valve at 28th Street. Service to 7 customers will be taken out of service. The cut -in valve shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 4. To construction the connections to the 8 -inch water main at the alley between 31St Street and 30th Street, the 8 -inch water main at the alley between 30th Street and 29th Street, and the 6 -inch water main at 29th Street, the corresponding valve off the 16 -inch main in Newport Boulevard and the new cut -in valves will be closed. No services will be impacted. 5. To construct the connection of the new 24 -inch water main to the existing 24 - inch water main at 28th Street, the following valves will be closed: the 24 -inch valve and 12 -inch valve within the intersection of Newport Boulevard and 28th Page 12 of 105 Street; and the 24 -inch valve south of 28th Street in Newport Boulevard. No services will be impacted. 6. To construct the connection at 30th Street, the following valves will be closed: the valve off of the 16 -inch in Newport Boulevard; the valve south of the connection; and the valve at 30th Street and Balboa Blvd. One fire hydrant and service to 1 customer will be taken out of service. The connection shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 7. To construct the connection at 32nd Street, the valves required to be closed are shown on the plans. One fire hydrant, one fire service and service to 4 customers will be taken out of service. The connection shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 8. To construct the connection at Finley Ave. (east), the valve off of the 16 -inch main in Newport Boulevard will be closed. One fire hydrant, and service to 1 customer will be taken out of service. The connection shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 9. To construct the connection at Via Lido, the valves required to be closed are shown on the plans. One fire service and service to 1 customer will be taken out of service. The connection shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 10.To construct the connection at Via Oporto, the valves required to be closed are shown on the plans. No services will be impacted. 11.To construct the connection to the existing 10 -inch water main at Sta. 72+34, the following valves will be closed: the valve north of the point of connection; and the valve at 32nd Street and the alley. Service to 8 customers will be taken out of service. The connection shall be completed within the above 4 - hour or 6 -hour maximum shut down period of time. 12.To construct the connection to the existing 20 -inch water main at Sta. 10+16±, the following valves will be closed: valve to the north of the connection; the valves at Via Oporto, Via Lido, and Finley Ave. (east and west); and the 20 -inch valve at 32nd Street. No services will be impacted. 13.To construct the pipeline within Finley Ave. (west), the valve off the 16 -inch main in Newport Boulevard and the three valves at the intersection of Finley (west) and the alley will be closed. One fire hydrant will be taken out of service. 14.To construct the connection at Finley Ave. and the alley, the three valves at the intersection shown on the plans shall be closed. One fire hydrant will be taken out of service (same facilities noted in Item 13). No additional services will be impacted. Page 13 of 105 15.To take the existing 16 -inch water main out of service within the alley between 29th Street and 28th Street, the valves shown on the plans will be closed. The highline will be used to maintain service to the customers shown on the plans. 6-11-4.2 26" Street to 19th Street 1. To construct the connection to the existing 16 -inch water main at 26th Street, the following valves will be closed: 24 -inch valve near 28th Street; 8 -inch and 6 -inch valves at 26th Street; and the 16 -inch valve east of the connection. Service to one fire hydrant, one fire service, and 1 customer will be taken out of service. The connection shall be completed within the above 4 -hour or 6 - hour maximum shut down period of time. 2. To construct the connection to the 8 -inch fire main, the valve off the 16 -inch water main shall be closed. The connection shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 3. To construct the connections to the fire hydrants located at Sta. 53+01 and Sta. 54+80, the valve off the 16 -inch water main shall be closed. 4. To construct the connection to the 8 -inch at 22nd Street, the valve off the 16 - inch water main shall be closed. One fire hydrant, three fire services and service to four customers will be taken out of service. The connection shall be completed within the above 4 -hour or 6 -hour maximum shut down period of time. 5. Due to the hot taps, there will be no shutdown required to make the connections to the 6 -inch at 21 st Street, and the 6 -inch at 20th Street. 6. To construct the connection to the 12 -inch at 20th Street, the valve off the 16 - inch water main and the valve at the alley to the south of Newport Boulevard will be closed. No services shall be impacted. 7. To construct the connection to the 16 -inch water main at Sta. 67+61, the following valves will be closed: the 16 -inch valve to the east of the connection at 18th Street; the 8 -inch and 6 -inch valves to the north of the connection; and the 16 -inch valve at Balboa Blvd and 19th Street. No services shall be impacted." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Page 14 of 105 Add to the end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. 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 add the following to the end of this section: "An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of the work. All groundwater, pipeline dewatering and flushing shall be discharged to the nearest sewer facility. The Contractor will not be allowed to discharge any groundwater, pipeline dewatering or flushing to any storm drain facility or discharge it to the ocean. The Contractor will be required to apply for a Special Purpose Discharge Permit from the OCSD for discharging of all groundwater, pipeline dewatering and flushing to the nearest sewer facility. A copy of the Application Form, Certification of Accuracy of Information, Sewer Connection Verification Statement, Certification of Responsible Officer and Option to Designate Signatory are attached as Appendix A. The Contractor will need to obtain this permit and comply with all of its requirements in order to discharge to the nearest sewer facilities. The permit fee is $2,365.58 and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. The Contractor will be required to analyze a representative sample of the groundwater to be dewatered by the Project, for Total Toxic Organics (TTO's), Volatile Organic Compounds, Selenium, Heavy Metals, Arsenic, and Total Dissolved Solids (as a minimum). In cases where chlorine addition is used for disinfection, the Contractor shall also monitor for chlorine. The Contractor will be required to install and maintain a desilting tank for settling and removal of solids in the groundwater before discharge to the sewer mains. Contractor will be required to install a flow meter on the discharge line from the desilting tank. The meter shall have a known accuracy of ±5%, and upon commencement of construction dewatering, the Contractor must report volume totals to OCSD on a weekly basis. A sample port with valve assembly shall be installed on the discharge line from the desilting tank, and in an accessible location for subsequent sampling by both the Contractor and OCSD. The Contractor will be prohibited from discharging during a rain/storm event. Page 15 of 105 The Contractor shall conduct monitoring of the groundwater discharge as specified for the purpose of determining the status of compliance and suitability for discharge. For the purpose of monitoring the groundwater discharge associated with the Project, the Contractor shall collect grab samples from the desilting effluent discharge within the first week upon commencement of the discharge, and lastly, approximately one month before project shutdown. The constituents to be analyzed will include heavy metals (chrome, copper, nickel, zinc), plus arsenic and selenium (by EPA method 6010B), total suspended solids, and total toxic organics (by EPA method 624). Copies of all sampling results/lab reports must be submitted to OCSD within 15 days of the sampling date. The project site is less than 1 acre, therefore, the preparation of a SWPPP is not required. The statewide general NPDES permit does not apply either to this project." 7-7 COOPERATION AND COLLATERAL WORK Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall provide the City advanced notice a minimum of seven (7) calendar days prior to 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 WORK SITE MAINTENANCE 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. The Contractor may use the City parking lot at the northwest corner of Newport Boulevard and 32"d Street adjacent to the vacant bank building as a staging area. This parking lot will only be available to the Contractor between September 14th 2015 to January 15th 2016. Due to the close proximity to neighboring residents, the Contractor Page 16 of 105 shall not generate any noise before 8:00 AM every day. The Contractor shall be completely demobilized on or prior to January 15th 2016." 7-8.6 Water Pollution Control Add to this section: "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) 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: 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." 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Add the following to this section: "Since the project disturbs less than one (1) acre of land, the preparation of a SWPPP is not required. The statewide general NPDES permit does not apply either to this project. Page 17 of 105 If the project disturbs more than one (1) acre of land, the Contractor shall prepare a site-specific Storm Water Pollution Prevention Plan (SWPPP), prepared by a qualified SWPPP developer (QSD) as defined by the Construction General Permit (CGP) pursuant to Order No. 2009-0009-DWQ within the Santa Ana RWQCB. A copy of this permit and related documents/attachments may be found on the internet at: http://www.swrcb.ca.gov/water issues/prog ram s/stormwater/con stpermits. shtm I The project is a Type 1 Linear Underground Project (LUP) and shall be identified and implemented as required by the Non -Priority Project Water Quality Plan and SWPPP. The Contractor shall prepare and implement a Storm Water Pollution Prevention Plan (SWPPP). A copy of the SWPPP shall be kept at the project site and be available for review on request. Prior to commencing the work, the Contractor shall electronically submit the required PRDs (Permit Registration Documents) to the City. If any of the required items are missing, the PRD submittal is considered incomplete and will be rejected. Upon receipt and acceptance of a complete PRD submittal, the City will designate the Contractor's QSD through the Stormwater Multi -Application Reporting and Tracking System (SMARTS) to submit the project information on the City's behalf. The Contractor's QSD will electronically submit these documents through SMARTS to the State Water Resources Control Board (SWRCB) to obtain coverage under the CGP. The Contractor shall prepare a site-specific Storm Water Pollution Prevention Plan (SWPPP), prepared by a qualified SWPPP developer (QSD) as defined by the CGP, which must include the information needed to demonstrate compliance with all requirements of the CGP, for review, approval, and certification by the City prior to submittal of the PRDs (the SWPPP is a required component of the PRD electronic submittal package). NO CONSTRUCTION ACTIVITY CAN BE ALLOWED UNTIL THE CITY HAS RECEIVED A TRACKING NUMBER FROM THE SWRCB. The SWPPP shall be developed and updated using Section 2 and Appendix B of the California Storm Water Quality Association (CASQA) Storm Water Best Management Practice Handbook Web Portal for Construction (requires subscription to access). The CASQA Construction BMP Web Portal required subscription can be purchased from CASQA and can be access at the following link: https://www. casga.org/LeftNavigation/B M PHand booksPorta I/ta bid/200/Default.asi)x The Contractor shall implement, maintain and amend the SWPPP as needed during the course of work to reflect actual construction progress and construction practices. The Contractor will designate a Qualified SWPPP Practitioner (QSP), as defined by the CGP, who will be responsible for compliance with CGP requirements on the project at all times. Page 18 of 105 The SWPPP shall not be construed to be a waiver of the Contractor's obligation to review and understand the CGP before submitting a bid. By submitting a bid, the Contractor acknowledges that he has read and understands the requirements of the CGP. The Contractor shall be responsible for and shall submit to the City copies of all Contractor generated SWPPP documents, including all sampling test results, inspection reports, Rain Event Action Plans (REAP), annual reports, and other time sensitive documents involving monitoring data. Such documentation shall be provided as soon as the information is available and shall be provided within twenty-four (24) hours when requested by the City. The Contractor shall be required to produce such data and documentation at the Project site on demand if so requested by Santa Ana Regional Water Quality Control Board Staff during a site inspection. Full compensation for conforming to the requirements of Construction General Permit (CGP) shall include, but not limited to, the following: 1. Submit Permit Registration Documents (PRDs) per Attachment B of the CGP to the City. 2. Develop a SWPPP to conform to the appropriate Risk Level and the Contractor's actual construction practices. 3. Administer, implement, maintain, and ensure adequate functioning of the various water quality control measures identified within the SWPPP during construction including all Numeric Action Level (NAL) and Numeric Effluent Limitation (NEL) sampling, monitoring and reporting requirements statutorily required for the determined Risk Level of the project site. These tasks must be performed by QSP. 4. Provide and maintain all documentation (at the job site) and administration for the entire Contract period. 5. Perform all work required for compliance with the requirements of the CGP including preparation of all Rain Event Action Plans (REAPs), construction of effective treatment control BMPs, i.e.: contingency basins, chemical treatments, etc.; 6. Provide all labor, tools, equipment and materials for any additional BMPs which may be required to comply with the requirements of the CGP. All above work shall be considered as included with the Lump Sum Price for the SWPPP and no additional compensation will be allowed therefor. The Contractor shall be responsible to prepare and submit the following: Notice of Intent (NOI), Risk Assessment, Site Map, SWPPP, the Notice of Termination (NOT); and the required components of the Permit Registration Documents (PRD). The City will be responsible for certification of the information as part of the PRD. The Contractor Page 19 of 105 must amend the SWPPP as needed during the course of work to reflect the actual construction progress and construction practices and submit the information via the SMARTS system. No construction activities shall commence until approval from the State is obtained for a completed PRD. The Contractor shall be responsible for providing all reports required by the CGP (monitoring, inspection, rain event action plans and annual reports) to the City for review. Time sensitive reports involving monitoring data shall be provided as soon as the information is made available. All other reports shall be provided to the City a minimum of two weeks prior to their deadline for submittal to the State Water Resources Control Board (SWRCB). The Contractor shall be responsible for compliance and will be responsible to pay for any fines from the State or Regional Water Quality Control Board received by the City in which the work is being performed in, due to the Contractor's failure to maintain compliance to the approved PRD. The inspector, accompanied by the Contractor will conduct inspections of the construction site, typically prior to anticipated storm events and after actual storm events to identify areas contributing to a storm water discharge associated with construction activity and to evaluate whether BMPs to reduce pollutant loadings are adequate and properly implemented in accordance with the terms of the permit or whether additional control measures are needed. Failure of the Contractor to comply with the City's requested corrective actions may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension." 7-8.6.4 Dewatering Add the following to the end of this section: "Groundwater will 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 OCSD's Special Purpose Discharge Permit. See Section 7-5, as amended, for specific requirements. The Contractor shall provide and maintain, at all times during construction, ample means and devices to promptly remove and properly dispose of all water from any source, including groundwater, and water migrating through the bedding of existing sewers or storm drains or other existing utilities, entering the excavations. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Lump Sum Price for Project Dewatering and no additional compensation will be allowed therefor. The Contractor shall confirm that the receiving sewer system has the capacity to take the estimated flows during dry and wet weather conditions and whether or not the water quality is acceptable and will not cause any permit violations. The following discharges Page 20 of 105 are prohibited: oil, grease, fuel, sludge, trash, chemicals, and any other items which would adversely affect water quality. Water shall not be discharged into OCSD sewer facilities during a wet -weather storm event. For all dewatering operations, each disposal point shall have a calibrated, non- resettable totalizing effluent flow meter with a flow accuracy of plus or minus 5 percent to track the dewatering discharges. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Also, an accessible sample collection point shall be provided immediately upstream of all points of discharge. The Contractor shall provide OCSD's Source Control staff and Engineer unrestricted access to the facility and site to inspect, monitor, or verify compliance with OCSD's Permit requirements. All dewatering operations require the use of a desilting tank with a stainless steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air -tight covers so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than 5 minutes detention time and have a "flow-through" velocity not exceeding 0.2 foot per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow-through limitations specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system. All dewatering operations with detectable levels of TTO's, or evidence of TTO's in the extraction zone, or significant amounts of volatile organics, may require the use of granular activated carbon (GAC) filters in lead -lag arrangement or other suitable technology to meet OCSD's TTO limit of 0.58 mg/L and mitigate an Lower Explosion Limit (LEL) event. Note that additional particle filtration is typically provided upstream of the GAC filters to prevent fouling and to extend the life of the carbon. The GAC filters shall be equipped with a stainless steel sampling port and a drip container on the final stage discharge outlet so that the Engineer may collect periodic dewatering samples. Additionally, the GAC filters shall be air -tight so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for carbon change out or other maintenance activities. The GAC filters shall be located in a safe and easily accessible location. Each GAC filter shall provide enough detention time to meet OCSD's TTO limit of 0.58 mg/L. The carbon shall be changed in the lead GAC filter when the TTO as measured in the discharge of the lead GAC filter is at 0.58 mg/L, or as required. The GAC filters and additional particle filtration equipment upstream of the GAC filters shall be cleaned as required to maintain the detention time and flow-through limitations as specified above. The intent is to avoid any addition of soil materials from dewatering operations into the Page 21 of 105 receiving sewer system or fouling of the GAC filter carbon media. The method of pretreatment and point of disposal of water shall be subject to the District's Source Control staff and the Engineer's approval." Add the following after Section 7-8.6.5: "7-8.6.6 Disposal of Flushing Water The Contractor will be required to flush the proposed 24 -inch and 16 -inch pipelines with water to remove dirt and debris as specified in Section 306-1.4.7. The Contractor will be required to discharge this water into a sanitary sewer system and will not be allowed to discharge it to an existing storm drain facility or to a natural drainage channel. The Contractor will need to coordinate this disposal of water with the City of Newport Beach and the Orange County Sanitation District in order to schedule the flushing as well as confirm that the sewer system has adequate capacity to handle the proposed flushing rate. All costs of the disposal of the flushing water shall be borne by the Contractor. 7-8.6.7 Steel Plates Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 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 and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans to be prepared by the Contractor (see Section 7-10.3)." 7-10.3 Street Closures, Detours and Barricades Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan and detour plan(s) for each street and parking lot. The Contractor shall be responsible for processing and Page 22 of 105 obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall assume that the review process will take four weeks for the first submittal and two weeks for the second submittal. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. The traffic control concepts are specified on the plans. Flashing arrow boards shall be used for each traffic lane closures. The Contractor shall provide four (4) solar powered changeable message signs (CMS) for the proposed work. The CMS shall be posted in advance of the pipeline work and shall be located at each end of the work (Via Oporto to 28 Street and 26`h Street to 19th Street). These CMS can be LED full matrix or letter matrix or equivalent, with three (3) rows of preferred 8" letters (minimum of 6"). The overall width of the sign including the trailer shall not exceed 8 feet. The messages and sign location shall be agreed upon with the City. 6. The Contractor will be allowed to close one alley or street at a time to complete the work. Work in other alleys and streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as lost street parking. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 7. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. The Contractor shall not close both parallel crosswalks or sidewalks at the same time. Page 23 of 105 8. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 9. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 10. Parking will need to be prohibited, as needed, by posting approved "No Parking" signs at a minimum of 48 hours prior to the upcoming construction. 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." Add the following Sections to the end of 7-10.4: "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. Page 24 of 105 7-10.6 Notices to Residents and Businesses Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents and businesses within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents and businesses a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY' signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The Contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. 7-10.8 Temporary Parking Permits In addition to the forty-eight hour notice specified above in 7-10.6 (Notices to Residents and Businesses), the Contractor shall hand out two Temporary Parking Permits to each residence adjacent to the alley construction. The Temporary Parking Permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. 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. Add the following Sections at the end of Section 7-14 "7-15 CONTRACTOR'S LICENSES Page 25 of 105 At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 7-17 TEMPORARY WATER MAIN BY-PASS 7-17.1 General As a part of this project, the Contractor will be responsible for installation of the temporary by-pass water system (highline) as described in these special provisions and the plans. The Contractor can commence installation of new mains once the temporary by-pass system is in place and has passed a disinfection test. The Contractor shall have the by-pass line inspected by City personnel prior to commencing the project. If at any time, the temporary by-pass water system is damaged, it will be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the City. All costs associated with repair and replacement of the highline will be the sole responsibility of the Contractor. 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. Page 26 of 105 2. It is recommended that two (2) 2 -inch steel by-pass lines shall be installed, one on either side of the alley adjacent to the meter boxes. All temporary piping crossing streets shall be buried and paved flush with the existing surface. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the by-pass systems. The Contractor shall be responsible for disinfection and flushing the by-pass systems as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. The Contractor will then remove meters and connect services to temporary by- pass systems. Upon acceptance by the City of new water mains, after the water services have been reinstalled by the Contractor, the Contractor will disconnect the temporary by-pass system at each service connection and reinstall meters. The temporary water main by-pass system installed at any given time shall not exceed the water services between any single alley section (from local street intersection to local street intersection) unless approved in writing by the City in advance of the work, including specific limits of the proposed by-pass. 7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 7-18.1 General As a part of this project, the Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services and Sections 207-21.7, 207- 21.7.1, 207-21.7.2, 306-1.4.5 (Water pressure test) and 306-1.4.7 (Water main Disinfection) of the Standard Special provisions: 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the new main and services. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to Page 27 of 105 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. 7-19 SEWER FLOW BY-PASS SYSTEM The Contractor shall bypass all sewage flows during sewer related construction operations, as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the Contractor shall provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120% of the peak flow as specified by the City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than 1 foot above the crown of the incoming sewer pipe. The Contractor shall design a sealed flow by-pass system in order to eliminate nuisance odors. Potential nuisance odor areas shall include open manholes, and open sewers where sewer gases may be present or can be released. All temporary connections to existing manholes shall be properly covered and sealed to prevent nuisance odors from escaping into the atmosphere. Bypass piping shall be high density polyethylene (HDPE) pipe, steel or aluminum pipe with grooved couplings. For protection against damage, above ground bypass piping shall be protected in place by barriers and/or crash cushions. All bypass piping crossing travel lanes shall be buried and paved flush with the existing surface. When the bypass piping discharges into a manhole, the discharge pipe shall extend into the manhole, ending at the elevation of the center of the trunk sewer. Plugs shall be appropriate for the application. Plugs shall be a heavy-duty inflatable type with a steel rod through plug centerline, a retaining plate and an eye -lift on both ends. Plugs shall be new, made of natural rubber and shall show no cracks or signs of damage. The plugs shall have a flexible sealing design to compensate for any irregular interior surface of the pipe. Inflatable flow-through plugs shall be installed immediately upstream of the dry manhole to aid emergency removal of the plug. A double block and bleed may be required to protect workers per OSHA. Flow-through plugs shall be appropriate for the application and provided with the required configuration to perform the bypass. The flow-through plug shall consist of a flow-through plug and a flexible hose. The flexible hose shall be rubber coated, heavy duty, nylon hose with an enclosed steel helix coil. The flow-through plug shall attach to the flexible hose using high torque, stainless steel pipe clamps. The flow-through plug shall be equipped with an inflation hose, a safety rope or cable, and a safety hook for removal without entry. In addition to the bypass system plan, the Contractor shall develop a Spill Prevention, Control and Countermeasure Plan (SPCCP). The SPCCP shall include the following items, as a minimum: identify equipment, materials and labor necessary if there is a spill; a description of the Contractor's plan to respond to a sewage spill; the plan shall Page 28 of 105 include step by step procedures on how the equipment, materials and labor will be mobilized and implemented in the event a spill occurs; alternative method of handling of sewage flow during a bypass system failure; and a plan identifying all existing storm drains and the material to be used to block the openings in the event of a spill. Plans for bypassing and the SPCCP 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." SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 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, Demobilization and Cleanup: Work under this item shall include providing bonds, insurance, permits, and financing, establishing a field office, preparing and implementing the BMP Plan, preparing and updating the construction schedule as needed, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This includes, but not limited to, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the site, securing a temporary construction yard, providing temporary construction fencing with screens, and maintaining the project site in a safe and orderly manner during construction. 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 Furnish and Install 24 -inch CML&TW Steel Pipe: Work under this item shall include furnishing and installing all pipe material, including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D- 106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of the pipe excavation operations, trench excavation, shoring, bracing, control of ground water and surface water, bedding, backfill, compaction, slurry backfill, installation of pipe, fittings, couplings, welded joints, thrust blocks, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to complete the work in place. Page 29 of 105 Item No. 3 Furnish and Install 16 -inch PVC Pipe (AWWA C-905 DR 18): Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for the grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, couplings, thrust blocks, coatings, metallic warning tape or locater wire, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 4 Furnish and Install 16 -inch DIP (Pressure Class 250) with Restrained Joints: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for the grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, couplings, restrain joints, thrust blocks, anchor block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 5 Furnish and Install Connection to Existing 20 -inch Pipe at Central Ave. and Via Oporto: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing 20 -inch CML&TW steel pipe, butt strap, nuts, bolts, and gaskets, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, removal and disposal of existing 20 -inch gate valve, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. The 20 -inch butterfly valve and valve box shall be paid for by separate bid item. Item No. 6 Furnish and Install Connection to 6 -inch Pipe at Via Oporto: Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 6 -inch valve, valve box and cover, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or Page 30 of 105 improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 7 Furnish and Install Connection to 12 -inch Pipe at Via Lido: Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 12 -inch valve, valve box and cover, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 8 Furnish and Install Connection to 8 -inch Pipe at Finley Ave. (East): Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 8 -inch valve, valve box and cover, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 9 Furnish and Install 12 -inch PVC Pipe (AWWA C-900 DR 18) in Finley Ave. (West): Work under this item shall include furnishing and installing all pipe material and valves including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for the grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 12 - inch valve, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing 6 -inch piping and new 12 -inch piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, removing and disposing existing 12 -inch pipe, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. The fire hydrant assembly shall be paid for by separate bid item. Item No. 10: Furnish and Install 12 -inch PVC Pipe (AWWA C-900 DR 18) in alley off of Finley Ave. (West): Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe Page 31 of 105 excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 12 - inch valve, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing 8 -inch and 10 -inch piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 11 Furnish and Install 6 -inch PVC Pipe (AWWA C-900 DR 14) in 32"d Street: Work under this item shall include furnishing and installing all pipe material and valves including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 6 - inch valves, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connections to existing piping at Sta 76+49 and Sta 77+51, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. The fire hydrant assembly and the 1 -inch air and vacuum assembly shall be paid for by separate bid items. Item No. 12 Furnish and Install Connection to 8 -inch Pipe within alley between 315` Street and 30 Street: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 13 Furnish and Install Connections to 8 -inch and 6 -inch Pipes at 30th Street: Work under this item shall include furnishing and installing all pipe material and valves including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 8 -inch and 6 -inch valves, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connections to existing piping including both 8 -inch and 6 -inch piping and fittings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Page 32 of 105 Item No. 14 Furnish and Install Connection to 8 -inch Pipe within alley between 30th Street and 29 Street: Work under this item shall include furnishing and installing all pipe material including, but not limited to, the relocation of the existing 8 -inch pipe, , pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D- 106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 15 Furnish and Install Connection to 8 -inch Pipe at 29th Street (East): Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 16 Furnish and Install Connection to 6 -inch Pipe at 29th Street (West): Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 17 Furnish and Install Connection to Existing 24 -inch Pipe at 28th Street: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing 24 -inch DIP, couplings, nuts, bolts, and gaskets, thrust block, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Page 33 of 105 Item No. 18: Furnish and Install 8 -inch PVC Pipe (AWWA C-900 DR 14) in alley betwee��reet and 28th Street: Work under this item shall include furnishing and installing all pipe material including, but not limited to, the temporary water main by- pass (highline) to maintain water service, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, relocating the existing sewer lateral, if required, removing, abandoning or protecting interfering portions of existing utilities or improvements, removing and disposing existing 16 -inch pipe, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 19 Furnish and Install Connection to Existing 16 -inch Pipe at 26th Street: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing 16 -inch DIP, retaining glands, couplings, nuts, bolts, and gaskets, coatings, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 20 Furnish and Install Connection to 8 -inch Fire Main (Sta. 52+75): Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 8 -inch valve, valve box and cover, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 21 Furnish and Install Connection to 8 -inch Pipe at 22nd Street: Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 8 -inch valve, valve box and cover, couplings, thrust blocks, concrete encasement, coatings, metallic warning tape Page 34 of 105 or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. The 1 -inch air and vacuum valve assembly shall be paid for by separate bid item. Item No. 22 Furnish and Install Connection to 6 -inch Pipe at 21St Street: Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 6 -inch valve, valve box and cover, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. The 1 -inch air and vacuum valve assembly shall be paid for by separate bid item. Item No. 23 Furnish and Install Connection to 6 -inch Pipe at 20th Street (north): Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 6 -inch valve, valve box and cover, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. The 1 -inch air and vacuum valve assembly shall be paid for by separate bid item. Item No. 24 Furnish and Install Connection to 12 -inch Pipe at 20th Street (south): Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, 12 -inch valve, valve box and cover, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing 12 -inch piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Page 35 of 105 Item No. 25 Furnish and Install Connection to 6 -inch Pipe at 19th Street: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, fittings, couplings, thrust blocks, coatings, metallic warning tape or locater wire, providing connection to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 26 Furnish and Install Connection to Existing 16 -inch Pipe at 19th Street: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing 16 -inch PVC and ductile iron pipe, fittings, couplings, nuts, bolts, and gaskets, coatings, metallic warning tape or locater wire, providing connections to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. The 2 -inch air and vacuum valve assembly shall be paid for by separate bid item. Item No. 27 Furnish and Install 24 -inch Butterfly Valve and Valve Box: Work under this item shall include furnishing and installing a 24 -inch ductile iron butterfly valve including but not limited to, valve, valve operator, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 28 Furnish and Install 20 -inch Butterfly Valve and Valve Box: Work under this item shall include furnishing and installing a 20 -inch ductile iron butterfly valve including but not limited to, valve, valve operator, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 29 Furnish and Install 16 -inch Butterfly Valve and Valve Box: Work under this item shall include furnishing and installing a 16 -inch ductile iron butterfly valve including but not limited to, valve; valve operator, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 30 Furnish and Install 8 -inch Cut -in Valve including Piping: Work under this item shall include furnishing and installing a 8 -inch ductile iron resilient wedge gate valve including but not limited to, valve, valve operator, valve box and cover, valve extension, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, couplings, valve anchor block, coatings, Page 36 of 105 metallic warning tape or locater wire, providing connections to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 31 Furnish and Install 6 -inch Cut -in Valve including Piping: Work under this item shall include furnishing and installing a 6 -inch ductile iron resilient wedge gate valve including but not limited to, valve, valve operator, valve box and cover, valve extension, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, couplings, valve anchor block, coatings, metallic warning tape or locater wire, providing connections to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 32 Furnish and Install 8 -inch Hot Tap on Existing 8 -inch Pipe: Work under this item shall include furnishing and installing a 8 -inch ductile iron resilient wedge tapping gate valve including but not limited to, valve, valve operator, valve box and cover, tapping sleeve, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing tapping sleeve, thrust block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 33 Furnish and Install 6 -inch Hot Tap on Existing 6 -inch Pipe: Work under this item shall include furnishing and installing a 6 -inch ductile iron resilient wedge tapping gate valve including but not limited to, valve, valve operator, valve box and cover, tapping sleeve, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing tapping sleeve, thrust block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 34 Furnish and Install Fire Hydrant: Work under this item shall include furnishing and installing a new fire hydrant assembly in accord with City Standard STD - 500 -L, including but not limited to, fire hydrant, fire hydrant bury, 6 -inch ductile iron resilient wedge gate valve, valve operator, valve box and cover, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent Page 37 of 105 support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 35 Furnish and Install Modified Fire Hydrant Assembly (Re -install existing hydrant): Work under this item shall include furnishing and installing a new fire hydrant assembly in accord with City Standard STD -500-L, except re -installing the existing hydrant, including but not limited to, re -installation of the existing fire hydrant, fire hydrant bury, 6 -inch ductile iron resilient wedge gate valve, valve operator, valve box and cover, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 36 Furnish and Install 2 -inch Air and Vacuum Valve Assembly: Work under this item shall include furnishing and installing air and vacuum valve assembly including, but not limited to, service saddle, corporation stop, copper tubing, SS bushings, fittings, valves, nipples, combination air release and vacuum valve, valve box and cover, steel cover, painting, concrete base, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 37 Furnish and Install 1 -inch Air and Vacuum Valve Assembly: Work under this item shall include furnishing and installing air and vacuum valve assembly including, but not limited to, service saddle, corporation stop, copper tubing, SS bushings, fittings, valves, nipples, combination air release and vacuum valve, valve box and cover, steel cover, painting, concrete base, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 38 Furnish and Install Test Bulkhead with Valve Box (Permanent): Work under this item shall include furnishing and installing and test bulkhead with valve box including, but not limited to, adapter, flanges, nuts, bolts, gaskets, copper pipe, ball valve, cap, valve valve box and cover, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, thrust block, coatings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, Page 38 of 105 disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 39 Furnish and Install 1 -inch Service Connection: Work under this item shall include furnishing and installing service connection including, but not limited to, service saddle, corporation stop, copper tubing, fittings, angle meter or curb stop, new meter box, new customer valve (where specified), adapters, nuts, bolts, gaskets, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, connecting to existing meter within the meter box, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 40 Furnish and Install 2 -inch Service Connection: Work under this item shall include furnishing and installing service connection including, but not limited to, service saddle, corporation stop, copper tubing, fittings, angle meter or curb stop, new meter box, new customer valve (where specified), adapters, nuts, bolts, gaskets, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, coatings, connecting to existing meter within the meter box, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 41 Furnish and Install Insulating Flange and Test Station: Work under this item shall include furnishing and installing insulating flange and test station including, but not limited to, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, insulating gaskets, insulating sleeves, washers, nuts, bolts, welds, lead wires, connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 42 Furnish and Install Anode and Anode Test Station: Work under this item shall include furnishing and installing anode and anode test station including, but not limited to, pavement and sidewalk removal and replacement, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, anode, lead wires, welds, connectors, shunts, test leads, brass tags, PVC conduit, warning tape, concrete test box, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Page 39 of 105 Item No. 43 Furnish and Reconstruct 8 -inch Sewer (VCP) in Finley Ave (West): Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, re -connecting laterals, preparing a sewer bypass plan and SPCCP plan, providing a sewer flow by-pass system, providing connections to existing piping/manholes, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 44 Furnish and Install 8 -inch Sewer Spot Repair: Work under this item shall include furnishing and installing all pipe material (VCP) including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, re -connecting laterals, preparing a sewer bypass plan and SPCCP plan, providing a sewer flow by-pass system, providing connections to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 45 Furnish and Install 10 -inch Sewer Spot Repair: Work under this item shall include furnishing and installing all pipe material (VCP) including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, re -connecting laterals, preparing a sewer bypass plan and SPCCP plan, providing a sewer flow by-pass system, providing connections to existing piping, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 46 Furnish and Reconstruct 8 -inch Sewer (VCP) and Connection at OCSD Manhole: Work under this item shall include furnishing and installing all pipe material including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, controlling ground and surface water, bedding, backfill, compaction, slurry backfill, installing pipe, re -connecting laterals, preparing a sewer bypass plan and SPCCP plan, providing a sewer flow by-pass system, providing connections to existing piping at the manholes, removing, abandoning or protecting interfering portions of existing utilities or improvements, Page 40 of 105 temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 47 Pothole Utilities and Connections: Work under this item shall include potholing of all utilities and connections prior to submittal of steel pipe line lays and prior to PVC pipeline construction including, but not limited to, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans (except for grind and cap), temporary paving and patching or trench plates, excavation, exposing existing utility or point of connection, verifying horizontal and vertical location, providing information to the City, backfill, compaction, and all other work items as required to complete the work in place. Contractor will only be compensated for utilities and connection points that are found. The Contractor will not be paid for locations where no utility was located. Item No. 48 Pressure Test, Disinfect and Flush New Mains: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the project specifications. Item No. 49 Abandon in Place Existing 20/16 -inch Water Main from Via Oporto to 29th Street: 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 the existing fire hydrants, laterals, and valves including, but not limited to, furnishing steel plates (1/4 -inch thick minimum) as permanent bulkheads, filling abandoned portion of the pipe with cement slurry (one sack), filling existing valve box with cement slurry, removing and salvaging/disposing existing fire hydrants, capping existing mains where shown, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, backfill, compaction, slurry backfill, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 50 Abandon in Place Existing 16 -inch Water Main from 26th Street to 19th Street: 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 the existing fire hydrants, laterals, and valves including, but not limited to, furnishing steel plates (1/4 -inch thick minimum) as permanent bulkheads, filling abandoned portion of the pipe with cement slurry (one sack), filling existing valve box with cement slurry, removing and salvaging/disposing existing fire hydrants, capping existing mains where shown, pavement removal and replacement per Table 1 within the Repaving Detail on Sheet D-106 of the plans, temporary paving and patching or trench plates, trench excavation, shoring, bracing, controlling ground and surface water, backfill, compaction, slurry backfill, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials and all other work items as required to complete the work in place. Page 41 of 105 Item No. 51 Replace Traffic Loops Damaged by Construction: Work under this item shall include the removal and replacement of all traffic loops damaged during the construction activities per the project specifications and the City Standards. No additional compensation will be allowed for multiple replacement of the same traffic loops (temporary loops) due to construction phasing. Item No. 52 Grind AC and Place Final Asphalt Pavement Overlay: Work under this item shall include the grinding and placing of final asphalt paving overlay with either conventional hot mix asphalt concrete or asphalt rubber hot mix (ARHM) in accordance with the City of Newport Beach requirements and per Table 1 within the Repaving Detail on Sheet D-106 of the plans, complete in place. The Contractor will be compensated with this bid item for only the grinding and capping required by the plans. The City will not pay for additional quantity of grinding and placing of paving cap, which may be required due to the Contractor's construction operations. This work will be done at the Contractor's own expense. Item No. 53 Remove and Replace Existing Curb, Gutter, Sidewalk, Access Ramps, Driveways, and Medians: Work under this item shall include all materials, labor and equipment to remove and replace existing curb, gutter, sidewalk, access ramps, driveways, and concrete medians, in accordance with the City standards, including, but not limited to, excavation, compaction, pavement and base replacement, forms, concrete, reinforcement, disposal of excess excavation materials and all other work necessary to complete work in place. Item No. 54 Remove and Replace Existing Stamped Concrete and Landscaping within Median: Work under this item shall include all materials, labor and equipment to remove and replace in-kind the existing median curb, stamped concrete, landscaping (ground cover and bushes), irrigation piping and wiring, and all other work necessary to complete work in place. Item No. 55 Furnish and Install Additional %-inch Rock Backfill in Ground Water or Unstable Conditions: Work under this item shall include all materials, labor and equipment to over excavate and remove existing wet soil twelve (12) inches below the pipe bedding and furnish and install %-inch rock backfill in the event groundwater or unstable ground conditions are encountered, when requested by the City, including all other work necessary to complete work in place. Item No. 56 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs, covering conflicting existing signs, and all costs incurred notifying residents and businesses. In addition, this item includes 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, delineators, traffic cones, barricades, flashing arrow boards, changeable message signs, K-rail, temporary striping, restriping, and flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Page 42 of 105 Item No. 57 Surveying Services: Work under this item shall include providing all surveying for the project including construction staking and replacement of any damaged survey monuments, filing of corner records, re-establishment of property corners disturbed by the work, and any other incidental items required to complete the work in place. Item No. 58 Provide As -Built Drawings: 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 $5,000 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. 59 Project Dewatering: Procure, Implement, and Conform to OCSD Permit: Work under this item shall include preparing an application for the OCSD Special Purpose Discharge Permit including necessary groundwater quality testing, obtaining the permit, paying for the permit fee, implementing the permit requirements including the desilting tank, meter and other facilities, and providing the required monitoring testing and reporting requirements included in the OCSD permit, and all other appurtenant work to comply with the OCSD Permit for all project dewatering. Item No. 60 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 Station of California." 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." PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements Page 43 of 105 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section: "Portland Cement concrete for construction shall be Class 560-C- 3250." 201-1.1.3 Concrete Specified by Special Exposure Add to this section: "High -early strength concrete shall be non -chloride admixtures which meet the requirements of ASTM C494. Acceptable products are Pozzutec 20 and Pozzolith NC 534 by Master Builders, Inc. or approved equal. Concrete shall reach 2,500 psi by four (4) hours." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel 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." SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Add this Section: "Asphalt Concrete for the finish course shall be C2 64-10 or ARHM GG and B 64-10 for the base course." SECTION 207 - PIPE 207-9 IRON PIPE AND FITTINGS 207-9.2 Ductile Iron Pipe for Water and Other Liquids 207-9.2.1 General Add to this section: "Ductile iron pipe shall be Class 250, as a minimum. Flange pipe shall be thickness Class 53 and grooved pipe shall be thickness Class 54." Page 44 of 105 207-9.2.2 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 all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints 207-9.2.3 Fittings Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full-faced Buna-N, nylon impregnated rubber." 207-9.2.4 Lining and Coating Add to this section: "Lining thickness shall be the double thickness listed in AWWA C104. Section 4.8." 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 two (2) layers of loose 8 -mil thick polyethylene encasement such that the plastic will not tear due to soil pressure." Page 45 of 105 Add the following Sections after 207-9.3: "207-9.4 AWWA Butterfly Valves 207-9.4.1 General All butterfly valves shall be of the tight -closing, rubber -seat type, conforming to the design standards of ANSI/AWWA C504 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. All butterfly valves shall be from the same manufacturer. Valves shall be manufactured by the Henry Pratt Co. or approved equal prior to bidding. 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 C504, 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 C504, latest revision with the following modification: Valves shall be tested and rated at 200 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. Gear actuators shall be provided on all butterfly valves sixteen (16) inches and larger. Butterfly valves less than 24 -inch in diameter shall have gear actuators of the "traveling nut type". Traveling nut actuators shall be furnished on all valves in this size range Page 46 of 105 unless torque or pressure conditions dictate a "worm gear type". Traveling nut type actuators shall be Pratt Series MDT, or approved equal. Gear actuators for valves 24 -inch in diameter and larger shall be of the "worm gear type". Worm gear actuators shall be furnished on all valves in this size range. Worm gear actuators shall be Limitorque Model HBC or PT Series, EIM Model WB Series, or Auma GS Series. No substitution is permitted. In addition, all butterfly valves larger than 12 -inches in diameter shall be pressure tested in the field. The valves shall be tested bi-directionally after the actuator is installed and the adjustment stops are set. Each side of the valve shall be tested for a duration of at least five (5) minutes at the pressure rating of the valves with zero loss or leakage. The field test shall be witnessed by the City or the City's representative. The field pressure test shall be performed within twenty (20) miles of the City of Newport Beach. The Contractor shall provide a minimum of 72 hour notice to the City in advance of the pressure test. 207-9.5 AWWA Resilient Wedge Gate Valves. 207-9.5.1 General All resilient wedge gate valves shall conform to Section 207-22.3 of the City's Standard Special Provisions, 2004 Edition. The Contractor shall submit specific valve model for Engineer review and approval prior to Contractor purchase or installation. 207-9.6 Air and Vacuum Release Valve Assembly 207-9.6.1 General The City of Newport Beach Standard Drawing No. STD -515-L shall be modified as follows: All air and vacuum release valves, 1 -inch and 2 -inch, shall be a combination air valve, Apco 145C, Val -Matic 202C, or Crispin UL20. The float and all internal parts/trim shall be Type 316 stainless steel, the seats/seals shall be Buna-N rubber (chlorine resistant), and casing bolts/nuts shall be Type 316 stainless steel. The interior coating shall be NSF61 approved epoxy, 12 mil minimum dry film thickness and holiday tested. The Contractor shall submit specific valve model for Engineer review and approval prior to Contractor purchase or installation." 207-10 STEEL PIPE 207-10.2 Fabricated Steel Pipe 207-10.2.1 General. Delete paragraph 4 in its entirety beginning with "Prior to fabrication of pipe...... Replace with the following: Page 47 of 105 "Only pipe manufacturers and fabricators with at least ten (10) years of successful experience in manufacturing, fabricating, lining and coating of the type of pipe specified are qualified for this work. The City shall approve the manufacturer's product before its use. Prior to the manufacturing of the steel pipe cylinders, the Contractor shall submit for approval detailed shop drawings of the steel pipe material and joint details. This shall be submitted immediately upon approval of the Contract. The Engineer will review and approve the pipe barrel submittal so that the pipe manufacturing process can begin while the potholing is being completed. The Contractor shall be responsible to field verify the location and depth of all utilities and any points of connection prior to the approval of the pipe laying diagrams. Prior to the fabrication of any specials containing outlets/fabricated fittings, 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 (pipe laying diagrams). The pipe laying diagrams shall show, as a minimum, the following: Materials of construction, including references to industry standards being met (i.e. ASTM, ANSI, AWWA). Inside diameter, steel wall thickness, internal design pressure (cement -mortar lining thicknesses) for each class of pipe to be furnished. 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, 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." Page 48 of 105 207-10.2.2 Design Criteria. Delete second paragraph and replace with the following: "Steel cylinders shall have a wall thickness of not less than '/-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. Hand holes for butt straps shall be a minimum of six (6) inches in diameter. 3. Plain ends fitted with flanges. Flanges shall be AWWA C207, 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 C206 by welders qualified under the standard qualification procedure of the ASME Boiler and Pressure Vessel Code, Section IX, Welding Qualifications." Add the following after Section 207-10.2.8: "207-10.2.9 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." 207-10.4 Protective Lining and Coating for Steel Pipe 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 %-inch protective mortar overcoat. The %-inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V." Add the following after 207-10.4.6: Page 49 of 105 "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 %-inch protective mortar overcoat shall comply with the requirements of AWWA C205. Cement shall be Type V. 207-10.4.7.2 Cold Applied Plastic Tape 207-10.4.7.2.1 General: 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. This coating consists of an exterior cold -applied plastic tape coating applied to the bare metal surfaces of the steel plate. 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. 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. All plant applied primer and plastic tape, plant applied repair tape, field joint, and field repair tape shall be furnished by a single manufacturer for a complete cold -applied plastic tape coat system. Page 50 of 105 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. 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. 207-10.4.7.2.3 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 1/32 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. 207-10.4.7.2.4 Surface Preparation: 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 Page 51 of 105 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. 207-10.4.7.2.5 Blast Cleaning: 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% 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. Page 52 of 105 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 1/4 inch or may elect to purchase standard industry plate samples of various blast finishes for comparisons. Standard plates shall be purchased from NAGE, shall meet NACE TM -01-75, and shall conform to NACE 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 comparator 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. 207-10.4.7.2.6 Primer Application: 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 Page 53 of 105 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 work day 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. Sections not adequately protected may be rejected by the Engineer. 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 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 work day 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 Page 54 of 105 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. 6. 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 apply 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. 207-10.4.7.2.7 Inner Layer Tape Application: 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. Page 55 of 105 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. 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. 207-10.4.7.2.8 Outer Layer Tape Application: 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. Page 56 of 105 207-10.4.7.2.9 Materials: The following tape materials shall be used: 1 2. Primer Material: 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 ANSI/AWWA C214, Section 4.2, "Coating System Tests": A primer solution containing 100% 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) 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: Page 57 of 105 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% 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: Adhesion to backing: Dielectric strength: Insulation resistance: Water vapor transmission rate: Cathodic disbonding @ 20° C (68° F) for 30 days Shear resistance @ 66°C (150°F) for 4 weeks: Hydrolytic stability for 200 hundred hours @ 98° C h20, Thermal stability for 2000 hours @ 100°C air, Color: Total 20 mil Backing 9 mil; Adhesive 11 mil 30 Ib/in >_ 200% >_ 100 oz/in width >_ 300 oz/in width >_ 40 oz/in width >_ 20 KV 1 x 1012 ohms <0.2 gm/100 in/ 0.2 int (ASTM G-8) 0.2 mm/day adhesion > 150 oz/in adhesion > 150 oz/in Black The inner layer tape shall be Polyken #989 YGIII (20 mils thickness). Page 58 of 105 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, "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. 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 >_ 45 Ib/in width >_ 200% 80 oz/in width 40 oz/in width < 0.2 gm/100in2/ 24 hr @ 70° F >_ 25 KV Grey 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, "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. Thickness: Total 30 mil Backing 25 mil: Adhesive 5 mil Tensile strength: >_ 55 Ib/in width Page 59 of 105 Elongation: >_ 200% Adhesion to steel: 80 oz/in width Adhesion to backing: 60 oz/in width Water vapor transmission: < 0.2 gm/100in2/ 24 hr @ 70°F Dielectric strength: >_ 25 KV Color: 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 ANSI/AWWA C214, Section 4.2, "Coating System Tests": 100% Polyethylene based backings 100% 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 disbonding @ 20°C (68°F) for 30 days; 0.2 int (ASTM G-8) Shear rate @ 66°C for 4 weeks, 0.2 mm/day Page 60 of 105 e. Impact: Penetration: 90 in -lbs The Total Coating System shall be the Polyken YGIII System. 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, "Coating System Tests": Backing: Polyethylene tape backing shall consist of greater than or equal to 98% 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% 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 Win width >_ 150% 225 oz/in width 60 oz/in width < 0.2 gm/100in2/ 24 hr @ 70° F >_ 28 KV 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, "Coating System Tests": Backing: Polyethylene mechanical layer tape backing shall consist of greater than or equal to 96% blend of high and low density Page 61 of 105 f 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: Water vapor transmission: Dielectric strength Total 30 mil Backing 25 mil: Adhesive 5 mil >_ 45 Ib/in width >_ 200% 80 oz/in width 40 oz/in width < 0.2 gm/100in2/ 24 hr @ 70° F >_ 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 C209, Section 4.2, "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 Page 62 of 105 Chemical Resistance: No visible deterioration after 30 days 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, "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. 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 oz/in 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. Page 63 of 105 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. The peel force shall be measured at 20°C in an Instron at peel rates of 100 mm per minute. Page 64 of 105 (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 98°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 Page 65 of 105 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% overlap shall be maintained on all field coated fitting and joint tape wrap to produce a minimum thickness of 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, 3/4 -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% 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 Page 66 of 105 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. 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 NACE Standard RP -02-74. 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 Page 67 of 105 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 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. Page 68 of 105 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 which might injure the pipe coating will not be permitted. All other pipe handling equipment and methods shall be approved by the Engineer. 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 manufacturer's 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 which 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." Add the following Sections after Section 207-24: Page 69 of 105 "207-25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 207-25.1 General. All polyvinyl chloride (PVC) pressure pipe shall be manufactured in strict accordance with the latest revisions of AWWA C-900 and C-905, and Section 207-21 of the City's Standard Special Provisions, 2004 Edition, except as modified herein. All PVC pressure pipe shall be DR -18 (CL 235) for 12 -inches in diameter and larger and DR -14 (CL 305) for pipes smaller in diameter than 12 -inches. All PVC pipe shall be colored blue. 207-25.2 Fittings. All fittings for PVC pressure pipe shall be ductile iron and shall be in accordance with the Section 207-9.2.3 of these Special Provisions. All fittings connecting PVC pipe shall be either push -on type or have mechanical joint ends and shall be thrust -blocked and anchored in accordance with the City Standard Plans. Mechanical joints will not need to be fitted with retainer glands. Compact body fittings (AWWA C153) will not be permitted. 207-25.3 Service Saddles Service saddles shall be designed for use on AWWA C900 and C905 PVC pipe for 1 - inch and 2 -inch diameter outlets. Service saddles shall be manufactured of brass with stainless steel band. The strong, extra wide fabricated stainless steel band will conform to the PVC pipe surface resulting in nearly 360 degree contact with the pipe. Each saddle shall accurately fit the contour of the pipe O.D. without causing distortion of the pipe. The saddle shall be securely held in place with Type 316 stainless steel hex -head screws or bolts. The brass service saddle shall be manufactured by Ford Style 202BS, Smith -Blair Series 325, A.Y. McDonald Model 3845, or approved equal. 207-25.4 Curved Alignment (Deflections) The PVC pipe shall not be laid along curves at a radius less than 1,146 feet for 20 foot pipe lengths or 573 feet for 10 foot pipe lengths. The minimum radius curves are determined by the limit of 1 -degree deflection for C-900 and C-905 PVC pipe joints with factory -assembled bell couplings. For integral bell PVC pipe, the minimum radius curve obtained by deflecting joints shall not exceed the manufacturer's recommendation (which may be less than 1 degree). Pipe may not be offset to a degree such that the spigot end of the pipe deflects (touches) against the end of the pipe bell. Pipe sections shall be bent to achieve a curve. For curves of smaller radius, ductile -iron fittings or high deflection couplings shall be used. High deflection couplings may be used for angles of 4 degrees or less. 207-25.5 PVC Couplings The high deflection couplings shall be PVC couplings, meeting the requirements of AWWA C900, with twin elastomeric gaskets which allow two (2) degrees of deflection at Page 70 of 105 each gasket for a total of four (4) degrees per coupling. The couplings shall be provided for ductile iron equivalent outside diameter and have a 200 psi working pressure rating. The high deflection couplings shall be "High Deflection (HD) Stop Couplings", as manufactured by CertainTeed, or approved equal. For closure applications, PVC couplings, meeting the requirements of AWWA C900, with twin elastomeric gaskets which are designed to connect plain ends of pipe can be used. The couplings shall be provided for ductile iron equivalent outside diameter and have a 200 psi working pressure rating. The closure couplings shall be "Closure/Repair Couplings' as manufactured by CertainTeed, or approved equal. Do not deflect pipe in these couplings. 207-25.6 Pipe Identification. All PVC pressure pipe shall have a tracer wire or metallic warning tape installed per Section 207-22.7 of the City's Standard Special Provisions, 2004 Edition. At service lines and air and vacuum valve assemblies, the wire or tape shall be extended up into the meter box or cover enclosure. The wire or tape shall be brought to the surface at valve locations and shall be accessible by removing the valve can cover. The Contractor shall perform an electrical continuity test for each length of PVC pipe and shall provide the City with the results of the test. The Contractor shall perform the initial electrical continuity test, and all subsequent testing required due to the failure of the wire or tape to be electrically continuous, at the expense of the Contractor. 207-26 TEMPORARY HIGHLINE PRESSURE PIPE 207-26.1 General. The general requirements for temporary water main by-pass is specified in Section 7- 17.1 of these Special Provisions. Highline piping and appurtenances shall be suitable for potable water service and shall have a minimum pressure rating of 200 psi. The highline piping shall be Victualic joint welded steel pipe or aluminum pipe and shall be suitable for potable water service. Piping shall be a minimum of 6 -inches in diameter or two (2) 2 -inch by-pass lines, one on each side of the alley adjacent to the meter boxes. All highlining facilities shall be disinfected after installation and prior to be placed into operation. Pressure testing is not required, but the piping and connections shall not leak. All visible leaks shall be repaired immediately. No highline piping shall be allowed to be traveled over without adequately protecting the highlining pipe as well as, safely ramping the pipe for vehicle protection. The Contractor shall obtain approval from the City for all highline piping crossing driveways or streets. Adequate protection of vehicles crossing the highline will be the sole responsibility of the Contractor. The Contractor may consider a shallow trench for the highline if ramping is not feasible. 207-27 PIPE APPURTENANCES 207-27.1 General. Page 71 of 105 Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawings of the City of Newport Beach and Section 207-22 of the City's Standard Special Provisions, 2004 Edition, unless modified herein. All materials and equipment installed in the City's public water system shall meet all state and federal standards, as well as standards developed by nationally recognized organizations such as AWWA, ANSI, and NSF. In order to protect human health, all materials, chemicals, lubricants, and products in contact with drinking water shall be tested and certified as meeting NSF/ANSI Standard 60 (Drinking Water Treatment Chemicals — Health Effects) and ANSI/NSF 61 (Drinking Water System Components — Health Effects). In addition, all materials coming in contact with potable water shall be lead-free per California Health and Safety Code Section 116875. All materials are required to be certified as lead-free by NSF or other ANSI accredited certifier per SB 1953. 207-27.2 Valve Boxes. Valve boxes shall comply with the appropriate Standard Drawing of the City and Section 207-22.4 of the City's Standard Special Provisions, 2004 Edition. 207-27.3 Sleeve -Type Couplings. Sleeve -type couplings shall comply with Section 207-22.6 of the City's Standard Special Provisions, 2004 Edition. 207-27.4 Nuts and Bolts. Above ground and buried nuts and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade B8M for bolts, and ASTM A 194, Grade 8M for nuts. A washer shall be provided for each nut. Washers shall be of the same material as the nuts. Bolts for flange insulation kits shall conform to ASTM A 193, Grade B7. Nuts shall conform to ASTM A 194, Grade 2H." SECTION 209 --- ELECTRICAL COMPONENTS Add the following Section after 209-5: "209-6 CORROSION MONITORING SYSTEM 209-6.1 General. Furnish all labor, materials, tools equipment, and incidentals to install cathodic protection and corrosion monitoring facilities on the buried steel piping. Facilities shall include: insulating flange kits, sacrificial anodes, corrosion monitoring test stations, continuity bonding, attendant wiring, inspection, and testing for a complete and workable system. 209-6.2 Specifications and Standards. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designations only. Page 72 of 105 1. ANSI B16.21-92 Nonmetallic Flat Gaskets for Pipe Flanges 2. ASTM C94-81 Ready -Mix Concrete 3. ASTM D1248-89 Polyethylene Plastics Molding and Extrusion Materials 4. ASTM D2220-80 Polyvinylchloride Insulation for Wire and Cable, 750 Operation 5. AWWA C217-90 Cold -Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines 6. NACE RPO 169-96 Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems 7. NACE RP0286-97 Electrical Isolation of Cathodically Protected Pipelines 8. NEMA LI -1-1983 Industrial Laminate Thermosetting Products 9. MIL -C -18480B Coating Compound, Bituminous, Solvent, Coal Tar Base 10. UL 83-80 Thermoplastic -Insulated Wires 11. UL 486-76 Wire Connectors and Soldering Lugs for Use with Copper Conductors 209-6.3 Submittals. The following information shall be submitted for approval of the Engineer in accordance with the General Requirements of these specifications. 1. Catalog Cuts (5 copies): a. Pre-packaged high potential magnesium anodes b. At -grade test boxes C. Shunts d. Brass split -bolts e. Brass wire tags f. Wire and cable g. Insulating flange kits h. Wax tape wrap i. Weld caps j. Weld coating k. Warning tape Page 73 of 105 2. As -built Drawings: The Contractor shall maintain as -built drawings showing the exact locations of all anodes, insulators, corrosion monitoring test stations, and wire trenching runs. Location changes from the design shall be legibly indicated in red on a blue line copy of the design drawings. These drawings shall be submitted to the Engineer before the work is considered complete. 3. Qualifications: Qualifications of Corrosion Engineer retained by the Contractor for testing purposes. The Corrosion Engineer shall be experienced with buried water line cathodic protection and either be a registered corrosion engineer in the State of California or a NACE International Certified Cathodic Protection Specialist. 4. Test Results: a. Insulator tests b. Continuity tests c. Anode testing and cathodic protection performance 209-6.4 Test and Inspection Notification. The Contractor shall notify the Engineer at least five days in advance of installation of anodes, insulators, test leads, or test boxes. The Engineer or the Owner shall, at their discretion, inspect and witness the testing of all insulators, anodes, corrosion control or monitoring test stations with the assistance of the Contractor. 209-6.5 Materials. Materials and equipment furnished under this section of the specifications shall be new and of the highest quality, the standard product of manufacturers regularly engaged in the manufacturing of such products, and shall be the manufacturer's latest standard design that complies with specification requirements. All materials and equipment shall bear evidence of U.L. approval when U.L. standards exist. 209-6.5.1 Pre -Packaged Magnesium Anodes. Capacity: High potential magnesium anodes shall have a theoretical energy content of 1000 ampere -hours per pound and have a minimum useful output of 500 ampere -hours per pound. 2. Chemical Composition (High Potential Magnesium): Aluminum 0.01 percent (max) Manganese 0.5 to 1.3 percent Zinc 0.002 percent (max) Copper 0.02 percent (max) Nickel 0.001 percent (max) Iron 0.03 percent (max) Page 74 of 105 Silicon 0.002 percent (max) Other 0.05 percent each (max) and 0.3 percent total (max) Magnesium Balance 3. Open Circuit Potential: The open circuit potential of all anodes, buried in the soil, shall be between 1.65 and 1.75 volts DC versus a copper -copper sulfate reference electrode. 4. Ingot Size and Weight: Anodes shall be 48 -pound bare magnesium ingots with a trapezoidal cross section. Ingot size shall be 32 inches long. 5. Anode Construction: Anodes shall be cast magnesium with a galvanized steel core rod. Recess one end of the anode to provide access to the rod for connection of the lead wire. Silver braze the lead wire to the rod and make the connection mechanically secure before brazing. Insulate the connection to a 600 -volt rating by filling the recess with epoxy and covering any exposed bare steel core or wire with heat shrinkable tubing. The insulating tubing shall extend over the lead wire insulation by not less than one-half inch. 6. Anode Pre -Packaged Backfill Material: The anodes shall be completely encased and centered within a permeable cloth bag in a special low resistivity backfill mix with the following composition: Gypsum 75% Powdered Bentonite 20% Anhydrous Sodium Sulfate 5% Backfill grains shall be such that 100 percent is capable of passing through a screen of 100 mesh. Backfill shall be firmly packed around the anode such that the ingot is approximately in the center of the backfill and surrounded by at least two inches of backfill material. The resistivity of the backfill shall be no greater than 50 ohm -cm when tested wet in a soil box with no extraordinary means of compaction. The total prepackaged weight shall be approximately 105 pounds. 209-6.5.2 At -Grade Test Stations. Test Box: Test boxes shall be a round, precast concrete with dimensions of 14 -inch O.D. by 11%2 -inches high, with a cast iron supporting ring and lid and shall have sufficient strength to support occasional vehicular traffic. The lid shall be 9 -5/8 -inch O.D. and cast with the legend 'Test Station" using characters as large as space allows. The test boxes shall be flush with grade. Shunts: Anode test boxes shall have 0.01 ohm shunts rated at 6 amperes, Holloway Type RS or equal, and accurate to plus or minus one percent. Shunts shall be attached to anode and cathode lead wires with split boli Page 75 of 105 connectors as shown in the drawings. Note that anode leads shall be left unconnected until system activation in the presence of the Engineer. 3. Split Bolt Connector: Split bolt connectors shall be UL 486 copper or brass and sized to accommodate the lead wire and shunt being used. 4. Brass Identification Tags: All test leads shall be identified in each test box with an 18 ga., 1 -1/2 -inch diameter brass tags with a 3/16 -inch diameter hole. All tags shall be die -stamped with the pipe size and service in '/-inch high characters. The tags shall be securely attached to the test leads with un - insulated No. 14 copper wire. 5. Concrete Pad: Test boxes mounted in un -paved areas shall be mounted in a 26 -inches square by 4 -inches thick, reinforced concrete pad constructed of ASTM C94 Ready -Mix concrete. 209-6.5.3 Wire and Cable. All wire shall be single conductor, stranded copper of the gauge indicated. Wire sizes shall be based on American Wire Gauge (AWG). Copper wire shall be in conformance with U.L. Standard 83 and shall be suitable for direct burial in corrosive soil and water. Wire with high molecular weight polyethylene (HMWPE) insulation shall conform to the requirements of ASTM D1248 Type 1, Class C, Grade 5. Wire with THWN insulation shall conform to the requirements of ASTM D2220. 1. Test Wires. Wire sizes shall be as shown in the Drawings. All pipe test leads shall have black HMWPE insulation. 2. Anode Lead Wires. All anodes shall have No. 12 AWG wire with white THWN insulation. 3. Bond Wires. Bond wires at mechanical joints, i.e., valves, flanges and couplings and at ductile iron pipe joints shall be No. 4 or 6 AWG as shown in the drawings with black HMWPE insulation. 209-6.5.4 Insulating Flange Kit 1. Standard: NACE RP0286 "Electrical Isolation of Cathodically Protected Pipelines". 2. Gasket. ANSI B-16.21, Type "E" full-faced, laminated glass NEMA LI -1 G-10 material with rectangular nitrile or Viton O-ring seal for operation between 20°F and 150°F. Gaskets shall be suitable for the temperature and pressure rating of the piping system in which they are installed. 3. Insulating Sleeves. 1/32 -inch thick tube, full length, laminated glass material as per NEMA LI -1 G10 for operation between 20°F and 150°F. For installation at threaded valve flanges, the sleeves shall behalf -length. Page 76 of 105 4. Insulating Washers. 1/8 -inch thick laminated glass material as per NEMA LI -1 G10 for operation between 20°F and 150°F. For installation at threaded valve flanges, the sleeves shall be half-length. Steel Washers. 1/8 -inch thick cadmium plated steel to be placed between the nut and the insulating washer. 209-6.5.5 Wax Tape Wrap 1. Where Required: All buried non-tape/mortar coated pipe fittings and appurtenances such as valve bodies, flanges, insulating flanges, couplings, etc. shall be wrapped with a wax tape primer and wrap per AWWA C217 and this specification section. 2. Primer: Prime coat with a blend of petrolatum, plasticizer, inert fillers, and corrosion inhibitor having a paste -like consistency. 3. Tape Wrap: Wrap primed surfaces with a synthetic felt tape saturated with a blend of petrolatum, plasticizers, and corrosion inhibitors that is easily formable over irregular surfaces. A compatible petrolatum filler should be used to smooth over irregular surfaces. 4. Outer Covering: The primed and wax -tape wrapped fitting shall be wrapped with a plastic tape covering consisting of 1.5 mil, polyvinylidene chloride or metallocene resin material. The tape shall have high dielectric strength, be stretchable and be able to conform well to irregular shapes. The outer covering shall be Trenton Poly -Ply, Denso Poly -wrap or equivalent. 209-6.5.6 Alumino-Thermic Weld Kits Weld Kits: Cable -to -metal connections shall be made by the alumino-thermic welding process. Weld kits shall include graphite mold, weld charges and accessories. The charge size and alloy and the mold size shall be as specified by the manufacturer of the weld kit for use on steel pipe. Weld Caps: Alumino-thermic welds shall be sealed with a pre -fabricated plastic cap filled with formable mastic compound on a base of elastomeric tape. Weld caps shall be Royston Handy Cap 2 or equivalent. Prime coat the surface before application of the weld cap with a material specially designed for this purpose such as Royston Roybond Primer. 3. Weld Coating: All alumino-thermic welds and weld caps shall be coated with a cold -applied fast -drying mastic consisting of bituminous resin and solvents per Mil. Spec MIL -C-1848013 such as Carboline Bitumastic 50, Tnemec 40-H-413, Tape -coat TC Mastic or 3M Scotch Clad 244. The minimum coating thickness shall be 25 mils (0.025 inch). Page 77 of 105 209-6.5.7 Plastic Warning Tape 1. Warning Tape: The plastic warning tape shall be 3 inches wide and shall have a printed warning "Caution - Cathodic Protection Cable Buried Below". 41113.1.1 #TTATRM All work shall be performed by qualified, experienced personnel working under continuous, competent supervision. Work not specifically described herein shall conform to NACE RP0169 or NACE RP0286. 209-6.6.1 Magnesium Anodes 1. Inspection: All lead wires shall be inspected to ensure that the lead wire is securely connected to the anode core and that the lead wire insulation has sustained no damage. Anode lead wire -to -anode connection failures shall require replacement of the complete anode and lead wire assembly. 2. Pre -Packaged Anode Inspection: Each unit shall be inspected to ensure that the backfill material completely surrounds the anode and that the cloth bag containing the anode and backfill material is intact. If the prepackaged anodes are supplied in a waterproof container or covering, that container or covering shall be removed before installation. 3. Excavation Type and Depth: Anodes are to be installed in augured holes 12 feet deep as shown in the drawings. 4. Location: Approximate anode locations are shown in the drawings. Anode positions can be adjusted slightly to avoid interference with existing structures. Alternate anode positions, greater than 10 feet from those shown in the drawings must be approved by the Engineer. 5. Handling: Care shall be taken to ensure that the anode is never lifted, supported, transported, or handled by the lead wire. All anodes shall be lowered into the hole using a sling or a rope. 6. Soaking Requirements, Pre -Packaged Anodes: All prepackaged anodes shall be completely submerged in water for 30 minutes before being placed in the hole or trench. Once in the hole or trench, 15 gallons of water shall be poured on top of the anode such that it is completely covered with water. Allow the anodes to soak for a minimum of 30 minutes before any soil backfill is added. Backfill with native, rock -free (1/2 -inch maximum rock size) soil such that the soil backfill is 3 to 5 inches over the top of the anode. Add an additional 5 to 10 gallons of water to the hole or trench to completely saturate the soil around the anode. Allow the anode and soil to soak for 15 minutes (minimum) before completing the backfill operation. Page 78 of 105 7. Anode Upper Backfill: After the anode has soaked in the hole or trench, the hole or trench is backfilled with native trench spoil (not sand) with all stones over 1 -inch diameter removed. Backfill in 18 -inch lifts and carefully tamp to compact the soil. No voids shall exist around the anode bags and the anode lead wire shall not be damaged. 209-6.6.2 At -Grade Test Stations 1. Location: At -grade corrosion monitoring test boxes shall be placed just behind the curb and/or over the pipe as shown in the drawings. Alternate test station positions must be approved by the Engineer. Test boxes shall not be placed in the roadway or traffic lanes. 2. Native Soil: The bottom of the box shall be native soil not gravel, rock, or sand. 3. Test Lead Attachment: Test leads shall be attached to the pipe using the alumino-thermic weld process as shown in the drawings and as described below. A single 18 -inch slack wire coil shall be placed at each weld. 4. Wire Installation: All buried lead wires (test or anode) shall be installed without damage or splices. All wire leads shall terminate at an anode, the pipe or in a test box. Provide slack wire in the test box such that all wires extend above the top of the box (grade) by 18 inches. 5. Anode Connection: Contractor shall connect the shunt to the pipe lead with a split bolt connector as shown. The anode lead shall be left unconnected for testing and completion by the Engineer. The Contractor shall connect a second split bolt to the other end of the shunt for connecting the anode lead to the shunt; however, the anode wire shall be left out of the connection until the system is activated in the presence of the Engineer. 6. Concrete Pad: A 26 inches square by 4 inches deep, reinforced (No. 4 rebar) concrete pad is required around each at -grade test station that is not located in a paved area. The pad shall be flush with grade except in grass areas where it shall be slightly raised. 209-6.6.3 Wire and Cable Test Lead Trenching and Backfilling: Horizontal test lead and anode lead runs shall be placed in a trench with a minimum depth of 24 inches. The bottom of the finished trench shall be sand or stone -free earth. Test lead shall be centered in the bottom of the trench and covered and tamped in a 6 -inch layer of stone -free earth. Trench spoil can be used for the remainder of the backfill unless directed otherwise in these specifications. Soil compaction shall be as specified elsewhere in these specifications. Do not stretch or kink the conductor. Care shall be taken when installing wire and backfilling trench so insulation is not broken, cut, or bruised. Do not place roots, wood scraps, organic matter or refuse in the backfill. Page 79 of 105 2. Plastic Warning Tape: Plastic warning tape shall be run in the wire trench at a depth of 12 -inches and above each buried wire. 3. Damaged Wire: If any wire insulation is damaged during installation, it shall be rejected and replaced completely at the Contractor's expense. All rejected wire shall be removed from the job site at the close of each workday. 4. Splicing: No wire splices are allowed unless specifically approved by the Engineer. 209-6.6.4 Insulating Flange Kits Flange Kit Preparation: Insulating kits shall be installed as shown on drawings and as recommended by the manufacturer. Moisture, soil, or other foreign matter must be carefully prevented from contacting any portion of the mating surfaces prior to installing insulator gaskets. If moisture, soil, or other foreign matter contacts any portion of these surfaces, the entire joint shall be disassembled, cleaned with a suitable solvent, and dried prior to reassembly. 2. Pre -Assembly: All insulating flange kits 20 -inches or greater shall be pre- installed and tested in the pipe spool before it is installed in the trench. If possible, smaller flanges shall be pre-installed and tested above grade. 3. Component Compatibility: The Contractor shall be responsible that insulating flange kits fit up properly. Specifically, the Contractor is responsible to verify that the bolts or studs are the correct material and size and that there are the correct number of bolts (studs), nuts, sleeves, insulating washers and steel washers. The Contractor shall also verify that the gasket sealing surfaces match up properly on both flanges and that there is enough clearance for the sleeves between the bolts or studs and the flange hole. Misaligned or non- compatible flange kits shall be replaced by the Contractor at the Contractor's expense. 4. Alignment: Alignment pins shall be used to properly align the flange and gasket. 5. Bolt Tightening: The manufacturer's recommended bolt -tightening sequence shall be followed. Bolt insulating sleeves shall be centered within the insulation washers so that the insulating sleeve is not compressed and damaged. 6. Testing: All insulating flanges must be tested as specified below. All buried insulating flanges must be tested before backfilling and before the wax tape primer and wrap are applied. Insulating flanges over 20 -inches in diameter shall also be tested after assembly in the pipe spool but before installation in the ditch. Page 80 of 105 209-6.6.5 Wax Tape Coating. All buried pipe, pipe fittings and appurtenances such as tapping saddles, valves, flanges, insulating flanges, couplings and adapters (except casings) that are not tape/mortar coated shall be wrapped with petrolatum wax tape per AWWA C217 and this specification section. 1. Surface Preparation: All surfaces to be wrapped, including bolt and nut surfaces, must be clean and free of all moisture, dirt, mud, dust, mill scale, wax, paint, oil, grease or any foreign substance. Clean using a power or hand wire brush and by wiping with a clean cloth. If oil or grease is present clean using a suitable, safe solvent that does not leave a residue. The surface shall be dry prior to the application of the coating. 2. Primer: Apply primer by brush, hand, glove or roller. A thin coating of primer shall be applied to all surfaces and worked into all crevices. The primer shall be applied generously around threaded bolts and nut, coupling tie rods, flanges, followers, and other irregular surfaces and shall completely cover all exposed surfaces and fill all voids. The primer should overlap the pipe coating by a minimum of 3 inches. 3. Wax Tape: The petrolatum wax -tape shall be applied immediately after primer application. Short lengths of tape shall be cut and carefully molded around each individual bolt, nut, and stud -ends. Coupling tie rods and odd surfaces must be individually wrapped with wax tape to ensure complete coverage with tape directly against all surfaces. After all bolts and irregular surfaces are covered with short sections of tape, the tape shall be circumferentially wrapped over the flange, valve or coupling with sufficient tension and pressure to provide continuous adhesion without stretching the tape. The tape shall be formed by hand into all voids and spaces. There shall be no gaps or air spaces under the tape. The barrel of couplings shall be wrapped under the tie rods. The tape shall be applied with at least a 55% overlap. The wax tape system shall have a minimum thickness of 50 mils over smooth surfaces and 100 mils over sharp projections such as bolts and nuts. 4. Outer Covering: The clear plastic outer covering shall be applied by hand such that the material conforms and adheres to the wax tape surface. Coupling tie rods shall be individually wrapped. Two layers of plastic outer wrapping shall be applied. 209-6.6.6 Continuity Bonding 1. Ductile Iron Joints: All buried ductile iron joints shall be bonded with two copper wires as shown in the drawings. Alternate bonding methods must be approved by the Engineer. Page 81 of 105 2. Mechanical Joints: All buried non -welded pipe joints and all mechanical joints (i.e., flanges, valves, couplings expansion joints) not specifically identified as an insulating joint shall be bonded with bond wires as indicated in the drawings. 3. Bond Wires and Wax Tape: Attached, test and inspect bond wires before wax tape wrap is applied. 209-6.6.7 Wire to Pipe Connections 1. Welds: All connections of copper wires to the cathode/structure shall be made by the alumino-thermic weld method as shown in the drawings. 2. Preparation of Wire and Cable: Use a cutter to prevent deforming cable ends. Do not deform cable. Clean oily or greasy cable with a rapid -drying solvent, which leaves no residue. Remove only enough insulation from the cable to allow the alumino-thermic weld connection to be made. 3. Preparation of Metal: Remove all coating, dirt, grime, and grease from the metal structure at weld locations by wire brushing and/or use of suitable safe solvents. Clean the structure to a bright, shiny surface free of all serious pits and flaws by using a file. The area of the structure where the attachment is to be made must be absolutely dry. 4. Wire Position: The wire is to be held at a 30 -degree angle to the surface when welding. Only one wire shall be attached with each weld. 5. Testing of All Completed Welds: As soon as the weld has cooled, the weld shall be tested by the Contractor as described below. 6. Re -welding Failed Welds: Before attempting a weld where a previous weld has failed, it is necessary to completely remove all weld metal and remnants of the previous weld by grinding or by filing. 7. Coating of All Completed Welds: Assure that the area to be coated is thoroughly wire brushed, clean, and completely dry. Apply the elastomeric weld cap primer and then the weld cap to the weld. Apply a bituminous mastic coating over the weld cap at sites where wax tape is not applied. Apply bituminous coating in accordance with the manufacturer's recommendations. This coating shall overlap the structure coating a minimum of three inches. Allow sufficient time to dry. Wax tape can be applied over the weld cap in lieu of the bituminous coating. 209-6.7 Testing and Inspection 209-6.7.1 Test Leads and Bond Wires Page 82 of 105 Responsibility: The Contractor shall be responsible for testing all test leads and bond wire welds. 2. Test Method: All completed wire connection welds shall be tested for strength by striking the weld with a sharp blow with a two -pound hammer while pulling firmly on the wire. Welds failing this test shall be re -welded and re -tested. Wire welds shall be spot tested by the Engineer. After backfilling pipe, all test lead pairs shall be tested using a standard ohmmeter for broken welds. The resistance shall not exceed 130% of the total wire resistance as determined from published wire data. 3. Acceptance: Welds not loosened backfilled. The resistance between 130% of the total wire resistance Ultimate bond wire acceptance sh results. or broken by the hammer test can be each pair of test leads shall not exceed is determined from published wire data. 311 be determined by the continuity test 209-6.7.2 Test Lead Trenching and Backfill Responsibility: The depth, trench bottom padding, and backfill material shall be inspected by the Engineer at his discretion prior to backfilling. 2. Method: The depth, trench bottom padding, and backfill material shall be visually inspected prior to backfilling. 3. Acceptance: Conformance with these specifications. 209-6.7.3 Continuity Testing 1. Responsibility: Full metallic continuity is the responsibility of the Contractor. Continuity tests shall be conducted by a qualified Corrosion Engineer who is retained by the Contractor. The Contractor is also responsible for providing test access at either end of the pipe sections requiring testing. 2. Pipe Requiring Continuity Testing: All reaches or sections of pipe that contain one or more bonded, mechanical or non -welded joint must be tested for Continuity. 3. Notification and Scheduling for Testing: The Contractor shall notify the Engineer at least five days before the completed pipe installation is ready for testing. It is advised that continuity testing be done as soon as possible. 4. Test Method: Pipeline continuity shall be tested using the Direct Resistance Method. Alternate methods must be approved by the Owner. The Direct Resistance Method consists of measuring the linear resistance of individual pipe sections between two adjoining test stations (2 -wire minimum) such that the entire line is tested. The resistance of the pipe section is measured by applying a known DC current through the section and measuring the IR drop. Current can be applied through the pipe using any DC source such as a Page 83 of 105 battery. The IR drop shall be measured at a minimum of five different current values. Instruments used shall be sufficiently sensitive to measure a resistance equal to plus or minus 5% of the calculated resistance of the pipe section. 5. Acceptance: The continuity of the pipeline shall be considered acceptable if the actual resistance measured as described above is equal to or less than 130% of the calculated pipe section resistance. The calculated resistance shall include the cylinder resistance and the bond wire resistance. If the actual resistance is greater than 130% of the calculated value the Contractor shall, at his own expense, locate the open or high resistance joints, make all necessary corrections, and retest until this criterion is met. 209-6.7.4 Anodes and Cathodic Protection Performance 1. Responsibility: The Contractor is responsible for providing the proper rated potential anode, sufficient anode lead wire length, low resistance connections and the proper anode hole or trench depth. The Contractor shall be responsible for ensuring that the anode pre-packaged backfill sack is undamaged and that the wire leads are soundly attached. The Contractor's Corrosion Engineer shall test each installed anode for wire connection integrity and for open -circuit potential. 2. Notification for Testing: The Contractor shall notify the Engineer at least five days in advance of plans to install the anodes and five days in advance of system performance testing. At his or her discretion, the anode installation shall be witnessed by the Engineer. 3. Cathodic Protection Performance Test Method: The performance of the cathodic protection system will be tested by the Contractor's Corrosion Engineer in the presence of the Engineer. The testing shall include: measurement of all open -circuit anode potentials; pipe -to -soil potentials at each test station and other locations as needed to fully evaluate anode performance before the anodes are connected; initial anode currents after connecting anode leads to the pipe leads; and the pipe -to -soil potential at each previously tested site with all anodes connected. Pre- and post cathodic protection potentials at midpoints between anode beds are required to verify that the pipeline is fully protected. Adequate protection shall be as defined in NACE RP0169. 4. Test Report: All system checkout test results shall be recorded, tabulated and submitted to the Engineer in a report along with the Corrosion Engineer's conclusions regarding the performance of the cathodic protection system. Any deficiencies found during testing shall be reported to the Engineer immediately. The Contractor shall perform repairs due to system installation deficiencies. These repairs and system re -testing shall be provided at no additional cost to the Owner. 5. Acceptance: The system will be accepted if all anodes, insulators, test stations, and supporting facilities are installed and working properly. Page 84 of 105 209-6.7.5 Insulator Testing 1. Responsibility: Insulators shall be tested and certified by the Contractor's Corrosion Engineer. Testing shall be done in the presence of the Engineer and the Owner at their discretion. 2. Test Sequence: Buried Insulating flanges must be assembled onto the pipe spool and tested above grade prior to installation of the spool in the trench and the application of wax tape. 3. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of the testing of insulator installations. 4. Method: Two test methods are required. a. Spool Test Above -Grade: The assembled flange shall be tested with a Gas Electronics Model 601 Insulator Checker specifically designed for the testing of insulating devices. The testing shall be done by a qualified Contractor's Corrosion Engineer and in accordance with NACE RP0286- 97. b. Fully Assembled in the Trench: Retest with the Insulator Checker as above. Measure the pipe -to -soil potential of the pipe on each side of the insulator with a reference cell placed in the same location. A shorted condition is indicated by identical potentials. 5. Acceptance: a. Above Grade: The installation of the insulators shall be considered acceptable when the Insulator Checker test results indicate no shorts or partial shorts are present (zero percent meter deflection). b. In the Trench: No shorts or partial shorts as indicated by the Insulator Checker. Pipe -to -soil potentials on each side of the insulator must differ by a minimum of 20 millivolts. If the potential difference is less than 20 millivolts the Corrosion Engineer shall recommend additional tests to verify insulator performance. The additional tests shall be conducted with the approval of the Construction Manager. G. The installation shall be considered complete when the testing device indicates that no shorts or partial shorts are present. If shorts are detected the Contractor shall assist the qualified Corrosion Engineer in finding partial shorts or shorted bolts. All disassembly and re -assembly necessary to gain the acceptance of the qualified Corrosion Engineer shall be done at the Contractor's expense. Page 85 of 105 209-6.7.6 Wax Tape Coating Responsibility: All wax tape coating applications shall be inspected by the Engineer. 2. Notification for Inspection: The Contractor shall notify the Engineer at least five days in advance of completion of wax tape applications. 3. Test Method: Each tape wrapped component shall be visually inspected. The inspector shall verify that all irregular components are individually wrapped and that the tape if fully molded to the surface without gaps or voids. Backfilling shall not be done until this inspection is complete and the tape wrap application is approved by the Engineer. 4. Acceptance: Conformance with this specification section. 209-6.7.7 Compliance with Specifications. Deficiencies: Any deficiencies or omissions in materials or workmanship found by these tests shall be rectified by the Contractor at his expense. Deficiencies shall include but are not limited to: unconnected or broken anode or test leads; incorrect anode type; improper or un -clean wire trench backfill; lack of 18 inches slack wire on each test lead in each test box; shorted or partially shorted insulators; inadequate insulator coating; failure to notify the Engineer in sufficient time to test buried insulators; high metallic pipeline resistance; and improperly mounted or located test boxes." SECTION 214 - PAVEMENT MARKERS 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." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING Page 86 of 105 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=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." 300-1.3.2 Requirements (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 1-1/2 inch" of the last sentence with the words "two (2) inches". Add the following Section at the end of Section 300-1.4: "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." Page 87 of 105 SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "All cracks %-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 '/2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, 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." 302-5.4 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 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General 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." Page 88 of 105 303-5.4 Joints 303-5.4.1 General Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb 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." SECTION 306 --- UNDERGROUND CONDUIT CONSTRUCTION 306-1.1.1 General Add to this section: `Per the Geotechnical Investigation prepared for this project, the soils are considered prone to cave due to the sandy nature and relatively high moisture content. The soils that are expected to be encountered at the approximate invert elevations most likely will consist of sands and silty sands with high in-place moisture contents. In addition, groundwater is anticipated to be encountered at these depths, which may result in unstable conditions for pipeline installation. In areas where subgrade instability results from the abovementioned conditions, coarse crushed aggregate may be placed and compacted into the subgrade twelve (12) inches below the bedding to improve stability and provide greater uniformity in subgrade support of the proposed pipeline. Page 89 of 105 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." 306-1.1.2 Maximum Length of Open Trench. Revise the length of open trench from "500 feet' with "200 feet". Add the following to this section: "In addition, the Contractor shall place the base paving (for temporary pavement) flush with surrounding pavement within at least three (3) calendar days after traffic is allowed back onto the trench." 306-1.1.5 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 or soil borings and the City does not guarantee the accuracy of this determination. Pavement Structural Section Central Avenue 9" thick concrete paving Newport Blvd (Via Lido to 301h St.) 2" to 6" AC over 6" to 12" thick concrete 32nd Street 6" AC over 6" AB Finley Avenue 6" AC over 8" AB Alley (Finley) 9" thick concrete paving Newport Blvd(30th St. to 28th St.) 9" thick concrete paving Alley (28th/29`h) 9" thick concrete paving Newport Blvd (26th St. to 21st St) 2" AHRM over 8" thick concrete Newport Blvd (21St St. to 19th St) 2° AHRM over 7° deep AC lift 19th Street 2" AHRM over 7" deep AC lift 306-1.1.6 Bracing Excavations Add to this section: 'Braced Shoring shall be designed per the lateral earth pressures provided in the project Geotechnical Report by Leighton Consulting, Inc., dated May 27 2014." Add this section after 306-1.1.6: Page 90 of 105 "306-1.1.7 Dewatering. "The Contractor shall provide and maintain at all times during construction, ample means and devices with which to promptly remove and properly dispose of all water, from any source, entering the excavations or other parts of the work. Dewatering shall be accomplished by methods which will ensure a dry excavation and preservation of the lines and grades of the bottoms of excavations. For pipeline work, the methods may include sump pumps, deep wells, well points, suitable rock or gravel placed below the required bedding for draining and pump purposes, temporary pipeline and other means. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accord with the provisions of this section or other requirements. Standby pumping equipment shall be provided on the jobsite. A minimum of one standby unit (one for each ten in the event well points are used) shall be available for immediate installation should any well unit fail. The design and installation of well points or deep wells shall be suitable for the accomplishment of the work. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor and shall comply with OCSD's Special Purpose Discharge Permit. See Section 7-5 (Permits) and Section 7-8.6.4 (Dewatering) for requirements. The Contractor shall dispose of the water from the work in a suitable manner without damage to adjacent property. Conveyance of the water shall be such as to not interfere with traffic flow. Water shall be desilted before disposal to any sewer system. The system used for desilting the water shall be baffled structure and shall provide not less than five minutes detention time and shall be designed to have a "flow-through" velocity not exceeding 0.2 feet per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow-through limitations specified above. The Contractor shall ensure that all extracted and discharged water meets the OCSD's Special Purpose Discharge Permit water quality criteria. 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 above the pipe outside diameter. In the event the subgrade soils below the bedding are excessively weak or disturbed during excavation, the unsuitable soils shall be overexcavated to expose firm native material or removed and recompacted for a minimum depth of twelve (12) inches below the proposed bedding (recompacted to 90% relative compaction)." Page 91 of 105 Add the following Section after Section 306-1.2.13: "306-1.2.14 Installation of Cement Mortar -Lined and Tape Wrapped/Mortar Overcoat Steel Pipe 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 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 which 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 Page 92 of 105 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. The Contractor will be required to provide the necessary access points for the removal of the stulling and bracing as well as for the inspection of the interior lining as specified in Section 306- 1.2.14.3. The Contractor may elect to install construction access manways to provide the necessary access points. Construction access manways shall be constructed per the detail included within the plans. The construction access manways shall be ultimately buried once access is no longer required. The exact location of the manways shall be determined by the Contractor but shall not be located any closer than 1,000 feet between each manway. The proposed manways shall be identified on the line lay diagrams and shall be shown on the "as -built' drawings to be submitted at the completion of the project. 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 which 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. Page 93 of 105 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 3/<-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. Page 94 of 105 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 45 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. Page 95 of 105 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, Inches 3/16 1/4 5/16 3/8 Fillet Weld, Minimum Number of Passes 1 2 3 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. Page 96 of 105 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 all welding procedures shall be subject to approval by the 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 forjoint grout and mortar shall be portland cement acceptable under ASTM C150. Page 97 of 105 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 interiorjoint 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. Page 98 of 105 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 209-6.6.5 "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, an electrical resistance test will be performed by the City. 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 Page 99 of 105 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." 306-1.3 Backfill and Densification Add to this section: "Based upon the Geotechnical report, onsite soils may be used as compacted backfill, provided it is free of organic material and construction debris if approved by the City's Geotechnical Engineer. Where proper compaction of native material is not feasible, import san having a minimum sand equivalent of 30 shall be used. Cost of said import soil shall be sole responsibility of the Contractor and no additional compensation shall be made therefor. Water densification (jetted backfill) of bedding and backfill shall not be allowed." 306-1.4 Testing Pipelines Delete Section in its entirety and replace with the following: "Hydrostatic testing shall conform to the requirements of the Section 7-18 of these Special Provisions, and Section 306-1.4.5 of the City's Standard Special Provisions, 2004 Edition. The test pressure as measured at the lowest elevation along the pipeline shall be 225 psi and the duration of the test shall be a minimum of four (4) hours." Add the following section at the end of Section 306-1.4.6: "306-1.4.7 Watermain Disinfection. Watermain disinfection shall conform to the requirements of Section 7-18 of these Special Provisions and Section 306-1.4.7 of the City's Standard Special Provisions, 2004 Edition. Disposal of all water used during flushing of the pipeline shall be in conformance with Section 7-8.9 of these specifications." 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES Add the following sections at the end of Section 306-5: "306-5.1 Abandoning Water Mains. Contractor shall remove existing water mains and appurtenances at the locations shown on the plans or as directed by the Engineer. Water mains specified to be abandoned in place, 12 -inches in diameter and larger, shall be filled with one sack cement slurry and have their ends plugged. The slurry shall be installed wet enough to Page 100 of 105 insure that it does not bridge but rather fills the pipeline entirely. Water mains specified to be abandoned in place, 10 -inches in diameter and smaller, shall have their ends plugged and be left intact. 306-5.2 Abandoning Valves. Where the valves are located in the parkway, the valves shall be abandoned by closing the valves, removing the valve cans, filling the hole with satisfactory material, and compacting it to 90% relative compaction and restoring the area to match adjacent. Where the valves are located in concrete, the valve shall be abandoned by closing the valve, sawcutting the concrete, removing the valve can, and filling the hole with concrete. Where the valves are located in asphalt, the valves shall be abandoned by closing the valves, sawcutting the asphalt, removing the valve cans, filling the hole with slurry to the bottom of the asphalt section, and providing an asphalt cap on the slurry. 306-5.3 Abandoning Fire Hydrants. All fire hydrants required to be abandoned shall be removed to the bottom of the bury and the service line capped. All abandoned hydrants shall be salvaged and delivered to the City Utilities yard. 306-5.4 Removal of A.C. Pipe and Fittings. The Contractor will be required to remove asbestos cement pipes during the prosecution of his work. Removal of existing asbestos material shall be performed by a Contractor registered by 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 the existing A.C.P. In the specific instance of making connections to the existing A.C.P., disconnect, at the nearest joints, the length of pipe to be connected to the new pipe. This length of existing A.C.P. will be replaced by the new pipe making the tie-in. Contractor shall handle the A.C. pipe in strict conformance with all applicable CAL/OSHA, EPA and governing health agency requirements. The Contractor shall provide sufficient supervision and monitoring to assure conformance." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.7 Vehicle Detectors 307-17.7.3 Inductive Loop Detectors Page 101 of 105 Amend this Section to include: "Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the Traffic Signal Specifications and the Detector Loop Installation Detail included in Appendix "B" and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within 7 consecutive calendar days after disruption by construction activities." SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning Page 102 of 105 a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 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. Page 103 of 105 Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section after Section 310-5.6.10 "310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290." SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 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." Page 104 of 105 PART 6 SECTION 600 - MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES Add the following Section 600-2: 600-2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 600-2.1 Asphalt -Rubber 600-2.1.1 General Asphalt -rubber shall be type B. 600-2.6 Asphalt -Rubber Hot Mix Gap -Graded 600-2.6.3 Rolling Asphalt -Rubber Hot Mix Gap Graded material shall be compacted at or above 290 degrees Fahrenheit. Due to this requirement, the Contractor shall maintain three large self-propelled, vibrating steel wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and intermediate rolling. The third roller will act as a stand-by in case of breakdown by one of the other rollers. Rubber tire rollers are not permitted. A minimum relative compaction of 95 percent is required. For each percentile less that the required 95 percent compaction the unit price to construct the rubber overlay will be reduced by 10 percent. Any areas of roadway that does not have 90 percent relative compaction shall be removed, reinstalled and properly compacted at the Contract's sole expense. Page 105 of 105 APPENDIX A OCSD APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT Permit No. A. Instructions Special Purpose Discharge Permits are limited term permits, with a maximum term of one year. For the Orange County Sanitation District (District) to properly evaluate and process a Special Purpose Discharge Permit, • The Permit Application form must be filled out completely. Your application will be returned to you if there is missing information. Clearly print or type the information requested. Please write "NIA" if the information being requested does not apply. • The Permit Application must be signed by the Chief Operating Officer or official company representative. The District will return your Permit Application if it is not signed by the proper company official. • The permit fees and other charges are due at the time the Permit Application is submitted. An application received without remittance will be returned. B. Applicant and Ownership Information Applicant Mailing Address Street Phone Number: ( ) Contact Name: Sewer Service Address: Street Please include a site map Complete Legal Entity Name Fax Number: E-mail Address: List all Principal Owners / Major Shareholders of the site and/orbusiness: Name Title Address Name Title Address Name Title Address For Corporations Only: Year of Incorporation State of Incorporation City State City State Corporate Identification No. Zip Code Zip Code Prior to commencement of discharge to the local and regional sewerage system, in accordance with the policies and procedures set by the District, the permit applicant must apply for and receive a Special Purpose Discharge Permit from the District. The District may require that permit applicant enter into an agreement setting forth the terns under which the special purpose discharge is authorized in addition to or in lieu of issuance of the Special Purpose Discharge Permit. C. Project and Site Information Describe and submit the following (use additional sheets if necessary): 1, Describe project generating the discharge. Include site drawings and piping layout. 2. Reasons for the discharge request to the sewer system. 3. Analysis of the feasibility of other disposal alternatives (e.g., discharging into storm drains, reuse and reclamation, etc.). 4. Describe the following: • Is this a one-time discharge? ❑ Yes ❑ No • Do you project this discharge to last longer than one yeah ❑ Yes ❑ No • Projected duration: Of project: Of discharge: • Does the facility on this site have a Wastewater Discharge issued by he Orange County Sanitation District? El Yes ❑ No Permit If yes, provide Permit number: • Average daily flow (gpd) from this site: gpd • If this is a one-time discharge, indicate the total expected discharge for the project: gallons • Rate of discharge: gpm • Hours of discharge: From: a.m. To: p.m. • Number of days per week of discharge: Mon `Too Wed Thu Fri Sat Sun • Days of week of discharge (enter X): Page 2 of 9 5. Location of discharge point: Include site drawings. 6. Contaminants present in the source of discharge and level of each contaminant. Constituent Level (mglL) Analytical Method Used Include analytical reports. 7. Detailed design and technical information (include drawings and attach additional information). • Pretreatment system provided to remove the contaminants. • Equipment/structure and method to prevent pass-through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. • Best management practices and pollution prevention strategies designed to minimize or eliminate the proposed discharge to the sewer. • System to measure and record the discharge to the sewer system (see Attachment 157 for effluent Flow meter installation requirements). Page 3 of 9 If effluent measuring device is already installed, please provide the following: Date of last calibration: Type of calibration: ❑ Hydraulic ❑ Instrumentation Calibration performed in situ? ❑ Yes ❑ No The calibration of an existing effluent metermay be acceptable to the District only if: • performed in-situ, • performed within 30 days prior to this application submittal and in accordance with Attachment 162, and • required calibration report (Attachment 162) is submitted with this application. 8. Provisions for District's staff to gain access to the effluent sample point and measuring device for the purpose of verifying compliance. Designate your company's authorized local associate that District's staff can contact to gain access to the sample point and measuring device(s): Name: Address: Title: Phone Number: ( ) E-mail: D. Additional Requirements and Certification Please complete and provide the following documents with your application: • Certification of Accuracy of Information • Sewer Connection Verification Statement • Certification of Responsible Officer • Option to Designate Signatory (Optional) Page 4 of 9 Certification of Accuracy of Information 1 have personally examined and am familiar with the information submitted in the attached document, and I hereby certify under penalty of law that the submitted information is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment. Official Company Representative: Name: Signature: Title: Date: Name of the person to contact concerning information provided in this application: Name: Address: Title: Telephone: Paye 5 of 9 Sewer Connection Verification Statement ❑ Connection to District's Sewer System (Trunklines) Connection Permit No.: Connection Address: Discharge Pipe Size: Receiving Trunkline Name / Size: Date Connection/Inspection Fees Paid: inches Maximum Flow Rate: gpm ❑ Connection to Local Sewer (Collection) Systems Local Sewerage Agency: Connection/Encroachment Permit No. (if applicable): Connection Address: Maximum Allowed by Local Sewerage Agency: gpm Name and Title of Local Agency Contact: Contact's Phone No: �) inches Page 6 of 9 Certification of Responsible Officer 1, the undersigned, do hereby certify that I meet the definition of a Responsible Officer, as outlined below: as: 1. For a corporation: a. a president, secretary, treasurer, or vice-president in charge of a principle business function, or any other person who performs similar policy- or decision-making functions for the corporation, or b. the manager of one or more manufacturing, production, or operating facilities provided, the manager is authorized to assure long-term environmental compliance with environmental laws and regulations; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship: a general partner or proprietor, respectively. 3. For a public agency: a general manager, department manager, or supervisor of a public agency who performs policy - or decision-making functions for the public agency. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater discharge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to establish a new Responsible Officer. Name of Responsible Officer: (Please Print or Type) Signature: Title: Company Name: Date: Permit No.: E-mail Address: NOTE: All correspondence regarding permit, enforcement, and self-monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violation, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if properly authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the District must be notified in writing and the appropriate form must be submitted. Page 7 of 9 THIS IS OPTIONAL Submit this form only if the Responsible Officer wants to designate a signatory. Option to Designate Signatory This is to authorize the individual whose name and title appear below, Designated Signatory's Name (Please Printor Type) to be the designated individual responsible for wastewater discharges who can be served with notices, and who is the Designated Signatory on my behalf for purposes of signing all reports. This individual has the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to terminate designation of the above-named individual and to establish a new signatory. Name of Responsible Officer: (Please Panton Type) Signature: Title: Company Name: A designated signatory is defined as: A duly authorized representative of the responsible officerf., Date: Permit No.: E-mail Address: a. the authorization is made in writing and is submitted to Orange County Sanitation District using this form; b. the authorization specifies either an individual or a position having responsibility for the overall operation of the facility from which the Industrial Discharge originates, such as the position of plant manager, operator of a well, or well field superintendent, or a position of equivalent responsibility, or having overall responsibility for environmental matters for the company; c. the designated signatory is not a third party to the responsible officer. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. 1 understand that it is my responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. Name of Designated Signatory: (Please Print or Type) Signature: 11191 Date: E-mail Address: All correspondence regarding all permit and enforcement issues shall be sent to the Designated Signatory. It is the Designated Signatory's responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. The Responsible Officer remains legally responsible for all wastewater discharge to the sewer from this facility and for ensuring that he is duly informed by the Designated Signatory. Page 8 of 9 ORANGE COUNTY SANITATION DISTRICT APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION PACKAGE CHECKLIST Date of last regular discharge (Not Including purge water for sampling): SUBMITTED ❑ PERMIT APPLICATION ❑ PERMIT FEE REMITTANCE ($2,365.58 for New Permit - $1,500.00 for Renewal) (Include a copy of the check) INFORMATION AND DRAWINGS REQUIREMENTS: ❑ I. Current Site Drawing and Process Flow Sketch ❑ II. Influent Lab Analysis ❑ III. Certificate of Responsible Officer ❑ IV. Option to Designate Signatory ❑ V. Effluent Meter In Situ Hydraulic Calibration Report ❑ VI. Sewer Connection Verification Statement ❑ VII. Certification of Accuracy of Information ❑ Other: The items checked above were submitted. Applicant Signature Date Note 1: All Signatures must be from the Responsible Officer or Designated Signatory. Consultant Signatures will not be accepted. Note 2: This checklist must be submitted with the SPDP Permit Application. Page 9 of 9 11 Submit this form only if the Responsible Officer is to be the Signatory. Certification of Responsible Officer 1, the undersigned, do hereby certify that I meet the definition of a Responsible Officer, as outlined below: A responsible officer is defined as follows: 1. For a corporation: a. A president, secretary, treasurer, or vice-president of the corporation in charge of the principal business functions, or any other person who performs similar policy- or decision-making functions for the corporation, or b. The manager of one or more manufacturing, production, or operation facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship, a general partner or proprietor, respectively. I accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for the facility from which the wastewater discharge originates. l understand that if, in the future, this information is no longer correct, the District will be notified in writing to establish a new Responsible Officer. Name of Responsible Officer (Please Print w Type) Signature Title Company Name Date Permit No. NOTE: All correspondence regarding permit, enforcement, and self-monitoring issues (e.g., Self -Monitoring Forms and Reminder Letters, Notices of Violations, Permit Application, etc.) shall be sent to the Responsible Officer or to the Designated Signatory if properly authorized. If there is a change in the Responsible Officer or Designated Signatory in the future, the Districts must be notified in writing and the appropriate form must be submitted. ,:Wp.dta\is\3590\fornsl Wd *ms\certi9caton of responsible officer.doc Last revised: May 6, 1999 Submit this form only if the Responsible Officer wants to designate a Signatory. Authorization for Designated Signatory This is to authorize the individual whose name and title appear below, Designated Signatory's Name (Please Print or Type) Tele to be the designated individual responsible for wastewater discharges who can be served with notices, and who is the Designated Signatory on my behalf for purposes of signing all reports. This individual has the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to terminate designation of the above-named individual and to establish a new signatory. Name of Responsible Officer (Please Print or Type) Signature Title Company Name A responsible officer is defined as follows: 1. For a corporation: Date Permit No. a. A president, secretary, treasurer, or vice-president of the corporation in charge of the principal business functions, or any other person who performs similar policy- or decision-making functions for the corporation, or b. The manager of one or more manufacturing, production, or operation facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. 2. For partnership or sole proprietorship, a general partner or proprietor, respectively. / accept the responsibility for the overall operation of the facility and/or overall responsibility for compliance with all regulatory requirements for this facility from which the wastewater discharge originates. l understand that it is my responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. Name of Designated Signatory Signature Title 0 Date All correspondence regarding all permit and enforcement issues shall be sent to the Designated Signatory. It is the Designated Signatory's responsibility to keep the Responsible Officer informed at all times regarding all permit and enforcement issues. The Responsible Officer remains legally responsible for all wastewater discharge to the sewer from this facility and for ensuring that he is duly informed by the Designated Signatory. F1Users\PBWZhared\Contracts\FY14-15 CURRENT PROJECTS\600 - WATER\C-5481 - Newport Blvd Water Main Rehabilitation CAP14- 0030\DESIGN PHASEWppendix A3 - OCSD Designated Signatory.doc APPENDIX 6 DETECTOR LOOP INSTALLATION DETAIL TWISTED CLOCKWISE INTO A PAIR (AT LEAST 2 TURNS PER FOOT) Start Finish EDGE OF LIMIT LINE MARKING LIMIT LINE PER PLAN /---TO PULL CASE I (BICYCLE ONLY) (NOT TO SCALE) WINDING DETAIL LIMIT LINE PER PLAN BIKE LOOP (NOT TO SCALE) n EDGE OF LIMIT �70 PULL BOXY LINE MARKING LIMIT LINE PER PLAN LOOPS LANE TYPE "E" LOOPS (NP) LEFT TURN LANE TRAVEL LANE lif STRIPING PLAN (NOT TO SCALE) DETECTOR LOOP INSTALLATION DETAIL BIKE LOOP CASE 11 (BICYCLE & VEHICLE) (NOT TO SCALE) TYPE "E" LOOP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT APPENDIX C GEOTECHNICAL EXPLORATION REPORT GEOTECHNICAL EXPLORATION FOR NEWPORT BOULEVARD WATER MAIN REHABILITATION CITY OF NEWPORT BEACH, CALIFORNIA Prepared for: TETRA TECH, INC. 17885 Von Karman Avenue, Suite 500 Irvine, California 92614 Project No. 10588-001 May 27, 2014 Leighton Consulting, Inc. A LEIGHTON GROUP COMPANY Leighton Consulting, Inc. A LEIGHTON GROUP COMPANY May 27, 2014 Project No. 10588-001 Tetra Tech, Inc. 17885 Von Kerman Avenue, Suite 500 Irvine, California 92614 Attention: Mr. Tom Epperson Subject: Geotechnical Exploration for Newport Boulevard Water Main Rehabilitation City of Newport Beach, California In accordance with your request, Leighton Consulting, Inc. (Leighton) has conducted a geotechnical exploration for the proposed Newport Boulevard Water Main Rehabilitation project for the City of Newport Beach, California. The project will consist of installation of approximately 3,200 linear feet of a new water line on Newport Boulevard, Central Avenue and 29th Street. The new pipe will have an invert of approximately 5 to 10 feet below the existing street grades, and will be mostly 16 and 20 inches in diameter. The purpose of our exploration was to evaluate the subsurface soil and groundwater characteristics along the pipeline alignment and to provide geotechnical parameters for design and installation of the pipeline. Our borings were drilled to depths of 16.5 feet. The existing pavement consisted of 6 and 9 inches thick concrete. The soils encountered in our borings were native alluvial soils consisting of fine- to medium -grained silty sands and sands. The soils were generally loose in the upper 7 feet and became medium dense at greater depths. Groundwater was encountered at a depth of approximately 8 to 9 feet below the street grade. 17781 Covian • Irvine, CA 92614-6009 949.250.1421. 949.250.1114 Fax 10588-001 Based upon the results of this geotechnical exploration, the proposed project is feasible from a geotechnical standpoint. Specific recommendations for the geotechnical aspects of the project are presented in this report. Field observation and testing by a geotechnical engineer at the time of construction is recommended to verify suitable bearing conditions for support of the proposed pipeline and adequate compaction is achieved to provide proper support for the pavement that will be constructed over the trench backfill. We appreciate the opportunity to work with you on this project. If you have any questions or if we can be of further service, please contact us at your convenience. CD/DJC/Ir Distribution: (1) Addressee Respectfully submitted, LEIGHTON CONSULTING, INC. Djan handra, PE, GE 2376 Senior Principal Engineer -2- Leighton 603510-001 TABLE OF CONTENTS Section Page 1.0 INTRODUCTION.................................................................................................. 1 1.1 Site Description and Proposed Improvements... ...................... ................. 1 1.2 Purpose and Scope of Exploration............................................................ 1 2.0 GEOTECHNICAL FINDINGS...............................................................................4 2.1 Geologic Setting........................................................................................ 4 2.2 Subsurface Soil Conditions........................................................................ 4 2.3 Groundwater..............................................................................................5 2.4 Primary Seismic Hazard............................................................................ 5 3.0 DESIGN RECOMMENDATIONS..........................................................................6 3.1 Earthwork...................................................................................................6 3.1.1 Site Preparation.............................................................................. 6 3.1.2 Pipeline Trench Subgrade............................................................... 7 3.1.3 Pipe Bedding................................................................................... 7 3.1.4 Trench Backfill................................................................................. 7 3.1.5 Fill Material...................................................................................... 8 3.2 Seismic Design Parameters....................................................................... 8 3.3 Pavement...................................................................................................9 3.4 Cement Type and Concrete Design........................................................... 9 3.5 Corrosivity of Soils..................................................................................... 9 4.0 CONSTRUCTION CONSIDERATIONS............................................................. 11 4.1 Open Trench Construction....................................................................... 11 4.2 Dewatering During Trenching and Pipeline Construction ......................... 11 4.3 Temporary Shoring.................................................................................. 12 4.4 Additional Geotechnical Services............................................................ 13 5.0 LIMITATIONS.....................................................................................................14 6.0 REFERENCES...................................................................................................15 Important Information About Your Geotechnical Engineering Report Rear of Text LIST OF TABLES Table 1 — 2013 CBC Based Seismic Design Parameters Page 8 Table 2 — Lateral Earth Pressures Page 13 Leighton 10588-001 TABLE OF CONTENTS (Continued) LIST OF ILLUSTRATIONS Figure 1 — Site Location Map Rear of Text Figure 2 — Boring Location Map Rear of Text Figure 3 — City of Newport Beach Pipe Bedding Detail Rear of Text APPENDICES Appendix A — Boring Logs Appendix B — Laboratory Test Procedures and Test Results 41101, -ii- Leighton 10588-001 fi its l ►1111:Z#711110waI k I 1.1 Site Description and Proposed Improvements As depicted on Figure 1, Site Location Map and Figure 2, Boring Location Map, the new pipeline alignment will start at the intersection of Central Avenue and Via Oporto. It will go southerly along Central Avenue, cross Via Lido, and continue on Newport Boulevard. The alignment will then split at the intersection of Newport Boulevard and 29th Street; one segment will continue on Newport Boulevard and the other segment on 29th Street. Both segments will end at the intersections with 28th Street. The total length of the pipeline is approximately 3,200 linear feet with an invert of approximately 5 to 10 feet below the existing street grade. The new pipe will be mostly 16 and 20 inches in diameter. The type of pipe has not been finalized and may consist of PVC, and ductile iron or steel pipe. 1.2 Purpose and Scope of Exploration The purpose of our geotechnical exploration was to explore the subsurface conditions along the alignment of the proposed water main and to provide geotechnical recommendations to aid in design and construction. This geotechnical exploration was performed based on verbal and e-mail communications with Tetra Tech. The scope of this exploration included the following tasks: • Background Review — A background review was performed of readily available, relevant geotechnical and geological literature pertinent to the proposed sewer reconstruction alignment. References used in preparation of this report are listed in Section 6.0. • Pre -Field Exploration Activities — Boring locations were marked and Underground Service Alert (USA) was notified to locate and mark existing underground utilities prior to our subsurface exploration. A site-specific traffic control plan was prepared and a traffic encroachment permit was obtained from the City of Newport Beach for drilling within the City right-of-way. • Field Exploration — The field explorations consisted of excavating, logging, and sampling of three hollow -stem auger borings (LB -1 through LB -3) on March 10, 2014, along the proposed pipeline alignment. Depth of exploration 1 Leighton 10588-001 was approximately 16.5 feet. Approximate boring locations are shown on Figure 2, Boring Location Map. Traffic control was provided when drilling within the public right-of-ways. During drilling, both bulk and relatively undisturbed drive samples were obtained from the borings for geotechnical laboratory testing and evaluation in general accordance with ASTM Test Method D 3550. The number of blow counts per 6 inches of penetration was recorded on the boring logs. Logging and sampling of the borings were conducted by a staff member from our firm. Logs of the boring are presented in Appendix A. After completion of logging and sampling, the borings were backfilled with spoils generated during exploration and capped with quick -set concrete. Leighton (2005) performed a geotechnical exploration at the former City Hall site located on the east side of Newport Boulevard. Two of the borings (B-1 and B-2) were located near the pipeline alignment and were reviewed in preparation of this report. The logs of these borings are also included in Appendix A. • Laboratory Tests — Laboratory tests were performed on selected soil samples obtained during our field exploration. Laboratory test results are presented in Appendix B. The laboratory testing program was designed to evaluate the physical and engineering characteristics of the onsite soil. Tests performed during this exploration include: - In-place density and moisture content; - Direct shear; and - Corrosivity (Soluble Sulfate Content, Chloride Content, pH, and Minimum Resistivity) • Engineering Analysis - The data obtained from our background review, current Feld exploration, and laboratory testing program were evaluated and analyzed to develop the conclusions and recommendations presented in this report for the proposed project. • Report Preparation - The results of the exploration are summarized in this report presenting our findings, conclusions, and recommendations. It should be noted that the recommendations contained in this report are subject to the 2 49 Leighton limitations presented in Section 5.0. An information sheet prepared by ASFE (the Association of Engineering Firms Practicing in the Geosciences) is also included at the end of the report text. We recommend that all individuals using this report read the limitations along with the attached information sheet. 3 Leighton 2.0 GEOTECHNICAL FINDINGS 2.1 Geologic Setting 10588-001 The project site is located in the Newport Bay area near the San Joaquin Hills and underlain by Late Holocene to recent estuarine alluvial deposits.. The San Joaquin Hills lie within the northern part of the Peninsular Ranges geomorphic province which extends 900 miles southward from the Santa Monica Mountains to the tip of Baja California. Regional tectonic activity has uplifted the San Joaquin Hills into an elongated arched fold (anticlinorium) trending to the northwest from San Juan Capistrano and Huntington Mesa. This anticlinal folding has occurred as this entire section of the southern California coast was uplifted by the San Joaquin Hills blind thrust fault. 2.2 Subsurface Soil Conditions Existing pavements penetrated at two of the boring locations (LB -2 and LB -3) consisted of 9 inches of concrete, while at boring LB -1 the pavement penetrated consisted of 2 inches of asphalt concrete overlying 6 inches of concrete. No underlying aggregate base course was encountered in any of the boring locations. Subsurface soils that underlie the pavement sections were native alluvial soils consisting of fine- to medium -grained silty sands and sands. Sand was the dominant lithology but minor amounts of silty clay and gravel were known to present within the estuarine alluvial deposits. Although fill materials were not identified within our borings, it is very likely that some fill associated with the construction of the existing improvements may be encountered. A detailed description of the subsurface soils encountered in our borings is presented in the boring logs (Appendix A). The soils encountered in our borings were generally loose in the upper 7 feet and became medium dense at greater depths. The soils had relatively high moisture content, generally higher than 24 percent. Due to the sandy nature and relatively high moisture content, the soils are considered prone to caving. 4 4 49 Leighton 10588-001 2.3 Groundwater The historic high groundwater level for this site is reported to be less than 5 feet below the existing ground surface (California Division of Mines and Geology, 1998). Groundwater was encountered at 8 to 9 feet below existing grade during our field exploration. However, due to the tidal forces impacting the Newport Bay, the groundwater level is expected to fluctuate with the tides. Depending on elevations the pipe invert, groundwater may be encountered during installation of the water main. 2.4 Primary Seismic Hazard No active faults are mapped or known to cross the site, and the site is not located within an Alquist-Priolo Earthquake Fault Zone (Hart and Bryant, 2007). The principal seismic hazard, which could affect the site, is ground shaking resulting from an earthquake occurring along any of the major active faults in the region. The closest known active faults to the project site include traces of the LA Basin and Offshore segments of the Newport Inglewood Fault Zone (NIFZ) and the San Joaquin Hills Blind Thrust fault. The LA Basin and Offshore segments of the NIFZ are approximately 0.5 and 3 miles, respectively, from the site and are the closest known active faults which have been mapped at the ground surface. The San Joaquin Blind Thrust fault is located in the subsurface with no mapped fault trace at the ground surface, and has been estimated to be approximately 5 miles from the site. Based on our review of the Seismic Hazard Zone Map for the Newport Beach Quadrangle (CDMG, 1998), the proposed water pipeline alignment along Newport Boulevard is mapped within an area shown as potentially liquefiable. This is primarily due to relatively shallow historically high groundwater level and young alluvial deposits. Detailed evaluation of the potential for liquefaction to occur and the effect on the proposed water main rehabilitation was beyond the scope of this exploration and was not considered to be warranted for the replacement/installation of the pipeline. 10 ORIM 5 Leighton 10588-001 3.0 DESIGN RECOMMENDATIONS Geotechnical recommendations for the proposed water main rehabilitation project are presented in the following sections. Construction considerations are discussed Section 4.0 of this report. These recommendations are based upon the exhibited geotechnical engineering properties of the soils and their anticipated response both during and after construction as well as proper field observation and testing during construction. These recommendations are considered minimal and may be superseded by more conservative requirements of the civil engineer, building code, or the City of Newport Beach. 3.1 Earthwork All earthwork should be performed in accordance with the recommendations below, unless specifically revised or amended by future review of project plans. 3.1.1 Site Preparation Prior to excavation for the pipeline trenches, the existing pavement located within the limits of excavations will be removed. The pavement is recommended to be saw -cut to establish a well-defined, flat edge for the construction of new pavement to complete utility installation. Pavement removal should extend a minimum distance of 1 foot beyond the edges of the trench excavation in accordance with city requirements. Removal of any existing pipeline may encounter some excavation difficulties depending upon the nature of the backfill that was used to backfill the trench associated with installation of the existing pipeline. The existing trench backfill may consist of cement slurry; the degree of cementation that has developed in the cured slurry could present excavation difficulties if slurry was used for the trench backfill. Efforts should be made to locate any existing utility lines and underground obstructions within the proposed alignment. Those lines or obstructions should be removed or rerouted if they interfere with the proposed construction and the resulting cavities should be properly backfilled and compacted. Utility lines that cannot be relocated should be properly protected in-place to preserve their function and may require shoring or bracing of the excavation to prevent lateral displacement or undermining of the existing utility conduits. 6 Leighton 10588-001 3.1.2 Pipeline Trench Subgrade The subgrade for support of the proposed pipeline should be level, firm, uniform, free of loose materials and properly graded to provide uniform seating and support of the pipeline. Field evaluation of the stability and support characteristics of the subgrade is recommended to be performed by the geotechnical engineer prior to pipe installation. Based upon the results of field exploration, the soils that are expected to be encountered at the approximate invert elevations will consist of sands and silty sands with high in-place moisture contents. In addition, groundwater is anticipated to be encountered at these depths, which may result in unstable subgrade conditions for pipeline installation. In areas where subgrade instability results from the abovementioned conditions, coarse crushed aggregate (nominal 2- to 4 -inch particle diameter) may be placed and compacted into the subgrade to improve stability and provide greater uniformity in subgrade support of the proposed pipeline. 3.1.3 Pipe Bedding Pipe zone bedding should be at least 12 inches above the top of pipe and conform to the City of Newport Beach Standard Plan (Figure 3). The pipe bedding material shall conform to the Standard Specifications for Public Works Construction (the "Green Book') Section 306-1.2.1. Below the pipe, the bedding should consist of a minimum 6 inches thick of %-inch crushed rock. 3.1.4 Trench Backfill Trenches should be backfilled in accordance with the Green Book Section 306-1.3 in conjunction with the City of Newport Beach Standard Special Provisions. Backfill above the pipe zone to the bottom of planned asphalt concrete pavement may consist of the onsite soils or import material described in Section 3.1.5. Soils with relatively high moisture contents will require air drying or blending with drier soils prior to placement for backfill to achieve proper compaction. Trench backfill is recommended to be placed in thin lifts, moisture conditioned as necessary, and mechanically compacted to a minimum 95 percent relative compaction (ASTM D 1557) s 7 ki Leighton 10588-001 per the City of Newport Beach Standard Special Provisions. The loose lift thicknesses of the backfill should be compatible with the compaction equipment, but are recommended to not exceed 8 inches. Alternatively, the pipe trenches may be backfilled with one -sack sand/cement slurry mix. 3.1.5 Fill Material The soils encountered at the test boring locations within the proposed alignment are generally suitable for use as compacted structural fill, provided that they are free of organic material, debris and any oversized material. Crushed asphalt concrete and crushed concrete can be pulverized to particles no larger than 1 inch in largest dimension and mixed with the onsite soils to be placed as compacted fill, if approved by the City of Newport Beach. Soils to be placed as fill, whether onsite or import material, should be approved by the geotechnical engineer. 3.2 Seismic Design Parameters The following values may be used for seismic design based on the 2013 California Building Code: Table 1 — 2013 CBC Based Seismic Design Parameters Categorization/Coefficient Design Value Site Class D Adjusted (5% damped) spectral response acceleration parameter at short period, SMs 1.706 Adjusted (5% damped) spectral response acceleration parameter at a period of 1 sec, SMS 0.946 Design (5% damped) spectral response acceleration parameter at short period, Sos 1.137 Design (5% damped) spectral response acceleration parameter at a period of 1 sec, So 0.631 4101, 8 kv Leighton 10588-001 3.3 Pavement To provide support for the pavement reconstruction, the backfill should be completed as recommended in Section 3.1. New pavement sections along the pipeline alignment should at least match the existing pavement thickness. Pavement replacement should conform to the City's details. Where specified, concrete and asphalt concrete are recommended to conform to Section 201-1 and 203-6, respectively, of the Standard Specifications for Public Works Construction or the city requirements. Crushed aggregate base or crushed miscellaneous base (CMB) should conform to Sections 200-2.2 and 200-2.4, respectively, of the Standard Specifications for Public Works Construction. Field observation and periodic testing, as needed during placement of the base course materials, should be performed to verify that the requirements of the standard specifications are fulfilled. Aggregate base should be placed in thin lifts, moisture conditioned as necessary, and compacted to a minimum of 95 percent relative compaction (ASTM D 1557). 3.4 Cement Type and Concrete Design For screening purposes, two representative samples were tested for water- soluble sulfate to assess corrosion potential to buried concrete. The test results indicate measured water-soluble sulfates of 97 and 163 parts per million (ppm). Based on the results of laboratory testing, concrete structures in contact with the onsite soils are expected to have negligible exposure to water-soluble sulfates in the soils. As such, Common Type II cement may be used and the concrete may be designed for low sulfate exposure in accordance with ACI 318. 3.5 Corrosivity of Soils In general, soil environments that are detrimental to concrete have high concentrations of soluble sulfates and/or pH values of less than 5.5. Soils with chloride content greater than 500 parts per million (ppm) per California Test 532 are considered corrosive to steel, either in the form of reinforcement protected by concrete cover or plain steel substructures, such as steel pipes. Additionally, 4 9 Leighton 10588-001 soils with a minimum resistivity of less than 1,000 Ohm -cm are considered corrosive to ferrous metal. Based on the test results, the subsurface soils at the site generally have low soluble sulfate contents, neutral pH values, minimum resistivity of greater than 1,000 Ohm -cm, and are not considered corrosive to metal. 10 Leighton 10588-001 4.0 CONSTRUCTION CONSIDERATIONS 4.1 Open Trench Construction All temporary excavations, including pipeline trenches and manhole installation, should be performed in accordance with project plans, specifications, and all OSHA requirements. We understand that the pipeline invert will be no deeper than 10 feet below street grade. Excavations 5 feet or deeper should be laid back or shored in accordance with OSHA requirements before personnel are allowed to enter. Due to the loose, sandy nature and relatively high moisture contents, the soils are considered susceptible to caving. Laying back excavations or shoring may be needed even for excavations of less than 5 feet. The contractor should review the boring logs and findings in this report and evaluate the appropriate means -and -methods for installation of the pipeline. No surcharge loads should be permitted within a horizontal distance equal to the height of cut or 5 feet, whichever is greater from the top of the cut, unless the cut is shored appropriately as discussed in Section 4.3 of this report. During construction, the soil conditions should be regularly evaluated to verify that conditions are as anticipated. The contractor shall be responsible for providing the "competent person" required by OSHA standards to evaluate soil conditions. Close coordination between the competent person and the geotechnical engineer should be maintained to facilitate construction while providing safe excavations. Based on our borings, the soils along the pipeline alignment should be readily excavated using conventional excavating equipment in good working condition. 4.2 Dewaterinq during Trenching and Pipeline Construction Free groundwater was encountered as shallow as 8 feet below ground surface in two of the borings drilled as part of our field exploration. Based upon a pipeline invert no greater than 10 feet below existing street grade, groundwater is anticipated to be encountered during trench excavation, which could adversely impact the proposed pipeline installation. In order to improve stability of the trench excavation and aid pipeline placement and trench backfill, groundwater control, such as dewatering, will be required. Dewatering procedures and 11 Leighton 10588-001 methods should be selected by the contractor based on actual groundwater conditions encountered during construction, and based on the contractor's chosen means -and -methods of construction. However, deep groundwater drawdown should be avoided, to reduce the potential for damaging adjacent structures. 4.3 Temporary Shoring Trench excavations may be supported by several methods including cross - braced hydraulic shoring, conventional shields, sheet piles, even possibly soldier piles with wood lagging. The choice should be left to the contractor's judgment since economic considerations and/or the individual contractor's construction experience may determine which method is more economical and/or appropriate. The contractor and shoring designer should also perform additional geotechnical studies as necessary to refine the means -and -methods of shoring construction. Shoring may be desired or even necessary to reduce excavation quantities, reduce pavement restoration quantities, keep traffic lanes open and/or protect existing adjacent utilities and/or other improvements. Support of all adjacent existing structures without distress is the contractor's responsibility. In addition, it should be the contractor's responsibility to undertake a pre -construction survey with benchmarks and photographs of the adjacent properties. Shoring systems should be designed by a California licensed civil or structural engineer. As preliminary design guidelines, we present the following geotechnical parameters for shoring design. Typical cantilever shoring should be designed based on the active fluid pressure indicated in Table 2. The use of the At -Rest earth pressure is recommended if the shoring is not free to rotate to mobilize active earth pressure. If excavations are braced at the top and at specific design intervals, the earth pressure may be approximated by a rectangular soil pressure distribution with the pressure per foot of width equal to 24H, where H is equal to the depth of the excavation being shored. These values are for a level ground and drained condition behind the shoring system. If the retained soils are not drained, hydrostatic pressure should be considered in the shoring design. 12 Dighton 10588-001 Table 2 — Lateral Earth Pressures Condition Value for Level Backfill Active 40 pcf At -Rest 60 pcf The above values do not contain an appreciable factor of safety, so the structural/shoring engineer should apply the applicable factors of safety and/or load factors during design. Lateral pressures from surcharges and superimposed loads, including loads from vehicle traffic and foundation bearing stresses of adjacent structures, should be included in the design of the temporary shoring in situations where the loads are located adjacent to or in close proximity. Uniformly distributed surface loads of large lateral extent (relative to the height of the trench) located adjacent to temporary shoring may be modeled as a uniform lateral pressure with magnitude equal to 30 or 50 percent of the vertical pressure intensity for the unrestrained and restrained conditions, respectively, for level grade above the temporary shoring. The magnitude of the surcharge pressure for surface loads of limited lateral extent and at various distances from the temporary shoring can be determined on a case-by-case basis. 4.4 Additional Geotechnical Services Geotechnical observation and testing should be provided during the following activities: • Grading and excavation of the pipeline alignment; • Compaction of all fill materials; • Utility trench backfilling and compaction; • During installation of temporary shoring, wherever needed; • Pavement subgrade and base preparation; • Placement of asphalt concrete and/or concrete; and • When any unusual conditions are encountered. 40,1 13 49 Leighton 10588-001 5.0 LIMITATIONS This report was based in part on data obtained from a limited number of observations, site visits, soil excavations, samples, and tests. Such information is, by necessity, incomplete. The nature of many sites is such that differing soil or geologic conditions can be present within small distances and under varying climatic conditions. Changes in subsurface conditions can and do occur over time. Therefore, the findings, conclusions, and recommendations presented in this report are only valid if Leighton Consulting has the opportunity to observe subsurface conditions during grading and construction, to confirm that our preliminary data are representative for the site. Leighton Consulting should also review the construction plans and project specifications, when available, to comment on the geotechnical aspects. This exploration was performed using the degree of care and skill ordinarily exercised, under similar circumstances, by reputable geotechnical consultants practicing in this or similar localities. The findings, conclusion, and recommendations included in this report are considered preliminary and are subject to verification. We do not make any warranty, either expressed or implied. A 14 41 Leighton 10588-001 6.0 REFERENCES American Concrete Institute, 2011, Building Code Requirements for Structural Concrete (ACI 318-11) and Commentary. California Building Code (CBC), 2013, California Code of Regulations, Title 24, Part 2, Volume 2, Effective January 1, 2014. California Division of Mines and Geology (CDMG), 1997, Seismic Hazard Zone Report for the Anaheim and Newport Beach 7.5 -Minute Quadrangles, Orange County, California, Seismic Hazard Zone Report 003, Revised 2001. 1998, State of California Seismic Hazards Zone Map for the 7.5 Minute Series Newport Beach Quadrangle, Official Map, Released April 15, 1998. City of Newport Beach Department of Public Works, Standard Plan No. STD -106-L, Pipe Bedding Details, dated March 2, 1999 (Revised June, 2002). Hart, E.W. and Bryant, W.A., Interim Revision 2007, Fault Rupture Hazard Zones in California, Alquist-Priolo Earthquake Fault Zoning Act with Index to Earthquake Fault Zones Maps: California Geological Survey, Special Publications 42, 42p. Jennings, C.W., 1994, Fault Activity Map of California and Adjacent Areas; California Division of Mines and Geology, Geologic Data Map 6, Scale 1:750,000. Leighton Consulting, Inc., 2005, Preliminary Geotechnical Investigation for the Proposed City Hall, Fire Station and Parking Structure, 3300 Newport Boulevard, City of Newport Beach, California, Project No. 600922-001, dated August 2, 2005. Public Works Standards, Inc., 2012, The "Green Book", Standard and Specifications for Public Works Constructions, 2012 Edition, BNI Building News, 2012. 15 49 Leighton Geolechnical Engineering Repopt— Geotechnical Services Are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific heeds of their clients. A geotechnical engineering study conducted for a civil engi- neer may not fulfill the needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geotechnical engineering report is unique, prepared solely for the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who prepared it, And no one — not even you — should apply the report for any purpose or project except the one originally contemplated. Read the Full Report Serious problems have occurred because those relying on a geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. A Geotechnical Engineering Report Is Based on A Unique Set of Project -Specific Factors Geotechnical engineers consider a number of unique, project -specific fac- tors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management preferences; the general nature of the structure irwolved, its size and configuration; the location of the structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicatesolh- erwise, do not rely on a geolechnicaf engineering report that was: • not prepared for you, • not prepared for your project, • not prepared for the specific site explored, or • completed before Important project changes were made. Typical changes that can erode the refiabdily of an existing geofechrocal engineering report include those [hat affect: • theluncffon=of the proposed structure, as when It's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, elevation, configuration, location, orientation, or weight of the proposed structure, composition of the design team, or project ownership. As a general rule, always inform your geotechnical engineer of project changes -=even minor ones and request an assessment of their impact. Geotechnical engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. Subsurface Conditions Can Change A geotechnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineer- ing report whose adequacy may have been affectedby, the passage of time; by man-made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctua- dons. Always contact the geotechnical engineer before applying the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. Most Geotechnical Findings Are Professional Opinions Site exploration identifies subsurface conditions only at those points where subsurface tests are conducled'or samples are taken. Geotechnical engi- neers review field and laboratory data and.thenapply their professional judgment to render an, opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ—sometimes significantly— from those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks associated with unanticipated conditions. A Report's Recommendations Are All Final Do not overrely on the construction recommendations included in your report. those recommendations are not final, because geotechnical engi- neers develop them principally from judgment and opinion. Geotechnical engineers can finalize their recommendations only by observing actual subsurface conditions revealed during construction. The geotechnical engineer who developed your report cannot assume responsibility or liability for the report's recommendations if that engineer does not perform construction observation. A Gootechnicai Engineering Report is Subject to Mishderpretation Other design team members' misinterpretation of geotechnical engineering reports has resulted in costly problems. Lower that risk by having your geo- technical engineer confer with appropriate members of the design team after submitting the report. Also retain your geotechnical engineer to review pert nent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by having your geotechnical engineer participate in prebid and preconstruction conferences, and by providing construction observation. Do Not Redraw the Engineer's Logs Geotechnical engineers prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions, the logs included in a geotechnical engineering report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can elevate risk. Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give con- tractors the complete geotechnical engineering report, butpreface it with a clearly written letter of transmittal. In that letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited; encourage them to confer with the geotechnical engineer who prepared the report (a modest fee may be required) and/or to conduct additional study to obtain the specific types of information they need or prefer. A prebid conference can also be valuable. Be sure co illac- tors havesullicient time to perform additional study. Only then might you be in a position to give contractors the best information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Read Responsibility Provisions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than other engineering disci- plines. This lack of understanding has created unrealistic expectations that have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their reports. Sometimes labeled "limitations" many of these provisions indicate where geotechnical engineers' responsi- bilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoanvironmental Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenviron- mental study differ significantly from those used to perform a geotechnical study. For that reason, a geotechnical engineering report does not usually relate any geoenvironmenlal findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage larlks or regulated contaminants. Unanticipated environmental problems have led to numerous project failures. It you have not yet obtained your own geoen- vironmental information, ask your geotechnical consultant for risk man- agement guidance. Do not rely on an environmental repod prepared for someone else. Obtain Professional Assistance To Deal with Mold Diverse strategies can be applied during building design, construction, operation, and maintenance to prevent significant amounts of mold from growing on indoor surfaces. To be effective, all such strategies should he devised for the express purpose of mold prevention, integrated into a com- prehensive plan, and executed with diligent oversight by a professional mold prevention consultant. Because just a small amount of water or moisture can lead to the development of severe mold infestations, a num- ber of mold prevention strategies focus on keeping building surfaces dry. While groundwater, water infiltration, and similar issues may have been addressed as part of the geotechnical engineering study whose findings are conveyed in this report, the geotechnical engineer in charge of this project is not a mold prevention consultant, none of the services per- formed in connection with the geotachnical engineer's study were designed or conducted for the purpose of mold preven- tion. Pruner Implementation of the recommendations conveyed in this report will not of itself be sufficient to prevent mold from growing in or on the structure involved. Rel on Your ASK -Member Gootechocial Engineer for Adt itlowd Assistance Membership in ASFUTHE BEST PEOPLE ON EARTH exPOses geotechnical engineers to a wide array of risk management techniques that can be of genuine benefit for everyone involved with a construction project. Confer with your ASFE-member geotechnical engineer for more information.. ASFE THE BEST PIME OH EARTH 8811 Colesyl le Road/Suite G106, Silver Spring, MD 20910 Telephone 3011565-2733 Facsimile: 3011589-2017 e mail. irto@asfe.org wrov.asfe,org Copyright 2004 by ASFE, Inc. Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly prohibited, except with ASFEs specific written permission, Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission ofASFE, and only for purposes of scholarly research or book review Only members of ASFE may use this document as a complement fS bras an element of a geotechnical engineering report. Any other firm, individual, or other entity that so uses this document Without being an ASFE member could be commifing negligent of intentional (fraudulent) misrepresentation. IIGER06085.0MRP crha fr'6,r �' 9nL Fes`, ii e��x , i''••,'1; r,. - y AP Toil( W % t n }. �y 8 x 'm s/ b� .s s+ y '1'— J-" u4 d p„y� x�i K Y dt .dr �y, a5 4M1. aM Z4ti y 1 lop io nOM1lhq+Rfl"fidAt '4�t 4 Approximates w AlignmenAA Tie?, ri iHarbol Ag a 5 33 xr a '� � A. Y it .. _.. '. P '3: n . `$.i�SRXEA24 �P NEWPOBT t yys pp� Ttl `i w. N 0 2,000 4,000 'Cppyright©2013 National Geographic Society, i'cubed Copyight,02014 Feet Esti DeLorme,`HERL- TofnTom -' Project: 10143.003 EnglGeol: DJC SITE LOCATION MAP Figure 1 Scale:1 "= 2,000' Date: May 2014 'W°' Base Map: ESRC AmGIS online 2014 Newport Boulevard Water Main Rehabilitation Thematic n(ormallem Leighton City of Newport Beach, California 4 Author, Leighton Geomabee (mmurOhy) Leighton Map Savetl as VWraflmg\1056awwGISW 2014-05-167iqure mxtl on 5116/20144: 1036 GM mal eeox.aoo 8 `a w � m s aan�ld Sas s � � m Zvi 0110g 3--3S 3NIlHOltlW e o c 77 '} ��T•S�d�b1 a, ', 11 �.�, p -�,.. � wa Q �d} 15i' ,: ��.. �� � j all 4 { l . Nr � .✓ r r /,. 1. �. t ¢ o a �i F s•i. �. ., f N J ED a � Ik w ` C7 I �a b 4 I I � � � I I I � it � �!. pr GS � �//`� � 1 6 �❑ mr 3_ ial jmo — � A3tlOJ'S53H-'JMO'03SOdOYd403115-ZO('J\ltlllld3]Nr)�\dbJ\IOOEV-EL[fi05C41@<fB%d- Wd BL�LO L E4021�4/OL 7 0 i TRFNrH WIDTH G /' _oEXCi 314 I •• III, .,` OR SHI if fi y�-.�,��•.if�- �i-Yy—wj;w TRENCH SHEETING OR 1 0,4 OD. 'IN SHORING IF USED UNDISTURBED SOIL, TYPICAL I ,l / \\`� !ONAL IVATION LINES INE SHEETING PING IF USED CRUSHED GRA VEL 1. TRENCH WIDTH SHALL BE OD, + 12' MINIMUM, OR OR + 20' MAXIMUM, INCLUDING THICKNESS OF TRENCH SHORING OR SHEETING. 2. BACKFILL SHALL BE PER STANDARD SPECIFICATIONS SECTION 306-1,3, EXCEPT THAT RELATIVE COMPACTION SHALL BE 90 PERCENT MINIMUM. 3 WHEN THE MAXIMUM TRENCH WIDTH IS EXCEEDED, THE CONSTRACTOR SHALL SUBMIT TO THE ENGINEER FOR APPROVAL, DRAWINGS WITH SUBSTANTIATING ENGINEERING CALCULATIONS FOR THOSE MODIFICATIONS OF PIPE STRENGTH AND/OR BEDDING WHICH WILL PROVIDE AN IN-PLACE FACTOR OF SAFETY EQUIVALENT TO THAT PROVIDED IN THE CONTRACT 4. BEDDING SHALL BE PER STANDARD SPECIFICATIONS SECTION 306-1.2,1, EXCEPT THAT. - (AJ CLASS 100-E-100 SLURRY MAY BE SUBSTITUTED FOR SHAPED BEDDING AT THE CONTRACTOR'S OPTION AND SOLE EXPENSE. (B.) HAUNCH BEDDING SHALL BE HAND TAMPED TO 907 RELATIVE COMPACTION MINIMUM FOR PVC, RPM, HDPE, AND ALL OTHER FLEXIBLE PIPE INSTALLATIONS, WHEREUPON THE REMAINDER OF BEDDING (ABOVE SPRINGLINE) MAY BE COMPACTED CONCURRENTLY WITH THE BACKFILL 5, TRENCH RESURFACING SHALL BE PER STD, -105-L. Y OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PIPE BEDDING REVISED 6/2002 DRAWINGNO. STD -106-L APPENDIX A GEOTECHNICAL BORING LOG LB -1 Project No. 10588-001 Date Drilled Project Newport Blvd Water Main Rehabilitation Logged By Drilling Co. California Pacific Hole Diameter Drilling Method Hallow Stem Auger - 1401b - Autohammer - 30" Drop Ground Elevation Location See Figure 2 -Boring Location Map Sampled By 3-10-14 "' This log is a part of a report by Leighton and should not be used as a stand-alone document.' `" Page 1 of 1 o ; SOIL DESCRIPTION H 0 „ Z , d= y.:. y A ad Cp O d 3 c mot w VU This Soil Description applies only to a location of the exploration at ~ qLL �,� m o a •0 the time of sampling. Subsurface conditions may differ at other o 00� C9 0 �U _y 07 locations and may change with time. The description is a a W Q y d p 0)_simplification of the actual conditions encountered. Transitions between soil types maybe gradual. t- 0 Surface: 2 inches of Asphalt Concrete over 6 inches of Concrete B-1 over no aggregate base Native Soils R-1 5 82 11 SP @ 2': SAND, loose, yellowish brown, moist, shell fragments, Fe0 5 staining 7 5 R-2 1 93 27 SM @ 5': Silty SAND, loose, bluish gray, wet, FeO staining 2 2 R-3 8 68 47 @ 7': medium dense, fine-grained 12 14 10 R-4 4 89 30 10 14 15. R-5 7 @ 15': shell fragments 10 12 Total Depth of Boring: 16.5 feet. Groundwater encountered at 9 feet during drilling. Boring backfilled with soil cuttings and patched with quick -set concrete upon completion of drilling. 20 25 SAMPLETYPES: TYPE OF TESTS: B BULK SAMPLE -200%FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX SE SAND EQUIVALENT G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFIC GRAVITY R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE "' This log is a part of a report by Leighton and should not be used as a stand-alone document.' `" Page 1 of 1 GEOTECHNICAL BORING LOG LB -2 Project No. 10588-001 Date Drilled Project Newport Blvd Water Main Rehabilitation Logged By Drilling Co. California Pacific Hole Diameter Drilling Method Hollow Stem Auger -1401b - Autohammer - 30" Drop Ground Elevation Location See Figure 2 -Boring Location Map Sampled By 3-10-14 CD "`This log is a part of a report by Leighton and should not be used as a stand-alone document. `" Page 1 or 1 o d w � H- SOIL DESCRIPTION N U M Z rn �� N an d «"' ay s ap 'o d Q 3 c dpi « c t6 VCJ This Soil Description applies only to a location of the exploration at P pP Y P ~ U. dLL 1110J, 1 !- a ?— ❑a M y the time of sampling. Subsurtace conditions may differ at other o U Q E m� Z% o 'oU locations and may change with time. The description is a a W rn a p U O_ simplification of the actual conditions encountered. Transitions >, between soil types may be gradual. 0 Surface: 9 inches of Concrete over no aggregate base B-1 Native Soils CR R-1 3 91 24 SC @ 2': Clayey SAND, loose, bluish gray, very moist, FcO staining 3 5 SM @ 3':. Silty SAND, grayish brown, moist, micaceous 5 R-2 3 89 32 @ 5': Silty SAND, loose, bluish gray, wet, fine-grained, trace DS 3 organics 4 R-3 4 97 27 @ T: loose to medium dense 10 13 10 R-4 4 74 24 @ 10': shell fragments, no trace of organics 7 14 15 R-5 5 SP @ 15': SAND, medium dense, olivebmwn, wet, medium -grained, 13 shell fragments 1 Total Depth of Boring: 16.5 feet. Groundwater encountered at 8 feet during drilling. Boring backfilled with soil cuttings and patched with quick -set concrete upon completion of drilling. 20 25 SAMPLETYPES: TYPE OF TESTS: B BULK SAMPLE •200 % FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX BE SAND EQUIVALENT G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFIC GRAVITY R RING SAMPLE - CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH SSPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE "`This log is a part of a report by Leighton and should not be used as a stand-alone document. `" Page 1 or 1 GEOTECHNICAL BORING LOG LB -3 Project No. 10588-001 Project Newport Blvd Water Main Rehabilitation Drilling Co. California Pacific Drilling Method Hollow Stem Auger- 1401b - Autohammer - 30" Drop Location See Figure 2 -Boring Location Map Date Drilled Logged By 3-10-14 CD Hole Diameter £ Ground Elevation Sampled By * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 d SOIL DESCRIPTION r Z m= y� y ' ay ao a o 0 d a Uti This Soil Description applies only to a location of the exploration at mLL �J ❑ CL •o _Oj the time of sampling. Subsurface conditions may differ at other o I]LL C9 E ro 1 Z g o 'oma locations and may change with time. The description is a o. W Q � j3 U U)_ simplification of the actual conditions encountered. Transitions0. between soil types may be gradual. 0 Surface: 9 inches of Concrete over no aggregate base B-1 Native Soils CR R-1 4 4 98 11 SP @ 2': SAND, loose, light yellowish brown, moist, fine- to medium -grained, shell fragments, FcO staining 4 5 R-2 1 88 32 SM @ 5': Silty SAND, loose, bluish gray, moist, fine-grained, trace 2 clay and organics, FeO staining 2 R-3 5 @ 7': medium dense, no trace clay and organics 8 18 10 R-4 8 @ 10': becomes wet 10 16 15 R-5 7 SP @ 15': SAND, medium dense, wet 14 21 Total Depth of Boring: 16.5 feet. Groundwater encountered at 8 feet during drilling. Boring backfilled with soil cuttings and patched with quick -set concrete upon completion of drilling. 20 25 SAMPLE TYPES: TYPE OF TESTS: B BULK SAMPLE -200%FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS Amlft C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX SE SAND EQUIVALENT G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFICGRAVITY R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 GEOTECHNICAL BORING LOG B-1 Date 6-15-05 Project Newport Beach City Hall Drilling Co. Redman Drilling Hole Diameter 8 -inch Drive Weight 140 lb Elevation Top of Hole 18' Location See Boril Sheet 1 of 2 Project NoT 600922-001 Type of Rig CME 75 Drop 30" Location LEIGHTON CONSULTING, INC. w �' DESCRIPTION v m z c V m wo dU. o x 0. oU L o n o o� Logged By TK d a to aIn U tn— Sampled By TK F- 0 OFANNM SM of Asphalt Concrete FTLLes FILL: ' ¢563'-l': Silty SAND, brown to dark brown, moist, fine to coarse • gamed sand Bag -1 SP ® I : SAND, fight brown to broom, moist, fine to medium grained sand, g with shell pieces M -W ALLUVIUM a Estuar D� eposil 5 to any I1.T olive, very moist, very fine grained sandtyZiANU S-1 2118" CL @5': Silty CLAY, very soft, dark brown, very moist to saturated, low plasticity, truces of fins grained sand and organic material Groundwater encountered a@5' 0 10 7 Top: Same as above Toy,: R-1 14 102.7 20.7 SP Do10': ttom: SAND, medium dense, olive to grey brown, 20 saturated, fine to medium grained sand -5 15 5 @15': Same as above, dense, grey brown, fine grained sand S-2 12 SP 26 -10 ' 20 9 aQ20': Same as above, medium dense, fine to medium grained sand • R-2 12 94.3 23.4 SP 14 -15 25 4 @25': Same as above, rine grained sand S-3 7 SP 12 -20- 30 SAMPLE TYPES: TYPE OF TESTS: .� S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS 8 BULKSAMPLE ON CONSOLIDATION EI EXPANSION INDEX T TUBE SAMPLE - CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B-1 Date 6-15-05 Sheet 2 of 2 Project Newport Beach City Hall Project No. 600922-001 Drilling Co. Redman Drilling Type of Rig CME 75 Hole Diameter 8 -inch Drive Weight 140 Ib Drop 30" Elevation Top of Hole 8' Location See Boring Location Map `o • m >m NLL W m mm DLL r of m0 �J C7 v « a z° m a E w u ; c OX m'- y n y cw aG. Z M :3.; c 5. O G aV maj tOLj V _y rn� DESCRIPTION Logged By TK Sampled By TK d I— o F 30 7 - @30': Same as above, grey, 3% lines SA S-4 13 SP 14 25 35- 5 @35': No sample recovery 8 SP 16 -30 40 • 4 @40': Poorly -graded SAND, medium dense, grey, saturated, fine to S-5 7 SP medium grained sand 18 -35 45 5 @45': Sante as above, dense S-6 17 SP 30 40 50 ,' 6 @59: No sample recovery S-7 18 90 SP Total depth of hole: 51.5 feet. -45 Free groundwater encountered at 5 feet during drilling. Hole backfilled with snit cuttings and top 6 -inches patched with cold -mix asphalt. 55- -50 60 SAMPLE TYPES: TYPE OF TESTS: +� S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS B BULKSAMPLE CN CONSOLIDATION EI EXPANSIONINDEX T TUBE SAMPLE CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B-2 Date 6-15-05 Project Newport Beach City Hall Drilling Co. Redman Drilling Hole Diameter 8 -inch Drive Weight 140 Ib Sheet 1 of 2 Project No. 600922-001 Type of Rig CME 75 Drop 30" Elevation Top of Hole 8' Location See Boring Location Map o Rm dLL LU L om OU. a� �•J W Z a z m E in %_ 35 m x h a mu p CL j" «c a.m. o U �y 10U UN w°� DESCRIPTION Logged By TK Sampled By TK d w O T r 0 of Asphalt Concrete . Les FIt.L- FILL: RV, CR PLS': Poorly -graded SAND, fight gray togbrown, moist to very moist, fine to coarse grained sand with she pieces 5 AG -1 SP 5 2 ALLUVIUM a Estuary Deposit DS R-1 2 97.5 28.5 CL loose, me to coarse sand, moist, micaceous, grades to 3 Silty. CLAY, soft, brown, moist to v moist, low plasticity, traces of silt, fine grained sand at the tip of the sampler Groundwater encauntered @ 7' 0 to— 5 @I0': Poorly -graded SAND, medium dense, grey, saturated, fine SA ' S-1 9 II SP gained sand. -5 J. 15 4 @IS': Same as above ' R-2 15 97.9 26.0 SP 18 -10 20- 4 @20': Same as above S-2 9 SP 18 -15 25 8 @25': Same as above DS - R-3 15 105.2 25.0 SP 23 -20 • 30 — SAMPLE TYPES: TYPE OF TESTS: S SPLITSPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVEANALYSIS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERSERG LIMITS ,BULK SAMPLE CN CONSOLIDATION EI EXPANSION INDEX T TUBE SAMPLE CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. GEOTECHNICAL BORING LOG B-2 Date 6-15-05 Sheet 2 of 2 Project Newport Beach City Hall Project No. 600922-001 Drilling Co. Redman Drilling Type of Rig CME 75 Hole Diameter 84nch Drive Weight 140 Ib Drop 30" Elevation Top of Hole 8' Location See Boring Location Map Amom U. w u. ao' '� c9 m r a z m a A rn r 3� ox my li mg CCL :r �� «0 am oU �' 0U vuj DESCRIPTION Logged By TK Sampled By TK d w O mo o .n- 30 5 @30': Same as above, medium W coarse grained sand S-3 17 SP 7 -25 35 4 @35': Same as above, grey to dark grey SA 11 SP 14 -30 40 • 5 @49: Poorly -graded SAND, medium dense, olive, saturated, medium SA S-5 8 SP to coarse grained sand. 8 -35 45- 7 @45': Same as above, very dense S-6 25 SP 48 40Refusal Total depth of hole: 48 Free groundwater encountered at 7 feet during drilling. Hole backfilled with soil cuttings and top 6 -inches patched with 50 cold -mix asphalt. 45 55 -50 60 SAMPLE TYPES: TYPE OF TESTS: ,t S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR SA SIEVE ANALYSIS AMP R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY AL ATTERBERG LIMITS B BULK SAMPLE CN CONSOLIDATION EI EXPANSION INDEX VARWA T TUBESAMPLE CR CORROSION RV R -VALUE LEIGHTON CONSULTING, INC. APPENDIX B 10588-001 Laboratory Test Procedures and Test Results Direct Shear Tests: Direct shear test was performed, in general accordance with ASTM D 3080, on a selected relatively undisturbed sample, which was soaked for a minimum of 24 hours under a surcharge equal to the applied normal force during testing. Specimens were then transferred to the shear box, reloaded, and pore pressures set up in the sample (due to transfer) were allowed to dissipate for a period of approximately one-hour. Following pore pressure dissipation, samples were subjected to shearing forces. The samples were tested under various normal loads by a motor -driven, strain -controlled, direct -shear testing apparatus at a strain rate of 0.05 inches per minute. Test results are presented on the Direct Shear Test Results figure in this appendix. Corrosivity Test: A corrosion suite of tests (pH, resisitivity, soluble sulfate, and chloride content) was performed on representative bulk soils samples in order to determine the corrosion potential of materials in contact with the onsite soils. The test results are presented in this appendix. B-1 Leighton 2.00 1.50 Shear Stress. @End of Test (ksf) 0 0.365 c N A 1.377 Deformation Rate (in./min.) 0.0500 0.0500 Y Initial Sample Height (in.) 1.000 1.000 1.000 N N 2.415 2.415 2.415 Initial Moisture Content (%) d 1.00 32.49 32.49 Dry Density (pcf) 89.4 88.6 89.4 m L 0.50 0.00 0 0.1 0.2 0.3 Horizontal Deformation (in.) 2.00 1.50 N Y_ N N 2 1.00 CO L 0.50 L 0.00 .. 0.00 0.50 1.00 1.50 2.00 2.50 3.00 3.50 4.00 Normal Stress (ksf) Boring No. LB -2 41W, Project No.: 10588.001 Leighton DIRECT SHEAR TEST RESULTS TT/Newport Boulevard Pipeline Consolidated Undrained 03-14 Ring Soil Identification: (%) 99.0 97.1 99.0 Normal Stress (kip/ftz) 0.500 1.000 2.000 Sample No. R-2 Peak Shear Stress (kip/ftz) • 0.478 ■ 0.827 ♦ 1.584 Depth (ft) 5 s(ML)Saturation Sample Type: Dark olive gray sandy silt Shear Stress. @End of Test (ksf) 0 0.365 110.632 A 1.377 Deformation Rate (in./min.) 0.0500 0.0500 0.0500 Initial Sample Height (in.) 1.000 1.000 1.000 Diameter (in.) 2.415 2.415 2.415 Initial Moisture Content (%) 32.49 32.49 32.49 Dry Density (pcf) 89.4 88.6 89.4 OS L&2, R-2 Q 5 Alp, TESTS for SULFATE CONTENT Leighton CHLORIDE CONTENT and pH of SOILS Project Name: TT/Newport Boulevard Pipeline Tested By : G. Berdy Date: 03/17/14 Project No.: 10588.001 Data Input By: J. Ward Date: 03/24/14 Boring No. LB -2 LB -3 Sample No. B-1 B-1 Sample Depth (ft) 0-5 0-5 Time In / Time Out 11:15/12:00 11:15/12:00 Soil Identification: Yellowish brown SC Yellowish brown SP -SM Wet Weight of Soil + Container (g) 204.50 228.90 Dry Weight of Soil + Container (g) 196.50 221.40 Weight of Container (g) 76.30 38.80 Moisture Content %) 6.66 4.11 Weight of Soaked Soil 100.60 100.20 SULFATE CONTENT. DOT California Test 417. Part II Beaker No. 7 30 Crucible No. 24 29 Furnace Temperature (°C) 840 840 Time In / Time Out 11:15/12:00 11:15/12:00 Duration of Combustion min 45 45 Wt. of Crucible + Residue (g) 20.9282 20.7492 Wt. of Crucible (g) 20.9260 20.7454 Wt. of Residue (g) (A) 0.0022 0.0038 PPM of Sulfate (A) x 41150 90.53 156.37 PPM of SulfateD Weight Basis 97 163 CHI nRTDE CONTENT_ DOT California Test 422 ml of Extract For Titration (B) 30 30 ml of AgNO3 Soln. Used in Titration C 2.1 1.7 PPM of Chloride (C -0.2) * 100 * 30 / B 190 150 PPM of Chloride Dry Wt. Basis 204 156 H TEST, DOT California Test 532/643 pH Value 8.29 8.17 Temperature 0C 20.8 20.8 SOIL RESISTIVITY TEST Leighton DOT CA TEST 532 / 643 Project Name: Tr/Newport Boulevard Pipeline Tested By : G. Berdy Date: 03/19/14 Project No.: 10588.001 Data Input By: J. Ward Date: 03/24/14 Boring No.: LB -2 Depth (ft.) : 0-5 Sample No.: B-1 Soil Identification:* Yellowish brown SC 'Califomia Test 643 requires soil specimens to consist only of portions of samples passing through the No. BUS Standard Sieve before resistivity testing. Therefore, this test method may not be representative for coarser materials. Moisture Content % MCi 6.66 Adjusted 204.50 Dry Wt. of Soil + Cont. 196.50 Water 76.30 Resistance Soil Specimen Added (ml) Moisture Reading Resistivity No. (Wa) ContCent (ohm) (ohm -cm) 1 10 14.86 2000 2000 2 20 23.06 1200 1200 3 30 31.27 1100 1100 4 40 39.47 1200 1200 5 Moisture Content % MCi 6.66 Wet Wt. of Soil + Cont. g 204.50 Dry Wt. of Soil + Cont. 196.50 Wt. of Container (g) 76.30 Container No. DOT CA Test 422 Initial Soil Wt. (g) (Wt) 130.00 Box Constant 1.000 MC = S+Mci/100 x Wa/Wt+1 -1 x100 Min. Resistivity (ohm -cm) Moisture Content M Sulfate Content (ppm) Chloride Content (ppm) Soil pH pH I Temp. (°c) DOT CA Test 532 / 643 DOT CA Test 417 Part II DOT CA Test 422 DOT CA Test 532 / 643 1090 28.0 97 204 8.29 20.8 2200 2000 1600 E U E 1600 O 1000 800 -- 10.0 15.0 20.0 25.0 30.0 35.0 40.0 45.0 Moisture Content (%) WV'ft SOIL RESISTIVITY TEST Leighton DOT CA TEST 532 / 643 Project Name: TT/Newport Boulevard Pipeline Tested By : G. Berdy Date: 03/19/14 Project No.: 10588.001 Data Input By: 3. Ward Date: 03/24/14 Boring No.: LB -3 Depth (ft.) : 0-5 Sample No.: B-1 Moisture Soil Identification:* Yellowish brown SP -SM Resistivity *Califomia Test 643 requires soil specimens to consist only of portions of samples passing through the No. 8 US Standard Sieve before resistivity testing_ Therefore. this test method may not be representative for coarser materials. Content Moisture Content (%) (MCi) Water Adjusted Resistance Soil Specimen Added (ml) Moisture Reading Resistivity No. (Wa) Content (ohm) (ohm -cm) MC 1 10 12.12 2400 2400 2 20 20.12 1300 1300 3 30 28.13 1200 1200 4 40 36.14 1300 1300 5 Moisture Content (%) (MCi) 4.11 Wet Wt. of Soil + Cont. (g) 228.90 Dry Wt. of Soil + Cont. (g) 221.40 Wt. of Container (g) 38.80 Container No. 1170 24.2 Initial Soil Wt. (g) (Wt) 130.00 Box Constant 1.000 MC = 1+Mci/100 x Wa/Wt+1 -1 x100 Min. Resistivity (ohm -cm) Moisture Content M Sulfate Content (ppm) Chloride Content (ppm) Soil pH pH I Temp. (°C) DOT CA Test 532 / 643 DOT CA Test 417 Part II DOT CA Test 422 DOT CA Test 532 / 643 1170 24.2 163 156 8.17 20.8 2400 0114141 E V 2000 O 1800 :r rn 1600 N 01 W = 1400 Cn 1200 1000 +- 10.0 15.0 20.0 25.0 30.0 35.0 Moisture Content (%) 40.0 CTY OF F NEWPORT BEACH City Council Staff Report May 12, 2015 Agenda Item No. 20 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Andy Tran, Senior Civil Engineer PHONE: (949) 644-3315 TITLE: Newport Boulevard Water Main Replacement (Via Oporto to 28th Street and 26th Street to 19th Street) – Award of Contract No. 5481 (CAP14-0030) ABSTRACT: Staff has received construction bids for the Newport Boulevard Water Main Replacement project and is requesting City Council's approval to award the construction contract to T.E. Roberts, Inc. of Orange, California. RECOMMENDATION: a) Approve the project plans and specifications; b) Award Contract No. 5481 to T.E. Roberts, Inc. for the total bid amount of $3,511,515.00, and authorize the Mayor and City Clerk to execute the contract; c) Establish a contingency of $350,000.00 (approximately 10% of Total Bid) to cover the cost of unforeseen work not included in the original contract; and d) Approve Budget Amendment No. 15BA-047 appropriating $260,000 from the Water Enterprise unappropriated fund balance to Account No. 7511-C6002014 to augment funding budgeted for Fiscal Year 2015-16. FUNDING REQUIREMENTS: Upon approval of the proposed budget amendment and the Proposed Capital Improvement Program budget for Fiscal Year 2015-16, sufficient funding will be available for the award of this contract. The following fund will be expensed: [Account Descri tion—Account Number I Amount ater Enterprise 17511-C6002014 $ 3,964,515.00 Total: F$-3,964,515.00 20-1 Staff recommends establishing approximately ten (10) percent for contingency purposes for unforeseen conditions associated with construction. Proposed fund uses are as follows: Vendor T.E. Roberts, Inc. T.E. Roberts, Inc. Geotechnical & Testing Consultant Various DISCUSSION: Purpose Construction Contract Construction Contingency Material Testing and Inspection Printing and Incidentals Amount $ 3,511,515.00 $ 350,000.00 $ 100,000.00 $ 3.000.00 Total:$ 3,964,515.00 The proposed water transmission main replacement project is located on the northbound side of Newport Boulevard from Via Oporto to 28th Street and from 26th Street to 19th Street. The existing pipeline consists of 16 -inch and 20 -inch cast iron pipes that were installed in the mid 1920s. This transmission main is vital to the City's water distribution system as it provides water supply and fire flow protection to businesses and residents on the Balboa Peninsula. In addition to replacing the aging transmission main on Newport Boulevard, various smaller cast iron distribution mains on Finley Avenue, 32nd Street and various alleys will also be replaced. The City will soon be administering a separate street improvement project on Newport Boulevard within the limits of this water transmission main project. Replacement of the water transmission main at this time will eliminate the potential of damaging the old existing cast iron water main during construction of the street improvements, as well as prevent cutting into the new improvements in the near future. At 10:00 a.m. on April 28, 2015, the City Clerk opened and read the following bids for this project: The low bid amount is 3.3% higher than the Engineer's Estimate of $3,400,000. The low bidder, T.E. Roberts, Inc., possesses a California state contractor's license classification "A" as required by the project specifications. The contractor is registered with the California Department of Industrial Relations as required by California law to work and bid on public contracts. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. T.E. Roberts, Inc. also recently and successfully completed the Corona del Mar Water Transmission Main (C-4603) project. The work necessary for the completion of this contract consists of mobilization, traffic control, construction notification, trenching, shoring, installing water pipelines and appurtenances, dewatering, repairing sewer pipelines, establishing temporary water services and sewer bypassing, and pavement restoration. Pursuant to the Contract Specifications, the contractor will have 220 consecutive working days to complete the work. The contractor will be performing field exploratory work (potholing) in late May 2015 in order to start the fabrication of the steel pipes which takes approximately four months. Trenching and installation of pipes will 20-2 BIDDER TOTAL BID AMOUNT Low T.E. Roberts, Inc. $ 3,511,515.00 2 GRFCO, Inc. $ 3,949,575.00 3 Paulus Engineering, Inc. $ 4,198,773.00' 4 Trautwein Construction, Inc. $ 4,665,365.00 5 Vido Artukovich & Sons, Inc. $ 4,713,190.00 6 J.A. Salazar Construction & Supply Corp. $ 4,722,674.00 7 Lonerock, Inc. $ 4,888,761.00 8 CCL Contracting, Inc. $ 5,226,779.00 9 Mike Bubalo Construction Co. $ 6,739,800.00 The low bid amount is 3.3% higher than the Engineer's Estimate of $3,400,000. The low bidder, T.E. Roberts, Inc., possesses a California state contractor's license classification "A" as required by the project specifications. The contractor is registered with the California Department of Industrial Relations as required by California law to work and bid on public contracts. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. T.E. Roberts, Inc. also recently and successfully completed the Corona del Mar Water Transmission Main (C-4603) project. The work necessary for the completion of this contract consists of mobilization, traffic control, construction notification, trenching, shoring, installing water pipelines and appurtenances, dewatering, repairing sewer pipelines, establishing temporary water services and sewer bypassing, and pavement restoration. Pursuant to the Contract Specifications, the contractor will have 220 consecutive working days to complete the work. The contractor will be performing field exploratory work (potholing) in late May 2015 in order to start the fabrication of the steel pipes which takes approximately four months. Trenching and installation of pipes will 20-2 begin in September and will be completed before the start of Summer 2016. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 Class 2C (replacement or reconstruction of existing utility systems involving negligible or no expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. 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 Mao Attachment B - Budget Amendment 20-3 J m AVE sl PROJECT LOCATION NEWPORT BOULEVARD WATER MAIN REPLACEMENT VIA OPORTO TO 19TH ST LOCATION MAP ATTACHMENT A �00 0 ,o CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5481 1 5/12/2015 20-4 ATTACHMENT B City of Newport Beach NO. BA- 15BA-047 BUDGET AMENDMENT 2014-15 AMOUNT: $2so,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations P1 No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from the Water Capital Fund fund balance for the Newport Blvd. Water Main Replacement Project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 510 3605 Water Capital - Fund Balance REVENUE ESTIMATES (3601) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7511 Distribution & Piping Account Number C6002014 Newport Blvd. Transmission Main Division Number Account Number Division Number Account Number Signed: Signed: Signed: Finance Approval: City City Council Approval: City Clerk Amount Debit Credit $260,000.00 Automatic $260,000.00 Date S1611.5 Date Date 20-5 May 12, 2015 Item No. 20 Newport Boulevard Water Main Replacement Award of Contract No. 5481 Newport Beach City Council Meeting May 12, 2015 Agenda Item No. 20 Background Water Master Plan identified the need to replace existing cast iron water mains. The existing 20 -inch cast iron transmission water main in Newport Boulevard was installed in the 1920's New 24 -inch steel transmission water main will: Z. Improve operation and service reliability 2. Increase fire flow 3. Reduce potential of major water pipeline breaks associated with old cast iron mains. Proposed 24 -inch Pipeline Alignment Via Oporto to 28th Street 1_ '':& a a W; W'19=1 .-P Proposed 16 -inch Pipeline Alignment 26th Street to 19th Street 4 4 + 4 _ ! V f f • tit .' �� {r p�Yls /n�'�rv, �.=�•t�i`� � 3' Ak Project Schedule Award Contract Contractor Preparation/ Pipe Order Construction Start Construction Complete May 12, 2015 May - Sept. Sept. 2015 May 2016 2015 Recommendations Approve the project plans and specifications Award contract No. 5481 to low bidder T.E. Roberts, Inc. for total bid price of $3,511,515 Establish contingency amount of $350,000 (10%) Approve Budget Amendment appropriating $260,000 from Water Enterprise Fund 0� 41.1 FO • Your Public Works Department A Well -Engineered Machine Protecting and Providing Quality Public Improvements and Services