Loading...
HomeMy WebLinkAboutC-4881 - Newport Boulevard Widening From 30th Street to Via LidoOctober 11, 2017 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92780 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 Widening from 30th Street to Via Lido — C-4881 Dear Mr. Chizhik: On October 11, 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 October 13, 2016 Reference No. 2016000499355. The Surety for the contract is Western Surety Company and the bond number is 58728551. Enclosed is the Faithful Performance Bond. Sincerely, 46*�— Leilani I. Brown, MMC City Clerk Enclosure Bond No. 58728551 Premium: $26,587.00 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 58728551 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 26,587.00 , being at the rate of $ 6.70 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the mobilization, SWPPP implementation, staking and survey monument restoration, traffic control, dewatering (including treatment of hazardous groundwater), as -built preparation, utility verification, utility company coordination, roadway and parking lot site demolition and removals (including buried concrete pavement removal), building demolition and removals (including monitoring and abatement of hazardous building materials), clearing and grubbing, roadway and parking lot grading and earthwork (including removal of hazardous soil), subgrade preparation and stabilization, cold milling of existing asphalt and concrete pavement, construction of hot mix asphalt (HMA), asphalt rubberized hot mix (ARHM), concrete curbs and gutters, concrete bike lane, concrete sidewalk and ramps, decorative concrete sidewalk, concrete bus turnouts, concrete driveways, concrete alley intersections, concrete valley gutters, crushed miscellaneous base, masonry sound wall, drainage facilities, permanent BMPs, slurry backfill, new utilities, utility relocations and adjustments, landscaping and irrigation, street and parking lot lighting systems, miscellaneous site amenities, traffic signals systems, signing and striping, and all other work required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and GMC Engineering, Inc. 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 Nine Hundred Sixty Seven Thousand One Hundred Eighty Six Dollars and 451100 ($3,967,186.45) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein GMC Engineering, Inc. Page B-1 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 25th day of Januaa,ryQ�j���2`,,p�,��,��j ,201-5 GMC Engineering, Inc. f" ''I'/""-!� Name of Contractor (Principal) Authorized Signat re/Title GeAnnady Chizhik, President Western Surety Company 1 1 9 z— 1 .,1 Name of Surety ALithdrized Ag6nt Signature 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3550 Telephone APPROVED AS TO FORM: CITY A7OR EY'S OFFICE Date: Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Aaron C. Harp CAM °`tanlJU City Attorney GMC Engineering, Inc. Page B 2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duty organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and "mute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and an the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hermf, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. starr�e WESTERN SURETY COMPANY eul T. Bmflat, Vice President State of South Dakota l County of Minnehaha I as On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires �' S. EICH February 12, 2021 !aSOUTN DAKOTAq�j + `I ,�• e l/� .\—N\� S. Eich, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify, that the Power of Attorney hereinabove set forth is stilt in force, and further certify that the By-law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed mynamemdaffixedthesmlo£themidcorpomiondds 25th day of January 2016 a WESTERN SURETY COMPANY Form F4280-7-2012 L. Nelson, Assistant Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On January 25, 2016 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. 2EIS COMM. #1974059 z Z `Yic01MY Notary Public - California A Orange County o Comm. Expires . 29.2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or deccriplien o rauaohed dewumcnQ fl`ide or description of attached docmuent couninuo l) Numbcr of Pages _ Document Dstc (Additional information) CAPACITY CLAIMED BY THE SIGNER EJ Individual (s) © Corporate Officer L Pattncf(s) ® Attomq-in-Fact ❑ Trustee(s) ❑ Outer INSTRUCTIONS FOR COMPLETING THIS FORM Any aehnowfedgmrn+ eampleted in CaliOni arrui contain mrbr'age eractty ar aPltears a.MtV In rhe notary rection or o separate ae4n6rr1edgmenr fcvm mast be properly completed said attached to that document. The only emeptioa is fJ' a dacxment is to be ,worded otdstde of Ctihfornia. to stet, insrapces, any aisemathr aekaawledgmenr nerblage os (nay be printed on such d document so long its thr verbiage does nor require the notary to do samelhing shat is ilkgaf for a nomry in Callfarnia fi.c. certifying rhe authorized capoclh of the signer)_ gleam check the document carefully for proper nomrinl wmdhrg and attach thin form rfrequved. • State and County information must be ase State amd Curdy whose she documem signes(s) personally appeared before the notary public far aaknowlatgmenl. • Dam of nr4arinlion must be the date that the siguer(s) persmally appeared which must also be the mine date the actmowledgment is completed. • 11se notary public must print hit or her name as it appears within his or her commination followed by a comma and then your title(roary public). • Print the aame(t) of dooumenh sigoer(s) who putansatly appear at the time of nnWrlaatiOn. • IndiOse Ilk, eomeeu singular or plum) forms by crossing off heorect forms (i.c. haAhddwyr is fere ) or circling the corlp;t fornw. Fautim to conicity indicate this infcrmution nay lead to rejection of dominent mording, • The notary seal impression must be clear and photographically reproducible hnprussion must 1101 cover teat or lines. If seal impress)oa mnutlgea, se -sial (f a sufficient area permits, otherwise complete a different acknnetodginem fort, • Signature of the notary pdb)ic must match the signature on rile with the office of the county clerk. 41 Additional information is not required but cuuW help to ensure this acknowledgment is not risuse d or attached to a different docmnent Indicate title or type ofallached document, number ofpages and date. S Indicate the capacity claimed by the signer. If the claimed caprcily is a cmr)0elle nffiiscr, indicate the tele (i.e. CEO, CFO, Secretary). • Securely attack this dommss nt to the signed docurrent CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA } COUNTY OF Orange } On January 25, 2016 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person( whose name( is ar� subscribed to the within instrument and acknowledged to me thate sVe/they executed the same in i&i r/their authorized capacity(, and that by(q-th r/th)ir signaturey on the instrument the person(, or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEGAN FEATHERSTON ., Commission n 2002447 ., Notary Public • Caliiorr.it z orange county 3 My Omni. Expires Jan 25, 2717' Signature: (Seal) OPTIONAL Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Other: 1015 Aoostille Service. 707-991s;51 �kwtw CaliforniaAnostille us California Mobile ile Notarw Network w,Nm CANINN —.cpm SEW Pp�� n c"gGIFORN�P, December 19, 2016 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92780 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039FAx newportbeachca.gov Subject: Newport Boulevard Widening from 30th Street to Via Lido C-4881 Dear GMC Engineering, Inc.: On October 11, 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 October 13, 2016, Reference No. 2016000499355. The Surety for the bond is Western Surety Company and the bond number is 58728551. Enclosed is the Labor & Materials Payment Bond. Sincerely, *d�llrlr- Leilani I. Brown, MMC City Clerk Enclosure Bond No. 58728551 Premium: Included EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 58728551 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California; has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the mobilization, SWPPP implementation, staking and survey monument restoration, traffic control, dewatering (including treatment of hazardous groundwater), as -built preparation, utility verification, utility company coordination, roadway and parking lot site demolition and removals (including buried concrete pavement removal), building demolition and removals (including monitoring and abatement of hazardous building materials), clearing and grubbing, roadway and parking lot grading and earthwork (including removal of hazardous soil), subgrade preparation and stabilization, cold milling of existing asphalt and concrete pavement, construction of hot mix asphalt (HMA), asphalt rubberized hot mix (ARHM), concrete curbs and gutters, concrete bike lane, concrete sidewalk and ramps, decorative concrete sidewalk, concrete bus turnouts, concrete driveways, concrete alley intersections, concrete valley gutters, crushed miscellaneous base, masonry sound wail, drainage facilities, permanent BMPs, slurry backfill, new utilities, utility relocations and adjustments, landscaping and irrigation, street and parking lot lighting systems, miscellaneous site amenities, traffic signals systems, signing and striping, and all other work required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company 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 Nine Hundred Sixty Seven Thousand One Hundred Eighty Six Dollars and 45/100 ($3,967,186.45) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts GMC Engineering, Inc. Page A-1 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 Califomla 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 25th day of January , 2016 GMC Engineering, Inc. �- -'/ Name of Contractor (Principal) Authorized Sig atureTrtle Gennady Chizhik, President Western S u rete Company Name of Surety P(utK66zedAgent Signature 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3550 Telephone Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: t 4A(L U By: 'L-�Mv V A4ofi C. Harp (Am W21114 City Attorney NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEATTACHED GMC Engineering, Inc. Page A-2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duty organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent a9 if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. e*re WESTERN SURETY COMPANY ,fPr�M`or+iS. auk T. BmOat, Vice President State of South Dakota County of Minnehaha as On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires �••++••+++•+•••+•+•••••+• S. ETCH February 12,2021 N01ARY PU" I 60U7M DAItOd S. Eich Notary Public CERTIFICATE 1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 25th day of January 2016 WESTERN SURETY COMPANY �J po,iq r4 L. Nelson, Assistant Secretary Form F4280-7-2012 CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On January 25, 2016 before me, P Zeiss Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. "" COMM. #1974059 z Notary Public Calilornia o z ..: Orange County Comm. Expires r. 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or de"ption ofattgchcd dieummtr) 1-1 nie or description of attached cheep: rt crmtinued) Number of Pages _ Document Data (Addilicnal infi+rmalion) CAPACITY CLAIMED BY THE SIGNER L Individual (s) ❑ Corporate Officer (Title) L Partner(s) N .Attorney -in -Fact ❑ Ttustee(S) ❑ Other INSTRUCTIONS FOR COt PLI TING THIS FORM Ariv acfnrnsaedgnrtnt camplered in Colifornia mrot conlarn r'erbiagr axactlp eu alrpears ofvey in the norary rection or u seporore r+[knaw)edgnrenr fain trust be prvper(v completed and avached to thal dceunrenr. The on7r escelvion rs +f a ducoarent is to he vro ded mashie of Colironria. In sere;, instances, am oJhr nolire acknowledgment narhiage as may be printed on such a dtx re eat so ioeg as the ,erhiagc aces nor reynim rote nwaly to do.mmeshing than is iflegnl for a notary in Caliitomm 0.e cerrhing the audiorrred ea(wrfiv of the signer). Pease check the document carebdl v far proper narnrial wordiotg and attach this farm if required. • Stale and County infonrutirm must be dw Slate and Canty where are docmoeo sigricr(s) personally appeared before the notary public Fm acknowledgment- • Dam of notarization muni be llre date that the sigards) perso wily appeared whick most also be the same dare the acknowledgment is completed. • The notary public must print hit or her name as it appears within his or her commission folk—ed by a coming and then your ude (ranury public). • Print the carnes) or dneumemt signers) who personally appaar rat the time of nUtuneation. • Indicate Ihu correct singular or plural forms by ercesiog off ierorrect forms (i.r. hv�shvrbeyr is )oe) or circling the ooncei forms. Failure to co n cry indicate this infornwtion rmy lead to rejection ofdescutnvu molding, • 'fhe notary seal impression inust be clear Aral photographically reproducible Impression must aq cowp teal act lines. if seal impressimi stnudges, re-sctl if a suffialrnt area pumits, otherwise complete a different acknnutodgmerr form, • Signature of the notary public must match the signature on file with the office of the county, clerk. 9 Aildirotal information is nm required but ouuld help to ensure this ackrmwledginrnl is not nusused or anached to a dt f ncnt document. Indicate title or type of attached document, numho of pages and date �^ Indicate the capracty claimed by the signer.. If the chimed capacity is a corporate officer, indicate the role (i -e. CEO, CFD, Stcmary). • Securely attach this document to the signed document CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF Orange On January 25, 2016 before me , Public, Date Megan Featherston personally appeared Gennady Chizhik (here insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person( whose name is #e subscribed to the within instrument and acknowledged to me thate sX(e/they executed the same in is 1 /thor authorized capacity(io, and that by � r signature(s) on the instrument the person(`, or the entity upon behalf of which the person 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. Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: "'Ols^Ap bll-1^vcj 7n7-992-5i511-v%NwCalifomia'ipostl11e,U, CalfrniaMobile Anav Netwol. Ai1VNcom MEGAN FEAT ERSTON Commission # 2002447 -� �tle T3_11.jj Not r/P Ifl;c-"aITIO., is z oi;x,s 1Y nrao�e `;^o n - (�1 ' iv Corin 6(ss ion 26,21117 Signature: 11 k", (Seal) Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: "'Ols^Ap bll-1^vcj 7n7-992-5i511-v%NwCalifomia'ipostl11e,U, CalfrniaMobile Anav Netwol. Ai1VNcom Document -2060399 -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 III 1111111111111111111111111111111111111111111111111111 NO FEE 3$ R 0 0 0 8 7 6 2 5 8 4 8+ 2016000499355 9:20 am 10113/16 63 406 M2 1 0.00 0.00 0.00 0.110 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Govemment Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc., Tustin as Contractor, entered into a Contract on January 26, 2016. Said Contract set forth certain improvements, as follows: Newport Boulevard Widening from 30t" Street to Via Lido C-4881 Work on said Contract was completed, and was found to be acceptable on October 11. 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Comoanv. A BY City of Newport VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. �I �A Executed on 6*0 12, �i��O at Newport Beach, California. about:blank 10/13/2016 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 GMC Engineering, Inc., Tustin as Contractor, entered into a Contract on January 26, 2016. Said Contract set forth certain improvements, as follows: Newport Boulevard Widening from 30th Street to Via Lido C-4881 Work on said Contract was completed, and was found to be acceptable on October 11, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. A V-A Public Works DlreCror City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. 6p Executed on �j'U�� I �at Newport Beach, California. BY 414� - City Clerk (tC> -1 PO RNA October 11, 2016 Agenda Item No. 5 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 1 1 TITLE: Newport Boulevard Widening from 30th Street to Via Lido — Notice of Completion for Contract No. 4881 (Project No. 15R17) ABSTRACT: On January 26, 2016, City Council awarded Contract No. 4881 for the Newport Boulevard Widening from 30th Street to Via Lido project to GMC Engineering, Inc. of Tustin, California. The work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project. (In accordance with the California Environmental Quality Act (CEQA) guidelines, a Mitigated Negative Declaration was prepared, circulated for review, and adopted by City Council on October 28, 2014); 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. 5-9 Newport Blvd. Widening Notice of Completion for Contract No. 4881 (15R17) October 11, 2016 Page 2 FUNDING REQUIREMENTS: Funds for the construction contract were expensed from the following accounts: Account Description General Fund Gas Tax Measure M Competitive Water Enterprise DISCUSSION: Account Number Amount 01001927-980000-15R17 $ 884,186.45 12101-980000-15R17 $ 1,777,169.63 1230050-980000-15R17 $ 1,194,000.00 70201931-980000-15R17 $ 163,010.57 Total: $ 4,018,366.65 Overall Contract Cost/Time Summary Awarded Final Cost at Contingency Actual % Due to % Due to Contract Amount Completion Allowance Contract Directed Unforeseen Change Change Change $3,967,186.45 $4,018,366.65 10% or less +1.3% 0% +1.3% Allowed Contract Time + 116 Actual Time 5 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: $3,967,186.45 Actual Cost of Bid Items Constructed: $3,810,662.02 Total Change Orders: $207,704.63 Final contract cost: $4,018,366.65 The actual cost of contract bid items constructed was $156,524.43 less than the original bid amount. The majority of the cost saving is attributed to the deletion of several bid items as follows. Staff encountered inconsistent pavement/sub-grade materials and thicknesses on Newport Boulevard during construction of the recently completed water transmission main project within the same area of Newport Blvd. As a result, bid items to over -excavate and stabilize the soil were included with this contract, but were deemed not necessary as the required soil compaction was achieved in all cases. In addition, the project site investigation report, which was completed as part of the environmental phase, identified a potential for the existence of volatile organic compounds (VOCs) in the existing soil. A bid item was included to handle and dispose this possibly unsuitable soil. During construction, soil excavation was monitored and sampled and no concentration of VOCs were detected which led to the deletion of this bid item. 5-2 Newport Blvd. Widening Notice of Completion for Contract No. 4881 (15R17) October 11, 2016 Page 3 The project also included several change orders for a total amount of $207,704.63, which was approximately 5.2 percent of the original bid amount. Notable change orders were for a new replacement irrigation controller, adjustments to the seawall by the new parking lot, installing new cable railing on the seawall, and relocating a traffic signal controller at the Via Lido intersection. A summary of the project schedule is as follows: Estimated Completion Date per Baseline Schedule July 29, 2016 Notice to Proceed for Construction February 1, 2016 Contract Completion Date with Approved Extensions July 14, 2016 Actual Substantial Construction Completion Date July 7, 2016 The project was substantially completed as of July 7, 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. ENVIRONMENTAL REVIEW: In accordance with the CEQA guidelines, a Mitigated Negative Declaration was prepared, circulated for review, and adopted by City Council on October 28, 2014. 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 5-3 a 5 ATTACHMENT A v PROJECT LOCATION vI ter Avg. I OSki STR��� I 101=LVA ; i - -*Q ky/slN91TA191; 10 110 FROM 30TH STREET TO VIA LIDO LOCATION MAP W a U CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4881 1 10/11/2016 5-4 CITY OF NEWPORT BEACH City Council Staff Report September 09, 2014 Agenda Item No. 9. 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, atran@newportbeachca.gov TITLE: Newport Boulevard and 32nd Street Modification -Approval of Two Irrevocable Offer of Dedications of City Owned Parcels for Roadway Improvement Purposes - Contract C-4881 (CAP12-0009) ABSTRACT: Additional public right-of-way is required in order to accommodate the proposed widening of Newport Boulevard. Partial right-of-way dedications from two City owned parcels will be recorded for roadway improvement purposes. RECOMMENDATION: a) Approve two Irrevocable Offer of Dedications of City -owned parcels located at 3300 Newport Boulevard and 3531 Newport Boulevard; and b) Authorize the City Manager to execute the Certificate of Acceptances. FUNDING REQUIREMENTS: There is no fiscal impact related to this item. DISCUSSION: The upcoming Newport Boulevard Modification project between Via Lido and 30th Street is being developed to improve the intersection's capacities, reduce traffic congestion, and add landscaping and improve bicycle and pedestrian safety. This project involves widening Newport Boulevard to accommodate one additional northbound through lane from 30th Street to 32nd Street and one additional southbound through lane from Via Lido to 32nd Street terminating as a right -turn only lane at 32nd Street. Bike lanes on both sides of Newport Boulevard will be extended from Via Lido to 32nd Street. The intersection at 32nd Street will be modified to improve vehicle capacity. This project also involves the construction of raised landscaped medians, parkway trees and some landscaping, street light modifications with upgrades to LEDs, traffic signal modifications, and signing and pavement striping. As a result of the roadway widening and the addition of vehicular and bike lanes, on - street parking along Newport Boulevard between Via Lido and 30th Street will be eliminated. To reduce the on -street parking, a new public parking lot will be constructed on the former bank property located at the northwest corner of Newport Boulevard and 32nd Street. NE In order to facilitate these improvements, additional public right-of-way will be required. During the August 12, 2014 City Council meeting, a Purchase and Sale Agreement was approved for the purchase of the former bank parcels located at 3201 Newport Boulevard and 3204 Marcus Avenue. Negotiations with the other affected private property owner are currently ongoing. In addition to these privately owned parcels, partial roadway dedications from two City owned parcels will be required. The two affected publicly -owned parcels are located at 3300 Newport Boulevard and 3531 Newport Boulevard and are shown on the attached right-of-way dedication exhibit. Staff requests City Council approve these two street right-of-way dedications. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act ("CEQA") pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The dedication of City owned parcels for roadway right-of-way purposes does not require any public hearing. However, as part of the concept design and environment phases, the preferred roadway conceptual plan was included with the Mitigated Negative Declaration (MND) which was initially circulated for public review from June 26, 2014 to July 26, 2014. Staff realized an inadvertent error in the public noticing process and decided to recirculate the MND for a second 30 -day public review period which started on August 29, 2014 and will conclude on September 29, 2014. Depending on the comments received, the adoption of the MND is tentatively scheduled on October 28, 2014. The proposed project concept has also been reviewed and discussed as part of the annual budget review and adoption process. ATTACHMENTS: Description Attachment A - Right -of -Way Dedication Exhibit Attachment B - Irrevocable Offer of Dedication for 3300 Newport Boulevard Attachment C - Irrevocable Offer of Dedication for 3531 Newport Boulevard M ATTACHMENT A w J _z LL NEWPORT BLVD I I 3300 NEWPORT BLVD FORMER CITY HALL PARTIAL ROADWAY DEDICATION 10,788 SF I I r 3531 NEWPORT BLVD GATEWAY PARK PARTIAL ROADWAY DEDICATION 1,228 SF / EXIST. R/W PROP. R/W CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4881 9/9/14 NEWPORT BLVD AND 32ND STREET MODIFICATION ROADWAY DEDICATION m m I PROP. - ATTACHMENT A w J _z LL NEWPORT BLVD I I 3300 NEWPORT BLVD FORMER CITY HALL PARTIAL ROADWAY DEDICATION 10,788 SF I I r 3531 NEWPORT BLVD GATEWAY PARK PARTIAL ROADWAY DEDICATION 1,228 SF / EXIST. R/W PROP. R/W CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4881 9/9/14 NEWPORT BLVD AND 32ND STREET MODIFICATION ROADWAY DEDICATION m m ATTACHMENT B RECORDING REQUESTED BY: AND WHEN RECORDED MAIL TO: City of Newport Beach Attn: Andy Tran 100 Civic Center Drive Newport Beach, CA 92660 EXEMPT FROM DOCUMENTARY TRANSFER TAX PER REV. & TAX CODE §11922 IRREVOCABLE OFFER OF DEDICATION THE UNDERSIGNED: THE CITY OF NEWPORT BEACH, A Municipal Corporation Hereby irrevocably offer to dedicate to the THE CITY OF NEWPORT BEACH, A Municipal Corporation, an easement for street and highway purposes, and public utilities, in, under, over and across the following real property in the County of Orange, State of California: See Exhibit "A" and "B" attached hereto and made a part hereof. This irrevocable offer of dedication is made pursuant to Section 7050 of the Government Code of the State of California and may be accepted at any time by the City Council of the City of Newport Beach. This irrevocable offer of dedication may be terminated and the right to accept such offer abandoned in the same manner as is prescribed for the vacation of a street or highway by Part 3 of Division 9 of the Streets and Highways Code of the State of California. Dated: THE CITY OF NEWPORT BEACH, A Municipal Corporation Signature Print Its APPROVED As TO FO"I: qCiAtlomey % V 1 im STATE OF CALIFORNIA COUNTY OF On Public, personally appeared before me, ) SS. 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 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. Sig FOR NOTARY STAMP 9-5 CERTIFICATE OF ACCEPTANCE This CERTIFICATE OF ACCEPTANCE is to certify that the interest in real property set forth in that certain Irrevocable Offer of Dedication by and between the City of Newport Beach, a California municipal corporation and charter city, as Grantee, and the City of Newport Beach, a California municipal corporation and charter city, is hereby accepted on , 2014 by the undersigned officer on behalf of the City of Newport Beach pursuant to authority conferred by Resolution No. 1992-82 of the City Council adopted on July 27, 1992. The City of Newport Beach consents to the recordation of said document in the Office of the Recorder of Orange County, State of California. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: City Attorney ATTEST: By: Leilani I. Brown, City Clerk State of California County of ORANGE CITY OF NEWPORT BEACH, A Municipal Corporation David Kiff City Manager APPkOVED AS TO �IFGRM-� DNI) City Attorney 1 r I If On , 2014 before me, Notary Public, personally appeared DAVID KIFF, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity(ies), and that by his signature on the instrument the person, 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. (Seal) EXHIBIT "A" LEGAL (DESCRIPTION APN 423-111-02 Thatportion of Lot 7 of fractional Section 28, Township 6 South, Range 10 West, San Bernardino Meridian, according to the Official Plat of said land filed in the District Land Office, August 4, 1890, in the City of Newport Beach, County of Orange, State of California, described as follows; Beginning at the southwest corner of Parcel 1 as shown on amap recorded in boo_ k_ 8-5, pages 1 and 2 of Parcel Maps in the office oftheCounty Recorder of said county; thence along the southerly line of said Parcel 1, South 89°51'10" East, 46.89 feet; thence leaving said southerly line, South 00°27'00" West, 47.25 feet; thence North 89°33'00" West, 7.65 feet; thence South, 43°47'33" West, 24.57 feet to the beginning of a non -tangent curve, concave easterly and having a radius of 2724,04 feet, a radial line of said curve bears North 82°21'27" West;; thence Southerly 98.72 feet along said curve through a central angle of 02°04'35" to the beginning of a reverse curve, concave westerly and having a radius of 58.00 feet, a radial line of said "curve bears Sputh 8426'01" East; thence Southerly 13,75 feet along said curve through a central angle of 13'35'10"; thence South 19°09'08" West, 36.43 feet to the beginning of a tangent curve, concave easterly and having a radius of 42.00 feet; thence Southerly 10.88 feet along said curve through a central angle of 14°50'20" to -the beginning of a - compound curve, concave easterly and having a radius of 2736.04feet, a radial lane of said curve bears North 85°41'12" West; thence Southerly 62.82 feet along said curve through a central angle of 01'18'56" to the beginning of a reverse curve, concave westerly and having a radius of 873.00 feet, a radial line of said curve beats South 87000'07" East; thence Southerly 74.65 feet along said curve through a central angle of 04°53'58" to the beginning of a reverse curve, concave easterly and having a radius of 37.00 feet; a radial line of said curve beats North 82°06'09" West; thence Southerly 9.24 feet along said curve through a central angle of 14°18'33"; Page 1 of 2 &%Rrdecle1373_6 D NEWPORT BEACH SCANINWGa-epal and plot for APN 423.111-02LLegal 6asuiplion APN 423-111-02.doc 9-7 thence South 39°29'57" East, 29.23 feet to the northerly line of formerly "The Hudson" per Lancaster Addition to Newport Beach recorded in book 5, page 14 of Miscellaneous Maps in the office of said County Recorder and also shown on said niap recorded in book 85, pages 1 and 2 of Parcel Maps; thence along said northerly line, North 89°51'53 West, 3390 feet to the beginning of a non -tangent curve; concave easterly and having a radius of 2754.85 feet in the easterly right of way line of Newport Boulevard as shown on said map recorded in book 85, pages 1 and 2 of Parcel Maps, a radial line of said curve bears North 89°13'38" West; thence Northerly 391.94 feet along said curve and said easterly right of way through a central angle of 08°09'06" to the Point of. Beginning. The above-described parcel of land contains 1.0,788 square feet. As more particularly shown on Exhibit "B" attached hereto and made a part hereof, This real property description and accompanying plat have been n prepared by me or under my direction in conformance with the Professional Land Surveyor's Act. OHpL [ ANpSI/ cF' TER I G� KAHLEN A No, 8746 Teri Kahlen, PLS 8746 nate °A Page 2 of 2 GARrOjernA373-0600NEWPORT BEACH SCANIDWG\Leyaland Flal for APN 4234)t-021%eyal DesctiFlim APN 92 3 4 11-02.d= M SW COR PCL 1 PMB 85/1-2 a J h- 0 L iL C Lu - zl I 30' to 4 I �i �I ro� Ico Iz��ll EXHIBIT 'B' PCL I PMB 85/1-2 47.25' S89`51'10" E 46.89' \i S00'27'00'I L—N82'21'27"W (RAD) , S43'47'33"W 30' - - _ 24,57' A=2'04'35" R=2724.04' L=98.72' Zn S84'26'01 "E (RAO) A=13'35'10" R=58.00'1 L=13.75' �1 S19°09`08"W A=14'50'20" R=42.00' L=10.88' ,N85'41'12"W (PCC) A=118'56" R=2736.04' SCALE: 1"=50' PORTION OF LOT 7 FRACTIONAL SECTION 28 T.63.; MOW, S.B.M. S87'00'07"E(PRC - - - -- } - A-4'53'58" R=873:00' �\pPPI- L At oTERI a KAHLEN 8206'09°W (pp,) No. 8746 t /t A=14'18'33" R=37.00' �TgTFOF CA�� - L=9.24' S39'29'57"E INDICATES AN EASEMENT FOR STREET PURPOSES 29.23' AREA = 10,788 SQUARE FEET N89'51'53'W LANCASTER'S ADDITION MM 5/14 33.90' (THF HUDSON) VA CONSULTING INC.REV: 0 TO ACCOMPANY LEGAL DESCRIPTION IN THE N0: 0373.01.0601 V 46 Discovery, Suite 250 COUNTY OF ORANGE, STATE OF CALIFORNIA DATE: 8/22/14 IRVINE, CA 92618 (949) 474-1400 NEWPORT BLVD AND 32ND STREET --Ajk>SURVEYOR: TK WIDENING SHEET 1 1 PROJ MGR: JW DRAFTER: SRP APN: 423-111-02 F-11 i r_[d:IT, l =1 ►1941 RECORDING REQUESTED BY: AND WHEN RECORDED MAIL TO: City of Newport Beach Attn: Andy Tran 100 Civic Center Drive Newport Beach, CA 92660 txtMK i FKUM KtUUKUINU Fttb FLK UUV I. UUUt $G/SGS EXEMPT FROM DOCUMENTARY TRANSFER TAX PER REV. & TAX CODE §11922 I10 i N WNZN_\ 10.11 *o] :1::4:01:0111 1][N1,1111 1 [91 L1 THE UNDERSIGNED: THE CITY OF NEWPORT BEACH, A Municipal Corporation Hereby irrevocably offer to dedicate to the THE CITY OF NEWPORT BEACH, A Municipal Corporation, an easement for street and highway purposes, and public utilities, in, under, over and across the following real property in the County of Orange, State of California: See Exhibit "A" and "B" attached hereto and made a part hereof. This irrevocable offer of dedication is made pursuant to Section 7050 of the Government Code of the State of California and may be accepted at any time by the City Council of the City of Newport Beach. This irrevocable offer of dedication may be terminated and the right to accept such offer abandoned in the same manner as is prescribed for the vacation of a street or highway by Part 3 of Division 9 of the Streets and Highways Code of the State of California. Dated: THE CITY OF NEWPORT BEACH, A Municipal Corporation Signature Print Its AFPROVED AS TO <'()R m ""ity Attomey 127 Im s-10 STATE OF CALIFORNIA ) SS. COUNTY OF 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 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. Signatu FOR NOTARY STAMP 9-11 CERTIFICATE OF ACCEPTANCE This CERTIFICATE OF ACCEPTANCE is to certify that the interest in real property set forth in that certain Irrevocable Offer of Dedication by and between the City of Newport Beach, a California municipal corporation and charter city, as Grantee, and the City of Newport Beach, a California municipal corporation and charter city, is hereby accepted on , 2014 by the undersigned officer on behalf of the City of Newport Beach pursuant to authority conferred by Resolution No. 1992-82 of the City Council adopted on July 27, 1992. The City of Newport Beach consents to the recordation of said document in the Office of the Recorder of Orange County, State of California. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: City Attorney ATTEST: By: Leilani I. Brown, City Clerk State of California County of ORANGE CITY OF NEWPORT BEACH, A Municipal Corporation David Kiff City Manager AP?XOVED AS TO FORM: V v � City Attomey WIT On , 2014 before me, Notary Public, personally appeared DAVID KIFF, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity(ies), and that by his signature on the instrument the person, 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. (Seal) 9-12 EXHIBIT yoAv LEGAL DESCRIPTION APN 423-101-21 That portion of the Northeast quarter of the Southwest quarter of fractional Section 28, Township 6 South, Range 10 West, San Bcrhardino Meridian, according to the Official Plat of said land filed in the District Land Office, August 4, 1890, in the City ofNewport -Beach, County of Orange, State of California, described as follows: Beginning at thenorthwestcorner of Parcel 1 of Lot Line Adjustment N.B.L.L.A 80-1 recorded April 10, 1981 in book 14016; page 73 of Official Records in the office of the County Recorder of said County; thence along the northerly line of said Parcel 1, South 72°24'45" East, 23.78 feet to the begimring of -a tangent curve, concave southwesterly and having a radius of 10.00 feet in the northwesterly corner of the land described in a Gr n rof-Easement to the City of Newport Beach recorded July 13, 1981 in book 14138, page 666 of said Official Records; thence along the westerly line of the land described in said Grant of Easement to the City of Newport Beach, the following two courses: l) Southeasterly 13.09 feet along said curve through a central angle of 75°00'49" and 2) South 02°36'31" West, 113.93 feet to the southerly corner of the land, described in said Grant of Easement, also being on the easterly line of said Parcel 1 and the beginning of a non -tangent curve, concave westerly and having a radius of 2415.05 feet, a radial ,line of said curve bears South 82°44'14" East; thence Southerly 49.71 feet along said curve and the easterly line of said Parcel 1 through a central angle of 01°10'46" to the beginning of a non -tangent curve, concave westerly and.having a radius of 1216.98 feet, aradial lune of said carve bears South 82°28'11" East; thence leaving the easterly line of said Parcel 1, Northerly 14.09 feet along said curve through a central angle of 00°39'48" to the begiruring of a compound curve, concave westerly and having a.radius of 92.00 feet, a radial line of said crave bears South 83°07'59" East; thence Northerly 18.22 feet along said curve through a central angle of 11°20'49"; thence North 04°28'48" West, 33.58 feet to the begimung of a tangent curve, concave easterly and having a radius of 58.00 feet; Page 1 of 2 5]Projec(M373 MM NEWPORT BEACH SCANIDWGILegal and plat for APN 423-101-2111egal DescAplion APN 423-101-21.doc 9-13 thence Northerly 8,63 feet along said curve through, a central angle of 08°31'20" to the beginning of a reverse curve, concave westerly and having a radius of 1209.00 feet, a radial Iine of said curve bears South 85157'28" East; thence Northerly 58.79 feet along said curve through a central angle of 02°47'11 " to the beginning of a compound curve, concave westerly and having a radius of 1206.00 feet, a radial line of said curve bears South 88°44'39" East; thence] Northerly 21.49 feet along said curve through a central angle of 01°01'16" to the beginning of a compound curve, concave southwesterly and having a radius of 19.00 feet, a radial litre of said curve bears South 87°43'23" East; thence Northwesterly 24.78 feet along said curve through a central angle of 7444'17"; thence North 72°27'40" West, 8.96 feet to the westerly line of said Parcel 1; thence along said westerly line, North 16°57'03" East, 4.37 feet to the Point of Beginning The above-described parcel of laird contains 1,228 square feet. As more particularly shown on Exhibit "B" attached hereto and made a part hereof. This real property description and accompanying plat, have been prepared by me or under my direction in conformance with the Professional Land Surveyor's Act. UV "fieri Kahlen, PLS 8746 Date Page 2 of 2 S: Pra rtsl3]3_C60D NEWPORT BEACH SCANIOWGRegal and plat tar APN 423-101 211Legal Description APN 423-101-21.doc 9.14 P.O.B. NW COR PCL 1� N.B. LLA 80-1 BK 14016 PG 73, OR _ N16'57'03"E 4,37' Si224'4, f 2378, v N72'27'40'W 8.96'nS88*44'39"E A=74'44'17"R=19.00'L=24.78' 1 PORTION OF m° - FRACTIONAL U o SECTION 23, T.6S., R..7DSN. S.B.M, ro m 4 S85'57'28"E (PCC_, 4=831'20° R=58.00' 3: L=8.63' N A=11'20'49" a R=92.00' z L=18;22' S83'07'59"E (PCC) A=0'39'48" R=1216.98' L=14.09' RS 97/17 A=75'00'49" R=1000' 1 SCALE: 1°=30' I L=73.09' I EASEMENT TO THE CITY PER BK 14138 VARIES PG 666, O.R. I M M m _ <o I I I I I i 582'44_4yE (RAD) A-1' 7 0'46" R=2415:05' L=49.77' VARIES I S81'38'32"E (RAD) (R=1216.987) W K HRI LEN a No. 8746 1 INDICATES AN EASEMENT FOR STREET PURPOSES AREA = 1,228 SQUARE FEET slgrf OF Cp�F°��\P VA CONSULTING INC. "SHEET TO ACCOMPANY LEGAL DESCRIPTION IN THE 46 QISCOY�, @ 250 COUNTY OF ORANGE, STATE OF CALIFORNIA VIRVINE, CA 92618 (949) 474-1400 NEWPORT BLVD AND 32ND STREET AT SURVEYOR: TK WIDENING 17 9-15 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 by 10:00 AM on the 12th day of January, 2016, at which time such bids shall be opened and read for NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 $ 4,100,000.00 Engineer's Estimate Approved �y Mirk VukojeNflc City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings via PlanetBlds: hftp://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Plans may be purchased from Mouse Graphics at (949) 548-5571 located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project. "All For further information, call Andy Tran, Project Manager at (949) 644-3315 11 f, BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http:l/newportbeachca.gov/qovernment/open-transparentlonline- services/bids-rfps-vendor-registration City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 TABLE OF CONTENTS NOTICE INVITING BIDS ........ .................. ................................... .......................... Cover INSTRUCTIONS TO 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 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND ........................................................... Exhibit B INSURANCE REQUIREMENTS ................................................................. Exhibit C PROPOSAL/ACKNOWLEDGEMENT....................................................................... PR -1 SPECIALPROVISIONS ............................................................................................ SP -1 lf� City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Hard Copy to be submitted directly to the City Clerk prior to bid opening) DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall also confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL (LINE ITEMS to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date. The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date. Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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 3 quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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. 7-1AnA1 A, R Contractor's License No. & Classification 1000003957 6/30/2016 DIR Reference Number & Expiration Date GMC Engineering, Inc. Bidder 12 F'/ President Authorized Signatur4tFitle Gennady Chizhik 0� I cp Date City -of NewgW Seagh NEKP_ORT S?ULEVARD WIDENILNG FROM 30TH STREET TO V AA.LIL)O Contract Ido, 488? SIDDEn MQND We, the undersigned Principal and Surety our successors and assigns, executors, heirs Bid -6gtse 10 be jointy ano severalty held ar,d firmly bound to the Chy of Newport Beach, a charter city, in the prinolpai sum of Ten Percent of the Total Amount Bid Dollars ($1 n%_�___ ), to be paid and farwted to the City of htewport Beach if tate bid proposal of the undersigned Principal for the construction of NEWPORT BOULEVARD tAl01 NTNG FROM SOTH STREET To VIA NIDD, Contract No. 46al in the City of Newport Beach, is aowpted by the City Council of the Cily of Newport Beach and the proposed 00M-acl is awarded to the Principal, and the Principai fails to execute the Contract Documents )n the form(s) prescribed, including the required bonds, and original insurance ctertifrcates and endorsements for the construction of the project within thirty nays after ttte orte 101 �`f,�! Marling ff 'Nodficwier of Award", otlherWms this obligation 0alf become null and void. if the undersigned Principal executing this Bond is executing this Bond as an irutividual, h is agread that the death of any such Principal shall not exonerate: the Sura -(y from its ol;Agstsone under this Bond. Witness our hands this 22nd day O.F December 276 GMC Engineering, Inc. Name of Contractor rincipaQ Auihortzo Sin une Title Gennady Chiz,ik, President Western Surety Company Marne of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surely 619-682-3550 Te4t phone Authorized Agent Signature Jeffrey R. Gryde, Attorney -in -Fact Print dame and Sipe (Notary acknawledgrnent of Principal & SiLre must be attached) 1455 Frazee Road, Suite 801, San Diego, CA -%2108 � Vestern Surety Con pany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. ynrETy�, WESTERN SURETY COMPANY N°ite f� O ' aul T. Bruflat, Vice President State of South Dakota ss County of Minnehaha On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires +•w+.ww.-wti�' .'' %" *% S S. ETCH_ February 12, 2021 (l ilSOUTH 0AKQTA$, " - &�A S. Eich, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 22nd day of December 2015 grplETy WESTERN SURETY COMPANY �4stAv p�< • Form F4280-7-2012 L. Nelson, Assistant Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On December 22, 2015 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. ZEIS COMM. #1974059 z !.� Y ; o Notary Public - California A z ` Orange County My Comm. Expires Apr. 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL, INFORMATION DESCRIPTION 01= THE ATTACHED DOCUMENT -- (Title of descriptuin0fau0011edd('-�rnncatj (fide or description of attached docmncru rnntinuitil) Nunih,•.r of Pages L?ticument Datc. (Addi,uxt;tl information) C APACI'IA' C:LAINIE.D BY THE SIGNER L Individual (s) (.- Corporate Officer ;Title) L Partner(s) PJ Attorney -in -Fact ❑ Trusteu(s) ED tether iNSTRUC'ITONS FOR COMI'LL-rINU THIS FORI1+1 Ah.v acd'trtrrolydgnrcnt coeniftenrl in Calijotnl4t ntust contain verbiage eractlY as (11wirrs mutt,: In the notary seerfan or a selmrcue ackrtowiedgnieru 'rat roust 8e prolur'v completed and arfached to drat doeranerrt. The onli' exception A it'o docuanent i; to he recorded oiaside of'Cedtfivntia- lit such itivancec, am niternrvive acknowiredgnrenr ve>rhioge as mnv be printed on snob n cltvarne eji .so ions; as ilte reehlage does itot require lire norm7' to eh) somedilrre that is illegal.lb,- a nuori, in Grliforrua 0,. - cerlifying the authorized capaciti, q- Me signer), please check the doc-iment carelidlv(or propel- nornried ivording twd attach this jarnr if required. • Stute and County inforimmian olusi be dk Stale and County where the document signer(s) peraoni,lly apUearal before the notary public far acknowledgmeat. • Datc of notariratinn must he the dAte Ihnt the signer(s) personally appeared which trust also lie llie same dale the neknowlecigm-nt is completed. • ilk riotary public nits, Iwint his or IKr name as it appeats withi,t )tis or hrr comm cion folk ,wcd by a eurmna uud then your title (rsolay public) - • Print the nanwq.t) of ektcument signcr(O who pem-olally appear at phi' time of notarization • Indicate dsc correct singuhsr or plural forms by cro.swili. off inconrca forms (i.e. h,edicrdwyr is lure ) or circbng the asleep fornns, ratlure. it, conrctly im ic.ur ibis rn(oritutian May lead to mjcctirwr pi'dtnu,ircat nt:wding. • '1"hr notary soil t111prCti51[7G trust be Ovisr aril plx,tugtarAdcally reproducible hnpreiskm must ntxx cover test of lines, if soul itnprtssion smudges, re-swl if a sufficient arra pumils, otlletw'lse complete u ditt'ercnt acknovde tgmenl font, • Signature of the ntMary public nitist match the signature. on file with the otlice til' the wamy cWik. Addititsrtul information is nM rcgtmtd but 0"M help to ensure this ackiwwledgment is not misused or attached to a (IIII'Mat docuotenl. Indicate titte tir lytic of nitac:hei-I document, number of pages and dale. Indicate the efilhtcdy claimed by the signer. If lite claiined capacity is a coipoiale officer, indicate the tttle(i.e. CEO, Ch0,'kat-lary). + Securely uttadi this dtrurncnt to the t,igried &C-uiuent CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF Orange } On January 4, 2016 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person( whose name is � re subscribed to the within instrument and acknowledged to me that(qelthA executed the same in&u #r/#ir authorized capacity), and that by,( r/the/r signature( on the instrument the person(), or the entity upon behalf of which the person(i) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ® s� MEGAN FEATHERSTON i Commission # 2002447 Ra No c Public California z Z z iJ Orange County My Comm. Expires Jan Signature: v� �� (seal) OPTIONAL Description of Attached Document Title or Type of Document: Document Date: Other: Number of Pages: 2015 Apostille Service 707-992-5s51 www CaliforniaApostille us California Mobile Notary Nemoik \N\r\% CAMNN com City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 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 Description of Work % of Number Total Bid BLACK ROCK CONSTRUCIHON 282 N. ST. CRISPE=N 35-yS BREA, CA 92321 714-412-310-6 LIC. # 943308 PCC Concrete, DIR Reference: Email Address: .KATO LANDSCAPE, INC. 18182 Bushard Street 10M Fountain Valley, CA 92708 f (714)963-4615 Landscape/Irrig. License No. 806122 DIR #:1000000086 DIR Reference: Email Address: STARLIGHT SURVEYING, INC. 17955 SKY PARK CIRCLE, SUITE. F IRVINE, CA 92614-6372 (949)757-0613 \ • I License No. 5848 Survey ` DIR No. 1000014874 DIR Reference: Email Address GMC Engineering, Inc. L�4W President Bidder Authorized Si nature/Title 8 Gennady Chizhik City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 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 Description of Work %of Number Total Bid 'DYNALECTRIC 4462 Corporate Center Drive Los Alamitos, CA 90720 1\y (714) 828-7000 License # 550173 A, B C10 12� ELECTRICAL DIR Reference: Email Address: SUPERIOR PAVEI\4ENT MARKINGS 5312 CYPRESS STREET CYPRESS, CA 90630 (714) 562-9100 License # 776306 Striping DIR # 1000001476 DIR Reference: Email Address: SHAW 829 W. 7o C4) STREET #5 1 �• COSTA MESA, CA 92627 1 • (949)642-0660 License No. 2741444 DTR # 1000024841 DIR Reference: Email Address Fn��kGMC Engineering, Inc. President Bidder Authorized Si nature/Title 8 Gennady Chizhik City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 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 Description of Work %of Number Total Bid Name: N(,\S, t ao��� Address: �jv�t\f L?ev�•u Phone: State License Number: :11r__ -%A \� DIR Reference: Email Address: Name: In Address: c� Phone: JJ State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address GMC Engineering, Inc. YA r President Bidder Authorized Sig ature/Title 8 Gennady Chizhik City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name GMC EnQineerin2. Inc FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Jamboree Road Improvements Project Description Road widening. Traffic signal modification Approximate Construction Dates: From 10/2012 To: 03/2013 Agency Name City of Newport Beach Contact Person Andy Tran Telephone (949 644-3315 Original Contract Amount $ 1.48 milinal Contract Amount $ 1.57 mil If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested by the City. 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. N/A 9 No. 2 Project Name/Number Katella Avenue Improvements Project Description Road widening, Curb & sidewalk, Landscape/irrigation, Medians Approximate Construction Dates: From 02/2014 To: 09/2015 Agency Name _ City of Anaheim Contact Person Robert Luciano Telephone (114) 765-5286 Original Contract Amount $ 6.8mil Final Contract Amount $ 7.2 mil If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested by the City. 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. N/A No. 3 Project Name/Number PCH/Del Prado Streetscape Improvements Project Description Road widening, Curb/gutter/sidewalk, Landscape/irrigation Approximate Construction Dates: From 01/2015 Agency Name To: 12/2015 Contact Person Matthew Sinacori Telephone (949) 248-3558 Original Contract Amount $ 5.69mil Final Contract Amount $ 6.668 mil If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested by the City. 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. N/A 10 No. 4 Project Name/Number Beach Boulevard Median & Traffic Signal Improvements Project Description Median improvements. Curb/gutter, Landscape/irrigation Approximate Construction Dates: From 07/2015 To: 10/2015 Agency Name City of Buena Park Contact Person .TPffrPy Townsend Telephone (711) 562-'i6sn Original Contract Amount $ n6nx Final Contract Amount $ 1,019,125.33 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested by the Citv. 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. N/A No. 5 Project Name/Number The Tracks P Brea. Segment 3, Phase 2 (Trail) CIP #7873 Project Description Sidewalk, Landscape/irrigation, Electrical Approximate Construction Dates: From 08/2015 To: Present Agency Name City of Brea Contact Person Raul Lising Telephone (71zo 671-4450 Original Contract Amount $ 1.54 miFinal Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested by the City. Did you file any claims against the Agency? Did the Agency file any claims agat you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Number 15th St/Balboa B] yd. Revi ral i 7.ari nn JC -6'161 Project Description Traffic signal modification, Curb/gutter/sidewalk, Landscape Approximate Construction Dates: From 01/2016 To: Present Agency Name City of Newport Beach Contact Person Iris Lee Telephone (949 644-3323 Original Contract Amount $ 2.74milFinal Contract Amount $ TBD If final amount is different from original, please explain (change orders, extra work, etc.) TBD Did you file any claims against the Agency? Did the Agency file any claims aga�nst you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. CMC Engineering, Tnc. President Bidder Authorized Si ature/Title Gennady Chizhik 12 GMC MINMINGlc GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B Re: Newport Boulevard Widening from 30" Street to Via Lido City of Newport Beach, Contract No. 4881 CONSTRUCTION MANAGEMENT TEAM MAY BE ASSIGNED FOR THE ABOVE REFERENCED PROJECT Gennady Chizhik — President Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Estimator, Project Manager, and Field Engineer Oversees all aspects of GMC Engineering, Inc. J. Michael LaVoie — Estimator, Project Manager / Engineer Involved in Construction since 1990 Served as: Laborer, Field Engineer, Estimator, and Project Manager Currently serving as: Project Manager, Estimator, and Field Engineer James Williams — Field Operations Manager Involved in Construction since 1998 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC, and Underground Utilities Currently serving as: Field Operations Manager in charge of overseeing GMC Field Operations, as well as scheduling and supervising Ernie Beas — Superintendent Involved in Construction since 1978 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising Art Sanchez — Superintendent Involved in Construction since 1985 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising 1401 Warner Avenue, Suite B, Tustin, California 92780 9 (714) 247-1040 9 Fax (714) 247-1041 City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of (7rangP ) GPnnad�r Chizhik being first duly sworn, deposes and says that he or she is Presi dent of _GMC Engineering. Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of 1-�I Cali that the foregoing is true and correct. GMC Engineering, Tnc. '� President Bidder Authorized Signpture/Title Gennady Chizhik Subscribed a sworn to (or affirmed) before me on this day of , 2016 by satisfactory evidence to , proved to me on the basis of 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 correc . [SEAL] 13 otary Public n Expires: 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 Ivalidity of that document. State of California County of California Subscribed and sworn to (or affirmed) before me on this 4th day of January , 20 16, by Gennady Chizhik proved to me on the basis of satisfactory evidence to be the per�on(s) who appeared before me. MLGANFEATHERSTON Commission # 2002447 NS Notary Public - California °z Orange County My Comm. Expires Jan 26, 2017 (Seal) Signature City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 DESIGNATION OF SURETIES Bidder's name GMC Engineerinpa, Inc. 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): Western Surety Company JRG Surety & Insurance Agency 1455 Frazee Rd., Suite 801 24382 Hilton Wa San Diego, CA 92108 Laguna Niguel, CA 92677 PH: (619)682-3512 PH: (949)448-7910 Contact: Jeffrey R. Gryde 14 City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name CMC: Fngi nPPri ngy Tnr _ 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. 15 Current Record Record Record Record Record Year of for for for for for Record 2015 2014 2013 2012 2011 Total 2016 No. of contracts 0 7 6 11 3 5 32 Total dollar Amount of Contracts (in 0 14.7 mi 12.4 mil 7.1 mil 5.3 mil 8.1 mil 47.6 mil Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving 0 0 0 0 0 0 0 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. 15 Legal Business Name of Bidder GMC Engineering, Inc. Business Address: 1401 Warner Ave., Ste. B, Tustin, CA 92780 Business Tel. No.: 714)247-1040 State Contractor's License No. and Classification: 739091 A. B Title General Contractor 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 N/A 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 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 January 4, 2016 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the persono, whose name/a e subscrib d to the within instrument and acknowledged to me that t9s*th/y executed the same it hoi /tl it authorized capacity(, and that byW/thiir signature(/on the instrument the person(w'S, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: ��r—w `' '`" " - (Seal) Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL MEGAN FEATHERSTON Commission # 2002447 a =L-� Notary Public - California � z :\'L�ti�0 D Z Orange County My Comm. Expires Jan 26, 2017 Number of Pages: 2015 Apostille Service_ 707-993-5i51 wNvtiv.CaliforniaApostille.us California Ntobile Nottry Network w wVN- CANINN com City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 ACKNOWLEDGEMENT OF ADDENDA Bidder's name GMC Engineering, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received 4iMnature 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT F(� v� 7i��\ ADDENDUM NO. 1 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO CONTRACT NO. 4881 DATE: 74 4 e 20 r BY: 440��,, Deputy D/City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. PROPOSAL 1. The following bid (line) items have been revised and/or added. Refer to the updated line items shown in PlanetBids. A. DELETE the quantity (2,600 TON) for "Bid Item #33 AC Pavement" and REPLACE with 2,700 TON. B. ADD "Bid Item #125 Provide Generac Mobile Lite Generator". SPECIAL PROVISIONS 2. ADD the following paragraph to the end of "Sections 7-10.3 Street Closures, Detours and Barricades" (Special Provisions page 17 of 72): "Traffic Control plans prepared by Traffic Control Engineering, Inc. are included with the construction plans." 3. DELETE Bid Item description "Item No. 6 Traffic Control Implementation" on page 20 of 72 of the Special Provisions and REPLACE with the following: "Item No. 6 Traffic Control Implementation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, temporary AC paving associated with the removal of the existing raised medians, temporary driveway or sidewalk improvements and flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the Traffic Control plans and the California Manual on Uniform Traffic Control Devices (CA MUTCD) and W.A.T.C.H. Manual, Latest editions, and City of Newport Beach requirements." 4. ADD the following bid item description to Section 9-3.1 "General" (Special Provisions page 38 of 72): "Item No. 125 Provide Generac Mobile Lite Generator: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials to provide temporary electrical power to the City's existing tidal valve with a mobile generator (MLG8 or approved equal). This bid item also includes electrical connections to the existing tidal valve, inspect, operate and supervise the temporary electrical power and all other items necessary to establish and maintain electrical power to the City's tidal valve for the entire duration of the Southern California Edison Service Vault Removal and Power Establishment and Maintenance Phase." 5. ADD the following subsection to "Section 209 Electrical Components" (Special Provisions Page 42 of 72): "209-4.9.5 Generator. Provide Generac Mobile Lite Generator — The Contractor shall provide a mobile generator (MLG8 or approved equal) to maintain the power needs of the existing tidal valve for the duration of the Southern California Edison (SCE) service vault removal and power establishment and maintenance phase of construction. Generator shall provide power to an existing Type 3R service cabinet consisting of 120/208V, 3 phase, 4 wire, 100 amp main breaker. Generator shall be removed following cutover from temporary to permanent power source by SCE. Coordination shall be maintained with SCE and City. PLANS 6. On Sheet 27 of 30, disregard Construction Note 6 at the northeast comer of the intersection. The 17-2-70(E) traffic signal pole will remain in place as shown on the pole schedule. 7. DELETE sheets 29, 30, and E2 of the construction plans in its entirety, and REPLACE with the attached revised Sheets 29, 30, and E2. 8. ADD Traffic Control plans sheets 1 through 7 to the construction plans. 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. Bidder's Name (Please Print) O\ 0cO cg Date � P Authorized Signature & Tit e 1 City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 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: GMC Engineering, Inc. Business Address i zini Warnar Avan„a, Citi to R, Turti n, CA 92780 Telephone and Fax Number: (714)247-1040 / (714)247-1041 California State Contractor's License No. and Class: 739o91 A, B (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/11/97 Expiration Date: 08/31/2017 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: Chizhik. President 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 Gennady Chizhik, President Address Telephone 1401 Warner Avenue, Ste. B (714)247-1040 Tustin, CA 92780 Gennady Chizhik, Secretary 1401 Warner Avenue, Ste. B (714)247-1040 Tustin, CA 92780 Corporation organized under the laws of the State of California 18 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: GMC Engineering, 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; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. N/A Have you ever failed to complete a project? If so, explain. N/A For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 19 Are any claims or actions unresolved or outstanding? Yes J& 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. On appeared basis of satisfac r� instrument and ac capacity(ies), and th behalf of which the o Gennady Chizhik (Print name of Owner or President of Corporation/Company) President Authorized Signatur67itle President Title a1 CAA �U Date before me, Notary Public, personally who proved to me on the evidence to be the person(s) whose name(s) is/are subscribed to the within owledged to me that he/she/they executed the same in his/her/their authorized by his/her/their signature(s) on the instrument the person(s), or the entity upon yrs n(s) acted, executed the instrument. I certify under PENALTY NF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.\ WITNESS my hand and official Notary Public in and for said State My Commission Expires: 20 (SEAL) CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF Ora On January 4, 2016 before me, Megan Featherston Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik otary who proved to me on the basis of satisfactory evidence to be the person(A) whose name( a{e subscribed to the within instrument and acknowledged to me that he s;?%/thyy executed the same inr/ it authorized capacityKalf and that by sr/th r signature on the instrument the person, or the entity upon beof which the person 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) OPTIONAL Description of Attached Document Title or Type of Document: Document Date: Other: Number of Pages: 2015 Apostille Service. 707-993-5551 \-yw�w.CaliforniaApostille.us Calilinnia Mobile Notary Network ww�� C.�i4NN eom MEGAN FEATHERSTON Commission # 2.002447 Z : l Z ° Notary Public -California z Orange County z; My Comm. Expires Jan 26, 2017 Number of Pages: 2015 Apostille Service. 707-993-5551 \-yw�w.CaliforniaApostille.us Calilinnia Mobile Notary Network ww�� C.�i4NN eom GMC MINEERINGINt GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 4t11 of January, 2016, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held in Tustin, California, on the 4t11 day of January, 2016; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF Orange On January 4, 2016 before me, Megan Featherston Public, Date personally appeared Gennady Chizhik (here insert name and title of the officer) otary who proved to me on the basis of satisfactory evidence to be the person(s whose name is Y6 subscribed to the within instrument and acknowledged to me that hee/thy executed the same in r/thy authorized capacity V6, and that by r/tl?ir signatureXon the instrument the person P YDS , or the entity upon belialf of which the erson,�{ 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. a MEGAN FEATHERSTON Commission # 2002447 =f'�a k Notary Public - California z :r g Z ° Orange County n I My Comm. Expires Jan 26, 2017 Signature: (Seal) Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: 2015 Apostille Service. 707 x)92-5551 N,,tivw.CaliforniaApostille us California Mobile Notary Net\york vk'vwCAMNN com City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 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 Ratinq 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. m NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO CONTRACT NO. 4881 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 26th day of January, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GMC ENGINEERING, INC., a California corporation ("Contractor'), whose address is 1401 Warner Avenue, Suite B, Tustin, California 92780, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of mobilization, SWPPP implementation, staking and survey monument restoration, traffic control, dewatering (including treatment of hazardous groundwater), as -built preparation, utility verification, utility company coordination, roadway and parking lot site demolition and removals (including buried concrete pavement removal), building demolition and removals (including monitoring and abatement of hazardous building materials), clearing and grubbing, roadway and parking lot grading and earthwork (including removal of hazardous soil), subgrade preparation and stabilization, cold milling of existing asphalt and concrete pavement, construction of hot mix asphalt (HMA), asphalt rubberized hot mix (ARHM), concrete curbs and gutters, concrete bike lane, concrete sidewalk and ramps, decorative concrete sidewalk, concrete bus turnouts, concrete driveways, concrete alley intersections, concrete valley gutters, crushed miscellaneous base, masonry sound wall, drainage facilities, permanent BMPs, slurry backfill, new utilities, utility relocations and adjustments, landscaping and irrigation, street and parking lot lighting systems, miscellaneous site amenities, traffic signals systems, signing and striping, and all other work required by 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. 4881, 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. i WTDT67»61 &VI671:1 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 Nine Hundred Sixty Seven Thousand One Hundred Eighty Six Dollars and 45/100 ($3,967,186.45). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. GMC Engineering, Inc. Page 2 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Gennady Chizhik 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: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 GMC Engineering, Inc. Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Gennady Chizhik GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. GMC Engineering, Inc. Page 4 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 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. GMC Engineering, Inc. Page 5 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, 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 GMC Engineering, Inc. Page 6 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. �'Eill ilj"l -1LOA 0 All �ii���� 1 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 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 GMC Engineering, Inc. Page 7 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. 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 GMC Engineering, Inc. Page 8 against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 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] GMC Engineering, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORN Y'S OFFICE a California municipal corporation Date: Date: • S �/ /� V���-- By: By: Aaron C. Harp UM oquj iu Di ne B. Dixon City Attorney Mayor ATTEST: CONTRACTOR: GMC Engineering, Inc., Date: (� • 10 a California corporation Date: By:IV c Leilani I. Brown Gennady Chizhik City Clerk President/Secretary PSR to O [END OF SIGNATURES] Z '4Cf FORta Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements GMC Engineering, Inc. Page 10 Bond No. 58728551 Premium: Included CITY OF NEWPORT BEACH BOND NO. 58728551 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California; has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the mobilization, SWPPP implementation, staking and survey monument restoration, traffic control, dewatering (including treatment of hazardous groundwater), as -built preparation, utility verification, utility company coordination, roadway and parking lot site demolition and removals (including buried concrete pavement removal), building demolition and removals (including monitoring and abatement of hazardous building materials), clearing and grubbing, roadway and parking lot grading and earthwork (Including removal of hazardous soil), subgrade preparation and stabilization, cold milling of existing asphalt and concrete pavement, construction of hot mix asphalt (HMA), asphalt rubberized hot mix (ARHM), concrete curbs and gutters, concrete bike lane, concrete sidewalk and ramps, decorative concrete sidewalk, concrete bus turnouts, concrete driveways, concrete alley intersections, concrete valley gutters, crushed miscellaneous base, masonry sound wall, drainage facilities, permanent BMPs, slurry backfill, new utilities, utility relocations and adjustments, landscaping and irrigation, street and parking lot lighting systems, miscellaneous site amenities, traffic signals systems, signing and striping, and all other work required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company 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 Nine Hundred Sixty Seven Thousand One Hundred Eighty Six Dollars and 451100 ($3,967,186.45) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts GMC Engineering, Inc. Page A-1 due under the Unemployment Insurance Cade 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 Califomia 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 25th day of January 2016 GMC Engineering, Inc. 12,11-M -- Name of Contractor (Principal) Authorized Sig ature/Title Gennady Chizhik, President Western Surety Company Name of Surety Xu zr d Signature 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3550 Telephone Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title APPROVED AS TO FORM: CITY ATTORN Y'S OFFICE Date: —�� By:f�v 1tl A C. Harp rnr Wzll ice City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CMC Engineering, Inc. Page A-2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attomey{s}in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. WESTERN SURETY COMPANY APaul T. Bruflat, Vice President State of South Dakota as County of Minnehaha On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires i�•�+��+wtia...wrrwrr S. EICM $ February 12, 2021s!� r�1MSOBT A/ CERTIFICATE S. Eich, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 25th day of January 2016 Eryo WESTERN SURETY COMPANY ��, 400%% Form F4280-7-2012 L. Nelson, Assistant Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On January 25, 2016 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. HIS COMM. #1974059 z 0 cc Notary Public - California Z Orange County Mj Comm. Expires !Lt. 29, 2016 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION Of THE ATTACHED DOCUMENT (Title or de%criFAioh ofattachcd &,cument) (1-ith: or description ofattached documen I OcAllimue.4) Nunib,-.r of Pages - Document Datr (Ad&-iocall information) CAPAC11Y CLAIMED 13Y THE SIGNER U Individual (s) U, Cempkirate, Officer 4 T ftkT� Q Partnw�s) El Other INSTRUCTIONS FOR comn.mNoTEns mRm Anp eaeripleled in Calj(' W4 iltiot oowotn verbidge esacttv as 4jP,W-Vr3 ahot-e at the Pratmy serrion or a separwe ac*nowletignmialf u . awl 'T1 st be proper -h, completed and attached to that dovumeqj. The only exceptiox is ij'o documeni is to be recorded owsMe of Co(itornim in strait any alfernalke ocknawhdgwenf rrij)fage 03 relent be pat;W on sack to docro new so'loog as rile Ve4tage does not teqtdre floe Itat"'Y to d4o, something AW is ffle—galfar a notary in Cal#,'Orrtia (rx, cerrif ying the authorized capArit creak .v of the yj , gner )- Pkase A k Me docun&t carefidlyfior jwwper nowfiral wordiag and attach drisform ifrequavd. ii Stivte and Courlty information must be, die, Slate and County whcrc tile &Culum sipcifs) rAmsonally appored Wore the notary public Inr ackilowledgment. • Date of arstuization Inust be tile doft thO the signer(s) ptnorially appeared which MUSt alS* be the Saltle dAle the ACIMaWl0ligine0l is COMPIeted. • 11ter notary pUbEC must print his or her name as it appewt WidLio big or her cosurnig.5ion fol) —Ld by to coinnia and then your title(notary public)., • Mat the name(s) ofdocuinevt silgav1s) who persalarty appear at %he tin;c of noutrization. • Indicate the correct sisigular or plural forms by crexssing off inconoct lol-l"s (i.t. holshrdillitlyr is /on) or circling tire- corito fiji-pri, failure 1.0, corrtetly hwicate this information may lead to rejecti- of dmuriscal m-,arding. • The holary scat impression trust be clear ;Inj phopVraphically reproducible, Impression eeriest lint cover K -.KA of lilies. if stint jlmpft!ssioa smudge, re -sal il, sufficicnA arra P=li%s, ooh seise coni,plett a difficirni acknowtodgment form, • Sjignature of the Y104ary pablic natant Match the siguat"t on file with the office of the county creel;, Additionol irtitirinatsom is ntlt rfquiivd hitt C:uuW help lo ensure this adawowiLdgincrit is not riged orauachLd to a chfl"crem cloc4lillent, Indicale- " or type 01'aftelched document, noutberorpager inn date, 0 Indicate the t4paoaty tlairned by the sitter. If the claimetf capacity is a cloporate: officer, indicate the tile (i,e, CEO, CH), Smrclary). * Securely attach this documcal to the signed ijecamealt CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF Orange I On January 25, 2016 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person(whose name�is #e subscribed to the within instrument and acknowledged to me that eie' )sVe tVey executed the same �isr/thyft authorized capacity(io, and that by&S r signature(s) on the instrument the person �01 or the entity upon behalf of which the person�,' r)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. Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: 2015 Apostille Service._ 707-992-5551 �,�,-ww.CaliforiiiaApostille.us C'q1ifbrnja mobile Notan-...Net-,vork- www CAMNN,coni MEGAN FEATHERS"T'ON V CornrnissionP# 2002447 blic - CalHonJa Nonry ul, Z Orange County My Cown. Expires 26, 2n17 r, Signature: ,.fan (Seal) Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: 2015 Apostille Service._ 707-992-5551 �,�,-ww.CaliforiiiaApostille.us C'q1ifbrnja mobile Notan-...Net-,vork- www CAMNN,coni Bond No. 58728551 EXHIBIT B Premium: $26,587.00 CITY OF NEWPORT BEACH BOND NO. 58728551 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 26,587.00 , being at the rate of $ 6.70 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the mobilization, SWPPP implementation, staking and survey monument restoration, traffic control, dewatering (including treatment of hazardous groundwater), as -built preparation, utility verification, utility company coordination, roadway and parking lot site demolition and removals (including buried concrete pavement removal), building demolition and removals (including monitoring and abatement of hazardous building materials), clearing and grubbing, roadway and parking lot grading and earthwork (including removal of hazardous soil), subgrade preparation and stabilization, cold milling of existing asphalt and concrete pavement, construction of hot mix asphalt (HMA), asphalt rubberized hot mix (ARHM), concrete curbs and gutters, concrete bike lane, concrete sidewalk and ramps, decorative concrete sidewalk, concrete bus turnouts, concrete driveways, concrete alley intersections, concrete valley gutters, crushed miscellaneous base, masonry sound wail, drainage facilities, permanent BMPs, slurry backfill, new utilities, utility relocations and adjustments, landscaping and irrigation, street and parking lot lighting systems, miscellaneous site amenities, traffic signals systems, signing and striping, and all other work required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and GMC Engineering, Inc. 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 Nine Hundred Sixty Seven Thousand One Hundred Eighty Six Dollars and 45/100 ($3,967,186.45) lawful money of the United States of America, said sum being equal to 'lag% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein GMC Engineering, Inc. Page B -'I 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 falls 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 25th day of January 2016 GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801, San Diego, CA 92108 Address of Surety 619-682-3550 Telephone APPROVED AS TO FORM: CITY A70R EY'S OFFICE Date: 044Z� Authorized SignatTre—/Title Gennady Chizhik, President Adtfioirked Aglint Signature Jeffrey R. G!Xde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED By--3a=-- Aaron C. Harp CAM 0% ITT- I IQ City Attorney GMC Engineering, Inc. Page B-2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. y>xtr�� WESTERN SURETY COMPANY ���.POgq�ot 4��y fir an, T. Bmflat, Vice President State of South Dakota County of Minnehaha ss On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires ��►�+�ti'++�+NN►h..w�.brr • S. ETCH t February 12, 2021 i(s° eu�i�NSOUTH ��A CERTIFICATE S. Eich, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 25th of January 2016 "�� OWESTERN SURETY COMPANY ?� px,PgqQi W ilk ��i AA Form Form F4280-7-2012 L. Nelson, Assistant Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange 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. On January 25, 2016 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. ZEIS 0 COMM. #19741;59 z am: < Notary Public - California 0-10 Orange County My Comm. Ex !r S_Apr. 29, 2Qlfi (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION Of THE ATTACHED DOCUMENT (Title or depwriMieAb (Tide or descriptim ofaltsched document cmitithuoJ) Nultnbtr of Pages - L)vcumcnt Date CAPACITY CLAIMED BYTHE SIGNER E Individual (S) I-- Corporate Officer Partner(s) N Attorney-in4act 0 Trustee(s) El Dither rNSTRUCTIONS FOR COMPLETING 17HIS FORML AhV evmpfew in califito'nio tttiat C60114in i'vrNopc exoocflv W aAwvues atvtv in the notary section or a separwe aeknoviedgmentform must be properly completed and attached to rhut doei4prelti. The on)1V eArqviotr R q, 0 docuarem is to be of CioJj�ur1tja_ /it stech bisloAra, 4trr dMentalive arknow,ledgmenr verbitige as mnbe printed on such it doctmewt so long 4s file Verbiage dotm not require the noraq to do sonwhing thw is Jiftuitfor a ne,inri, ig Colt( 'Orruet #,e, cer?jpng lit,_ aUxborized capacito, of the signer). Please check Me g 044d attach thisArm ifreqj&rd. • Scott and C4mity infornuition tritai be tlwi Simi and County where the document signer(s) itursorially amvared lx,,fore the notary public lbrackpowl met. • Nic of notaritaling must be the dole 11hat the signer(s) pem.nally appeared whick tritia also be the savre date 110tWknowledgment is wailifleted. • Tlie­ notaly public mim print his or har name as it appe-an within his or her commission followed by a coming am then your title (00tary pubfic), • Pring The uaine(s) of do*unicol signals) who personatty appear the 4 le time of • I-mlicote the CmTrctsingular or plural forms by crossing offiricorite-t forion (i.e. W*h0*#wyt- is rare) or circling die carnal fa-lim Failurclo correctly ludicalctuns in fornbution may lead to rejectiomi (?f dmut-neal rec"ding, * 1110 Bert"" scul imPresSiOn 11111vt be eksf ttrtd PhOlOgraphtically reproducible, Impreision must not covet 1eKJ or lutes, ll" sal impocssion smudges, re -sal tr a suff"4jeni arm pu"Pit', 0040"Nise complete a diZertmi acktocivviodgmen; form, • SiiFnalUrc a the notary public rittat troatch the signature on file with lite ofte of the cotimy clerk, Addition d inku-ination is not required but could help io ensurr this acknovvllede�mtnl is not votisuwd or attached to a different docunimi, indicate 11(k or qpc 01'allached document, number ofpVes and d= 0 hidicate the elpacity stained by the signes If tile objultd capoteily is a co"mie off -witty, indicate the toile (i.e. CEO. CH), Secretary). • Securely altaich this dommonit to the signed documtoot, CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF Orange } On January 25, 2016 before me, Megan Featherston Notary Public, Date (here insert name and title of the officer) personally appeared Gennady Chizhik who proved to me on the basis of satisfactory evidence to be the person(4 whose name( i e subscribed to the within instrument and acknowledged to me thate s1'e/they executed the same in i r/th it authorized capacityO, and that by i /Wr/th�ir signature on the instrument the person, or the entity upon behalf of which the person) 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. Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: 2015 An«stille Service_ 707-992-5551 www.CalifbmiqApostij1e.us California Mobile 'No1gry NetlyCft'k ANAAWCAMN corn MEGAN FEATHERSTON Commission 200247 ff Notary Public Caliiornia .\ ?� e zZ Z Cour y' +ire° ,g Corm,Orange � p y 3 MyExpirees nd'an E 6 20 C 3 r:, Signature: (seal) Description of Attached Document Title or Type of Document: Document Date: Other: OPTIONAL Number of Pages: 2015 An«stille Service_ 707-992-5551 www.CalifbmiqApostij1e.us California Mobile 'No1gry NetlyCft'k ANAAWCAMN corn 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 GMC Engineering, 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. D. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $1,000,000 per loss and $2,000,000 in the aggregate per policy period. Claims -made policies require a 10 -year extended reporting period. The CPL policy shall include coverage for cleanup costs, third - party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non - sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so- called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees 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 GMC Engineering, Inc. Page C-2 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 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 CGS coverage, sub- contractors shall provide additional insured coverage with a format at least as broad as CG 20 38 04 13. GMC Engineering, Inc. Page C-3 D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract GMC Engineering, Inc. Page C-4 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. GMC Engineering, Inc. Page C-5 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 1/29/16 Dept./Contact Received From: Raymund Date Completed: 2/4/16 Sent to: Raymund By: Chris/Alicia Company/Person required to have certificate: GMC Engineering, Inc. - Contract #4881 Type of contract: All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/15 — 6/25/16 A. INSURANCE COMPANY: Travelers Indemnity Co of CT B. AM BEST RATING (A-: VII or greater): A++, XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M 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 (What is limits provided?) N/A include): Is it included? (completed Operations status does F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: ❑ N/A Operations status does not apply to Waste Haulers) Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/15 — 6/25/16 A. INSURANCE COMPANY: Travelers Indemnity Co of CT B. AM BEST RATING (A-: VII or greater) A++, XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® 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): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No DI VVORKERSCOMPENSATON EFFECT|VE/EXP|RAT[ ONDATE: 10/1/15-1D/1/1O A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AMBEST RATING (A:VUorgreahur): A++:XV C. ADMITTED Company (Must baCalifornia Admdhed): 0Yeo El No D. WORKERS' COMPENSATION LIMIT: Statutory 0Yen FlNo E. EMPLOYERS' LIABILITY LIMIT (Must be$1K4urgreater) F. WAIVER {}FSUBROGATION (To inoiude): |oitincluded? 0Yea EJ No G. SIGNED VVDRKERS' CDKAPENSAT|ON EXEMPTION FORM: 0 N/A El Yeo Fl No H. NOTICE OFCANCELLATION: El N/A NYeo Fl No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY \/ POLLUTION LIABILITY CARRIER: AIG Specialty \/ BUILDERS RISK EFF 1/29V184/29/17 1M/2M RATING: A:XV Non -Admitted HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: (24(� 1 2/4/16 Agent ofAJ|ierdInsurance Services Date Broker o[record for the City ofNewport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than ; Self Insured Retention or Deductible greater than $ n N/A El Yes 0 No Reason for Risk Management op Risk Management Approval needed due to Pollution Carrier being Non -Admitted. Sheri approves NA of pollution carrier on 1-29-16. Approved: Risk Management Date ^8ubject tothe terms ofthe contract. City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO Contract No. 4881 Prospective Bidders shall electronically submit their proposals per the individual line items as depicted in PlanetBids SM City of Newport Beach Page 1 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Bidder Details Vendor Name GMC Engineering Inc. Address 1401 Warner Avenue Suite B Tustin, CA 92780 United States Respondee Gennady Chizhik Respondee Title Preseident Phone 714-247-1040 Ext. Email gennady@gmceng.net Vendor Type License # CA DIR Bid Detail Bid Format Electronic Submitted January 12, 2016 9:58:22 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 70417 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Submittal C-4881 (GMC Engineering, Inc.) Bid Submittal C-4881 (GMC Engineering Inc).pdf BID SUBMITTAL Bidder's Bond Bid Bond.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Unnamed Section 1 MOBILIZATION LS 1 $140,000.00 $140,000.00 2 PROVIDE POLLUTION LIABLILITY INSURANCE LS 1 $7,500.00 $7,500.00 3 SWPPP IMPLEMENTATION LS 1 $20,000.00 $20,000.00 4 SURVEYING SERVICES LS 1 $40,000.00 $40,000.00 PlanetBids, Inc. City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 5 PREPARE TRAFFIC CONTROL PLANS LS 1 $25,000.00 $25,000.00 6 TRAFFIC CONTROL IMPLEMENTATION LS 1 $55,000.00 $55,000.00 7 DEWATERING LS 1 $35,000.00 $35,000.00 8 GROUNDWATER TREATMENT LS 1 $6,000.00 $6,000.00 9 PROVIDE AS -BUILT DRAWINGS LS 1 $5,000.00 $5,000.00 10 UTILITY VERIFICATION LS 1 $25,000.00 $25,000.00 11 CLEARING AND GRUBBING LS 1 $133,625.00 $133,625.00 12 REMOVE BURIED PGC PAVEMENT SF 10700 $3.50 $37,450.00 13 REMOVE PCC CURB OR MOW STRIP LF 3080 $10.00 $30,800.00 14 REMOVE PCC CURB AND GUTTER LF 3230 $12.15 $39,244.50 15 REMOVE PCC CROSS GUTTER SF 850 $4.50 $3,825.00 16 REMOVE PCC VALLEY GUTTER LF 80 $5.50 $440.00 17 REMOVE PCC SIDEWALK OR RAMP SF 24000 $2.75 $66,000.00 18 REMOVE PCC DRIVEWAY, ALLEY APPROACH, MEDIAN PAVEMENT, BUS PAD, OR SURFACE ROADWAY PAVEMENT SF 11700 $3.30 $38,610.00 19 REMOVE BUILDING STRUCTURE AND SURROUNDING IMPROVEMENTS LS 1 $113,500.00 $113,500.00 Plan etE5ids, lim Page 2 City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UOM Qty Unit Price 20 REMOVE PERIMETER WALL PlanetBida, ln(4, Line Total Comment $7,892.50 $5,150.00 $3,500.00 $2,220.00 $223,600.00 $26,400.00 $20,020.00 $22,820.00 $25,850.00 $4,730.00 $39,375.00 $55,860.00 $8,925.00 $337.500.00 $189,660.00 Page 3 LF 205 $38.50 21 REMOVE AND INSTALL NEW NEWSSTAND MACHINE EA 2 $2,575.00 22 REMOVE ABANDONED VAULT IN SIDEWALK EA 1 $3,500.00 23 REMOVE ABANDONED POST FOUNDATION EA 4 $555.00 24 UNCLASSIFIED EXCAVATION CY 3440 $65.00 25 EXCAVATE, HANDLE, AND DISPOSE OF HAZARDOUS SOIL CY 160 $165.00 26 OVEREXCAVATE FOR SUBGRADE STABILIZATION CY 2800 $7.15 27 STABILIZE SUBGRADE WITH GRAVEL WRAPPED IN A GEOTEXTILE FABRIC CY 2800 $8.15 28 PLACE AND COMPACT ENGINEERING FILL CY 470 $55.00 29 IMPORT MATERIAL TON 860 $5.50 30 CRUSHED MISCELLANEOUS BASE CY 525 $75.00 31 COLD MILL AND CRACK SEAL ASPHALT PAVEMENT SF 147000 $0.38 32 COLD MILL AND JOINT/CRACK SEAL CONCRETE PAVEMENT SF 2550 $3.50 33 AC PAVEMENT TON 2700 $125.00 34 ARHM PAVEMENT TON 2180 $87.00 PlanetBida, ln(4, Line Total Comment $7,892.50 $5,150.00 $3,500.00 $2,220.00 $223,600.00 $26,400.00 $20,020.00 $22,820.00 $25,850.00 $4,730.00 $39,375.00 $55,860.00 $8,925.00 $337.500.00 $189,660.00 Page 3 City of Newport Beach Page 4 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 35 REPLACE BURIED PCC PAVEMENT SF 3950 $5.25 $20,737.50 36 PCC CURB AND GUTTER LF 2020 $20.00 $40,400.00 37 PCC CURB LF 3880 $13.65 $52,962.00 38 PCC VALLEY GUTTER LF 150 $31.85 $4,777.50 39 PCC RAMP SF 3100 $15.50 $48,050.00 40 TRUNCATED DOMES (MEDIAN ISLANDS ONLY) EA 8 $1,000.00 $8,000.00 41 PCC SIDEWALK SF 19000 $4.90 $93,100.00 42 PCC BIKE LANE WITH MONOLITHIC CURB SF 7550 $8.00 $60,400.00 43 PCC BUS TURNOUT WITH MONOLITHIC CURB SF 3875 $6.85 $26,543.75 44 PCC DRIVEWAY APPROACH SF 2980 $9.35 $27,863.00 45 PCC ALLEY APPROACH SF 500 $7.10 $3,550.00 46 PCC LOCAL DEPRESSION SF 280 $49.00 $13,720.00 47 MASONRY SOUND WALL LF 100 $225.00 $22,500.00 48 REMOVE CATCH BASIN (3.5 -FT) EA 7 $1,230.00 $8,610.00 49 REMOVE CATCH BASIN (7 -FT) EA 1 $2,1.50.00 $2,150.00 PianEe[Bid s, lncC City of Newport Beach Page 5 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 50 REMOVE AND SALVAGE EXISTING AND INSTALL NEW SIDEWALK STORM DRAIN JUNCTION BOX TO NEW GRADE EA 1 $2,750.00 $2,750.00 51 REMOVE 12 -IN PVC PIPE LF 30 $50.00 $1,500.00 52 REMOVE 18 -IN RCP LF 40 $55.00 $2,200.00 53 CATCH BASIN (3.5 -FT) EA 5 $3,750.00 $18,750.00 54 CATCH BASIN (7 -FT) EA 2 $4,125.00 $8,250.00 55 CATCH BASIN (14 -FT) EA 1 $5,500.00 $5,500.00 56 CLEARWATER BMP -02 EA 3 $5,500.00 $16,500.00 57 CLEARWATER BMP -03 EA 2 $5,500.00 $11,000.00 58 CLEARWATER BMP -04 EA 3 $4,220.00 $12,660.00 59 CONCRETE COLLAR EA 4 $2,050.00 $8,200.00 60 JUNCTION STRUCTURE EA 2 $3,050.00 $6,100.00 61 12 -IN PVC STORM DRAIN LF 15 $255.00 $3,825.00 62 18 -IN RCP STORM DRAIN LF 55 $205.00 $11,275.00 63 PARKWAY CULVERT EA 1 $5,000.00 $5,000.00 64 REMOVE AND SALVAGE EXISTING ABANDONED WATER VALVE BOX EA 10 $250.00 $2,500.00 Plans'yids, Inc, City of Newport Beach Page 6 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 65 REMOVE AND SALVAGE EXISTING AND INSTALL NEW RELOCATED FIRE HYDRANT ASSEMBLY EA 3 $12,650.00 $37,950.00 66 REMOVE AND SALVAGE EXISTING AND INSTALL NEW RELOCATED 2 -IN WATER SERVICE AND BACKFLOW PREVENTER EA 1 $11,000.00 $11,000.00 67 REMOVE AND SALVAGE EXISTING AND INSTALL NEW WATER METER BOX AT NEW GRADE EA 4 $550.00 $2,200.00 68 REMOVE AND SALVAGE EXISTING AND INSTALL NEW WATER VALVE BOX AT NEW GRADE EA 23 $450.00 $10,350.00 69 REMOVE AND SALVAGE EXISTING AND INSTALL NEW AIR AND VACUUM RELEASE VALVE ASSEMBLY AT NEW GRADE EA 2 $8,150.00 $16,300.00 70 REMOVE AND SALVAGE EXISTING AND INSTALL NEW RELOCATED AIR AND VACUUM RELEASE VALVE ASSEMBLY EA 4 $8,150.00 $32,600.00 71 REMOVE AND SALVAGE EXISTING AND INSTALL NEW MONITORING WELL BOX AT NEW GRADE EA 2 $330.00 $660.00 72 REMOVE AND SALVAGE EXISTING AND INSTALL NEW SEWER OR STORM DRAIN CLEAN OUT AT NEW GRADE EA 3 $330.00 $990.00 73 REMOVE AND SALVAGE EXISTING AND INSTALL NEW WATER VAULT VENT AND CONNECTION PIPE EA 2 $3,000.00 $6,000.00 74 REMOVE AND SALVAGE EXISTING AND INSTALL NEW ANODE BOX AT NEW GRADE EA 2 $330.00 $660.00 75 ADJUST WATER VAULT ACCESS HATCH AND MANHOLE TO GRADE EA 1 $1,800.00 $1,800.00 76 ADJUST SEWER OR STORM DRAIN MANHOLE TO GRADE EA 20 $650.00 $13,000.00 77 REMOVE AND SALVAGE PARKING METER EA 16 $50.00 $800.00 78 INSTALL NEW PARKING METER EA 2 $1,000.00 $2,000.00 79 RELOCATE ELECTRONIC PARKING METER MACHINE IN PARKING LOT EA 1 $4,200.00 $4.200.00 PlanetRids, Inc. City of Newport Beach Page 7 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 80 REMOVE AND SALVAGE EXISTING AND INSTALL NEW ELECTRICAL PULL BOX AT NEW GRADE EA 2 $850.00 $1,700.00 81 REMOVE ABANDONED ELECTRICAL METER PEDESTAL AND VAULT EA 1 $3,460.00 $3,460.00 82 REMOVE AND SALVAGE STREET LIGHT PULL BOX EA 26 $108.00 $2,808.00 83 NEWPORT BOULEVARD/30TH STREET TRAFFIC SIGNAL MODIFICATION LS 1 $154,100.00 $154,100.00 84 NEWPORT BOULEVARD/30TH STREET TEMPORARY TRAFFIC SIGNAL OPERATION LS 1 $36,500.00 $36,500.00 85 NEWPORT BOULEVARD/32ND STREET TRAFFIC SIGNAL MODIFICATION LS 1 $196,200.00 $196,200.00 86 NEWPORT BOULEVARD/32ND STREET TEMPORARY TRAFFIC SIGNAL OPERATION LS 1 $32,000.00 $32,000.00 87 NEWPORT BOULEVARD/FINLEY AVENUE TRAFFIC SIGNAL MODIFICATION LS 1 $168,500.00 $168,500.00 88 NEWPORT BOULEVARD/FINLEY AVENUE TEMPORARY TRAFFIC SIGNAL OPERATION LS 1 $35,600.00 $35,600.00 89 NEWPORT BOULEVARD/VIA LIDO TRAFFIC SIGNAL MODIFICATION LS 1 $126,000.00 $126,000.00 90 NEWPORT BOULEVARD/VIA LIDO TEMPORARY TRAFFIC SIGNAL OPERATION LS 1 $17,000.00 $17,000.00 91 INSTALL FIBER OPTIC CABLE LS 1 $14,650.00 $14,650.00 92 SIGNING AND STRIPING 93 CLASS A TOP SOIL LS 1 $48,050.00 $48,050.00 CY 770 $60.00 $46,200.00 94 IRRIGATION SLEEVES IN ROADWAY LF 925 $37.00 $34,225.00 PlanetBsds, hlc. City of Newport Beach $7,950.00 $850.00 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results $6,600.00 $1,800.00 Type Item Code UOM Qty Unit Price 95 CONSTRUCT ENRICHED CONCRETE PAVING SF 1667 $41.00 96 CONSTRUCT CONCRETE MOW STRIP LF 333 $10.00 97 FURNISH AND INSTALL TREE GRATES AND FRAMES EA 23 $1,200.00 98 CONSTRUCT CONCRETE TREE GRATE CURB LF 420 $31.00 99 FURNISH AND INSTALL ROOT CONTROL BARRIER LF 335 $9.50 100 FURNISH AND INSTALL BENCH 101 FURNISH AND INSTALL BIKE RACK EA 2 102 FURNISH AND INSTALL TRASH RECEPTACLE EA 3 103 FURNISH AND INSTALL IRRIGATION SYSTEM SF 16005 104 IRRIGATION SYSTEM MODIFICATION SF 5082 105 FURNISH AND INSTALL TREE BUBBLERS SET 54 106 SOIL PREPARATION AND WEED ABATEMENT PROGRAM SF 16005 107 SODDED TURF SF 5082 108 FURNISH AND INSTALL 20' BROWN TRUNK HEIGHT PALMS EA 36 109 FURNISH AND INSTALL 48" BOX TREES EA 18 pians,tBid�a, lac, Line Total Comment $68,347.00 $3,330.00 $27,600.00 $13,020.00 $3,182.50 $2,650.00 $7,950.00 $850.00 $1,700.00 $2,200.00 $6,600.00 $4.70 $75,223.50 $3.30 $16,770.60 $55.00 $2,970.00 $0.65 $10,403.25 $1.45 $7,368.90 $1,800.00 $64,800.00 $1,595.00 $28,710.00 Page 8 City of Newport Beach Page 9 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 110 FURNISH AND INSTALL 5 GALLON SHRUBS EA 1042 $25.30 $26,362.60 111 FURNISH AND INSTALL 6" POT SHRUBS EA 911 $6.60 $6,012.60 112 FURNISH AND INSTALL 3" THICK MULCH SF 10555 $1.05 $11,082.75 113 90 -DAY POST -INSTALLATION LANDSCAPE ESTABLISHMENT AND MAITENANCE PHASE LS 1 $3,300.00 $3,300.00 114 FURNISH AND INSTALL NEW TYPE 11 STREETLIGHT STANDARD WITH DUAL MAST ARM AND LUMINAIRE EA 5 $8,155.00 $40,775.00 115 FURNISH AND INSTALL NEW LITHONIA LIGHTING STANDARD AND LUMINARE EA 5 $3,360.00 $16,800.00 116 FURNISH AND INSTALL NEW PULL BOX EA 24 $376.00 $9,024.00 117 REMOVE EXISTING AND INSTALL NEW SINGLE -METER SERVICE CABINET EA 1 $3,600.00 $3,600.00 118 FURNISH AND INSTALL NEW CONDUITS WITH 3 CONDUCTORS EA 1800 $19.00 $34,200.00 119 FURNISH AND INSTALL NEW CONDUITS WITH 5 CONDUCTORS EA 200 $32.80 $6,560.00 120 FURNISH AND INSTALL 5 NEW CONDUCTORS IN EXISTING CONDUIT EA 100 $6.15 $615.00 121 INTERCEPT EXISTING CONDUIT WITH PULL BOX EA 2 $605.00 $1,210.00 122 INSTALL AND CONNECT NEVA/ CONDUIT INTO EXISTING PULL BOX EA 1 $110.00 $110.00 123 CONNECT NEW AND EXISTING CONDUIT AND REMOVE AND INSTALL CONDUCTORS EA 1 $230.00 $230.00 124 REMOVE AND SALVAGE EXISTING STREETLIGHT STANDARD EA 17 $1,615.00 $27,455.00 PlanerBids, Inc:, City of Newport Beach NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO (C-4881), bidding on January 12, Bid Results Type Item Code UO P3anetBicts, Inc, Page 10 M Qty Unit Price Line Total Comment 125 PROVIDE GENERAC MOBILE LITE GENERATOR EA 1 $39,500.00 $39,500.00 Subtotal $3,967,186.45 Total $3,967,186.45 Subcontractors Name & Address Description License Num Amount Type Black Rock Construction PCC Flatwork 943308 $275,000.00 282 N. Crispen Brea, CA 92821 United States Kato Landscape, Inc. Landscape/Irrigation 806122 $250,000.00 18182 Bushard Street Fountain Valley, CA 92708 United States Superior Pavement Markings Signing/Striping 776306 $48,000.00 5312 Cypress Street Cypress, CA 90630 United States Shaw & Sons, Inc. Enriched Concrete 2741444 $63,000.00 829 W. 17th St., Suite 5 Costa Mesa, CA 92627 United States Starlight Surveying, Inc. Survey 5848 $40,000.00 17955 Sky Park Circle Suite F Irvine, CA 92614 United States Vic's Concrete Breaking and Demo 774141 $79,000.00 Removal 19703 Morgan Court Yorba Linda, CA 92886 United States KDC Inc., dba Dynalectric Electrical 550173 $925,000.00 4462 Corporate Center Or Los Alamitos, CA 90720 United States R.J. Noble Company AC 782908 $170,000.00 CADIR 15505 E. LINCOLN AVENUE ORANGE, CA 92865 United States P3anetBicts, Inc, Page 10 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO CONTRACT NO. 4881 PART 2 - GENERAL PROVISIONS 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 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 5-4 RELOCATION 5-5 DELAYS 5-7 ADJUSTMENTS TO GRADE 5-6 COOPERATION SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 6-7.1 General 6-7.2 Working Days 6-7.4 Working Hours 6-9 LIQUIDATED DAMAGES 6-11 SEQUENCE OF CONSTRUCTION SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7-5 PERMITS 7-7 COOPERATION AND COLLATERAL WORK 7-8 WORK SITE MAINTENANCE 7-8.4.3 Storage of Equipment and Materials in Public Streets 1 1 1 1 1 2 2 2 3 3 3 3 3 4 4 4 4 4 4 5 5 5 6 6 6 6 6 7 7 7 7 8 9 9 10 10 10 11 11 11 7-8.6 Water Pollution Control 11 7-8.6.2 Best Management Practices (BMPs) 12 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 12 7-8.6.4 Dewatering 14 7-8.7.2 Steel Plates 15 7-10 PUBLIC CONVENIENCE AND SAFETY 15 7-10.1 Traffic and Access 15 7-10.3 Street Closures, Detours and Barricades 16 7-10.4 Safety 17 7-10.4.1 Safety Orders 17 7-10.5 "No Parking" Signs 17 7-10.6 Notices to Residents and Businesses 18 7-10.7 Street Sweeping Signs and Parking Meters 18 7-15 CONTRACTOR'S LICENSES 19 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 19 SECTION 9 - MEASUREMENT AND PAYMENT 19 9-3 PAYMENT 19 9-3.1 General 19 9-3.2 Partial and Final Payment. 38 PART 2 - CONSTRUCTION MATERIALS 38 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 38 200-1 ROCK PRODUCTS. 38 200-1.2 Crushed Rock and Rock Dust. 38 200-2 UNTREATED BASE MATERIALS. 38 200-2.1 General. 38 201-1 PORTLAND CEMENT CONCRETE 38 201-1.1 Requirements 38 201-1.1.2 Concrete Specified by Class and Alternate Class 38 201-1.2 Materials 39 201-1.2.1 Portland Cement 39 201-2 REINFORCEMENT FOR CONCRETE 39 201-2.2 Steel Reinforcement 39 201-2.2.1 Reinforcing Steel 39 201-7 NON -MASONRY GROUT 39 201-7.2 Quick Setting Grout 39 SECTION 203 — BITUMINOUS MATERIALS 39 203-6 ASPHALT CONCRETE 39 203-6.4 Asphalt Concrete Mixtures 39 203-6-4.3 Composition of Grading 39 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 39 203-11.1 General 40 SECTION 207 - PIPE 40 207-2 REINFORCED CONCRETE PIPE (RCP) 40 207-2.1 General 40 207-2.5 Joints 40 207-9 IRON PIPE AND FITTINGS 40 207-9.2 Ductile Iron Pipe for Water and Other Liquids 40 207-9.2.2 Pipe Joints 40 207-9.2.3 Fittings 41 207-9.2.6 Polyethylene Encasement for External Corrosion Protection 41 SECTION 209 — ELECTRICAL COMPONENTS 41 209-4.9 STREET LIGHTING SYSTEM MATERIALS 41 SECTION 214 - PAVEMENT MARKERS 48 214-4 NONREFLECTIVE PAVEMENT MARKERS 48 214-5 REFLECTIVE PAVEMENT MARKERS 48 SECTION 215 — MISCELLANEOUS ITEMS 48 215-1 TRUNCATED DOMES 48 215-2 CLEARWATER BMP 48 215-2.1 Materials. 48 PART 3 - CONSTRUCTION METHODS 49 SECTION 300 - EARTHWORK 49 300-1 CLEARING AND GRUBBING 49 300-1.1 General. 49 300-1.2 Preservation of Property. 51 300-1.3 Removal and Disposal of Materials 51 300-1.3.1 General 51 300-1.3.2 Requirements 52 300-1.5 Solid Waste Diversion 52 300-1.6 Building Demolition. 53 300-2 UNCLASSIFED EXCAVATION 54 300-2.1 General. 54 300-4 UNCLASSIFED FILL 56 300-4.1 General. 56 SECTION 301—TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 56 301-1 SUBGRADE PREPARATION 56 301-1.1 General 56 301-1.3 Relative Compaction 56 301-1.6 Adjustment of Manhole Frame and Cover Sets to Grade 56 301-2 UNTREATED BASE 57 301-2.3 Compacting 57 SECTION 302 - ROADWAY SURFACING 57 302-5 ASPHALT CONCRETE PAVEMENT 57 302-5.1 General 57 302-5.4 Tack Coat 57 302-9 ASPHALT RUBBER HOT MIX (ARHM) 57 302-9.1 General 57 302-9.1.1 Tack Coat 57 302-9.5 Rolling 58 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 58 302-6.6 Curing 58 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 58 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 58 303-5.1 Requirements 58 303-5.1.1 General 58 303-5.5 Finishing 58 303-5.5.1 General 59 303-5.5.2 Curb S9 303-5.5.4 Gutter 59 303-5.7 Repairs and Replacements 59 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-2 TRAFFIC SIGNAL CONSTRUCTION 307-5 TEMPORARY STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-5.3 Temporary Standards, Signals, Luminaries and Lamps. 307-20 SALVAGED MATERIALS SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-3 HEADER INSTALLATION 308-4 PLANTING 308-5 IRRIGATION SYSTEM INSTALLATION 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 308-7 GUARANTEE 308-8 PAYMENT SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.7 Layout, Alignment, and Spotting 310-5.6.8 Application of Paint 310-5.6.11 Pavement Markers SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT 59 60 60 60 60 61 61 62 63 63 65 68 70 71 71 71 71 71 71 72 72 72 QROF CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT No. 63466 P SPECIAL PROVISIONS k �'�" OF NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO CONTRACT NO. 4881 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. R -6023-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications 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 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 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, "The work necessary for the completion of this contract consists of mobilization, SWPPP implementation, staking and survey monument restoration, traffic control, dewatering (including treatment of hazardous groundwater), as -built preparation, utility verification, utility company coordination, roadway and parking lot site demolition and removals (including buried concrete pavement removal), building demolition and removals (including monitoring and abatement of hazardous building materials), clearing and grubbing, roadway and parking lot grading and earthwork Page 1 of 72 (including removal of hazardous soil), subgrade preparation and stabilization, cold milling of existing asphalt and concrete pavement, construction of hot mix asphalt (HMA), asphalt rubberized hot mix (ARHM), concrete curbs and gutters, concrete bike lane, concrete sidewalk and ramps, decorative concrete sidewalk, concrete bus turnouts, concrete driveways, concrete alley intersections, concrete valley gutters, crushed miscellaneous base, masonry sound wall, drainage facilities, permanent BMPs, slurry backfill, new utilities, utility relocations and adjustments, landscaping and irrigation, street and parking lot lighting systems, miscellaneous site amenities, traffic signals systems, signing and striping, and all other work required by the contract documents. 2-7 SUBSURFACE DATA Add to this section, "The following reports have been prepared for the City of Newport Beach and are attached in the Appendix. These reports are incorporated into the project Contract Documents. Contractor is responsible to complete all recommendations as identified in these reports. 1. "Geotechnical Evaluation Newport Boulevard and 32nd Street Modifications, Newport Beach, California" prepared by Ninyo & Moore and dated October 23, 2013. (Geotechnical Report) — See Appendix C 2. "Hazardous Building Material Survey, 3201 Newport Boulevard, Newport Beach, California" prepared by Ninyo & Moore and dated June 12, 2015. (HBMS) — See Appendix D 3. "Aerially Deposited Lead and Limited Site Investigation, Newport Boulevard and 32nd Street Modifications Project, Newport Beach, California" prepared by Ninyo & Moore and dated July 22, 2015. (ADL&LSI)" — See Appendix E 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete this section and replace with the following: "Consistent with California's Business and Professions Code §8771, California's Streets and Highways Code §1810.5 and the Greenbook Section 2-9.1, the Contractor's Licensed Land Surveyor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments and their accessories 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. The street centerlines for both Newport Boulevard and 32nd Street have been realigned. Post construction, the Contractor's Licensed Surveyor shall monument the Page 2 of 72 new centerline alignment and prepare a Record of Survey with the County per California's Business and Professions Code §8762(b)(1) & (4) and City of Newport Beach standards." 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 VA Consulting now Stantec and can be contacted at (949) 474-1400. 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. It is recommended that the Contractor stake the roadway gutter flowlines and adjust the curb height as required to construct ADA compliant sidewalks per the details shown on the Plans. When staking the gutter flowlines and prior to constructing the curb and gutter, the Contractor shall confirm that no low point exists in the flowlines except for at the drainage inlets. This is most critical when joining the existing curb and gutter. The flowline may need to be adjusted slightly to provide positive drainage when joining the existing flowlines. SECTION 3 - CHANGES IN WORK 3-3 EXTRA 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 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 Page 3 of 72 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 materials. 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 3`d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." Add the following: "The location and existence of the utilities shown on the Plans are approximate and taken from available records. Prior to the start of construction the Contractor shall pothole the following locations: utility/s poles, trees, street/parking lot lights, catch basins, sto structures, underground vaults, and any other new unc may be in conflict with an existing underground utility. In verify the location (horizontally and vertically), size, an (whether shown on the plans or not) that may conflict potholing or other suitable methods. This includes (but is which may be in conflict with the new pavement secti Contractor shall review the utility verification data vers Page 4 of 72 eeve crossings, traffic signal 'm drain join points, junction E)rground improvement which addition, the Contractor shall 1 type of all existing utilities with a new improvement by not limited to) shallow utilities ►n. Prior to construction, the is the Plans and inform the Engineer if there are any conflicts found. The Contractor shall also confirm that the drainage facilities will drain with the minimum slope required per Plan by comparing the field verified storm drain join point with the upstream storm drain invert elevation shown on plans. Prior to construction, the Contractor will forward the results of this utility verification to the Engineer. The cost for this work will be included in the "Utility Verification" bid item and no additional compensation will be allowed therefor." 5-2 PROTECTION Add the following: "In the event that an existing pull or meter box or cover, identified in the Plans to be relocated or salvaged to the City, is damaged by the Work and is not re - useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5-4 RELOCATION Add to this section: "The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, and Time Warner Cable to have their existing utilities relocated as shown on the Plans. The Contractor shall coordinate with each utility company for the relocation of their facilities in advance of work to avoid potential delays to the Project Schedule. The contact information for each agency is shown below: Southern California Edison: Mark Trentacosta 7333 Bolsa Avenue Westminster, CA 92683 Mark.trentacosta@sce.com (714) 895-0573 The Gas Company (Verification): Wilson Baldelomar 1919 S. State College Blvd Anaheim, CA 92806 wbaldelomar@semprautilities.com (714) 634-5091 The Gas Company (Transmission): Rosalyn Squires Rsquires@semprautilities.com 5-5 DELAYS AT&T: Steven J Besneatte 3939 E Coronado Avenue, 2nd Floor Anaheim, CA 92807 sb1658@att.com (949) 480-6084 Time Warner Cable: Joe Barrios 7142 Chapman Avenue Garden Grove, CA 92841 joe.barrios@twcable.com (714) 709-3390 Add the following: "Utility verification by the Contractor shall include checking the proposed locations for new and relocated utility company improvements. The proposed locations shown on the plans are schematic. Prior to construction, the Contractor shall coordinate directly with each utility company to confirm the exact location for each of their new and relocated improvements and then confirm that the new or relocated new Page 5 of 72 improvement will not conflict with existing or new improvements. It shall be the Contractor's responsibly to confirm this prior to construction so as to not delay the project if conflicts are found." 5-7 ADJUSTMENTS TO GRADE Add this section: "The Contractor shall adjust or replace to finish grade City -owned water meter boxes, electrical pull boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. Manholes may be reused where so indicated on the plans or as directed by the Engineer. All existing meter boxes, pull boxes, valve covers, cleanout covers, and survey monument covers shall be salvaged to the City's Utilities Yard at 949 West 16th Street. and replaced with new boxes and covers. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, Time Warner Cable, 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." 5-6 COOPERATION Add this section: The work window required for each utility company is as follows: Utility Company Working Days Required AT&T (ATT) 10 Southern California Edison (SCE) 15 Southern California Gas Company (SGC) 20 Time Warner Cable (TWC) 5 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 Page 6 of 72 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 100 consecutive working days after the date on the Notice to Proceed. It is anticipated that the Newport Beach City Council will award this construction contract on January 26, 2016. Contractor shall be ready start construction on February 1, 2016. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working 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 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31 st (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. Lane closure on Newport Boulevard shall not occur until after 9:00 a.m. Refer to Section 6-11 Sequence of Construction for construction sequencing and special lane closure requirements. Page 7 of 72 Final ARHM finish course paving and striping within public right-of-way shall be completed during night working hours. Planned traffic signal outages ("dark" or "red -flash") shall be during night hours (10:00 pm to 5:00 am). Unless otherwise noted, evening traffic outages are allowed Sunday - Wednesday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. For those locations where night work would facilitate the construction and minimize the disruption to the community, the following requirements shall apply: A. Night work hours shall be considered to be from 9:00 p.m. to 6:00 a.m. Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. 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". In addition to the specified overall contract time described in Section 6-7.1, the Contractor shall complete the proposed parking lot by April 29, 2016 as described in Section 6-11. If the parking lot is not completed by this date, an additional liquidated damage of $1,000 will be assessed for each consecutive calendar day until completion of the parking lot. All concrete improvements as described in Section 6-11 shall be completed by May 27, 2016. An additional liquidated damage of $2,000 will be assessed for each consecutive calendar day until completion of concrete improvements. Page 8 of 72 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." 6-11 SEQUENCE OF CONSTRUCTION The demolition of the existing wall and construction of new sound wall along the northerly property line of 3204 Marcus Avenue shall be completed before any other demolition or construction activities. Contractor shall demolish the existing building at 3201 Newport Boulevard and complete the construction of the proposed parking lot by April 29, 2016. The entire parking lot is to be accessible and available for public parking and in full operation prior to this date. Improvements associated with full operation of parking lot shall consist of, but not be limited to, building demolition, removal or relocation of conflicting existing improvements, grading, utility relocation and installation, construction of driveway access from 32nStreet, construction of pedestrian access to and from the parking lot, irrigation improvements for landscaping, concrete improvements within parking lot, asphalt paving, pavement striping, installation of pay station and parking lot lighting. Landscape may be completed at a later date to allow for a weed abatement period for the planting areas. Contractor is responsible for any damages to the new parking lot caused by landscape improvements. Contractor shall complete all concrete improvements, which consist of, but not be limited to, curb and gutters, sidewalks, enriched concrete paving, driveway approaches, bike lanes, gutters, curb ramps, and storm drain catch basins by May 27, 2016. Contractor will be required to maintain a minimum of 2 vehicular thru travel lanes in each direction on Newport Boulevard between Memorial Day (May 30, 2016) and Labor Day (September 5, 2016) at all times, with the exception of night work. Bike lines and sidewalks will also need to remain open during this period. Contractor will need to implement temporary pavement striping to meet this requirement. Contractor shall maintain functionality of the existing fiber optic line on 32"d Street until the proposed replacement fiber optic line is in service. The existing fiber optic line may only be out of service for a maximum of three (3) consecutive workings day, excluding weekends, in order to complete the switch over to the new fiber optic system. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 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: "Prior to the start of work, the Contractor shall obtain a CalOSHA permit to perform excavation or trench work (as required by permit requirements), in compliance with CCR Title 8 §341. 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 approximately $2,400 (exact amount to be confirmed by Contractor) and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. A "Various Locations 1166 Permit" will be required from the South Coast Air Quality Management District (SCAMQD) to excavate and dispose of hazardous soil per Section 300.2.1 of these Special Provisions. Refer to Section 6 of the attached Aerially Deposited Lead and Limited Site Investigation report. A copy of the Application Form, Applicant's Statement, and Application Instructions are attached as Appendix B for reference. The City of Newport Beach will retain the services of an Environmental Consulting Company who will obtain this permit and comply with all of its monitoring requirements. The Contractor shall comply with the permit requirements in order to excavate and dispose of hazardous soil. The excavator working in the "Areas of Concern" location must hold a 40 -hour HAZWOPER Certification. Page 10 of 72 Contractor will be required to procure a building demolition permit from the City's Building Division. Demolition plans have been reviewed and approved. The plan check number is 2369-2015. 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 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." The Contractor shall, at its own expense, coordinate with Econolite, Inc. for a technician to be present during a traffic signal turn -on at locations which receive new traffic signal cabinets. Additionally, the Contractor shall coordinate a manufacturer's representative to be present during the turn -on for Emergency Vehicle Preemption systems and Battery Backup systems." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 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 Page 11 of 72 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.aov/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. The cost for preparing and implementing the BMP plans shall be included in the "SWPPP Implementation" bid item and no additional compensation will be allowed therefor." 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Add to this section: A Storm Water Pollution Prevention Plan (SWPPP) has been prepared for the project and is hereby incorporated into the contract documents. The contractor shall implement and maintain the requirements of the SWPPP, including all required Best Management Practices, during all phases of project construction. The implementation of the SWPPP shall be performed by a Qualified SWPPP Practitioner (QSP) to be retained by the Contractor at the Contractor's expense. SWPPP implementation shall be subject to inspection by the City and any identified deficiencies shall be corrected by the Contractor at the Contractor's expense. The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the Contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall contain (2) copies and one (1) Adobe Acrobat Page 12 of 72 "pdf' file copy on a compact disc. The SWPPP must be kept at the construction site during construction and also be available for review when requested by the RWQCB, the City or City designates. Contractor is not responsible for filing a Notice of Intent (NOI) for Permit coverage or a Notice of Termination (NOT) at project end. City will file a NOI for permit coverage and file a (NOT) at the end of the project through the SWRCB SMARTS system. The Contractor shall ensure that Best Management Practices (BMPs) within the SWPPP are implemented by a Qualified SWPPP Practitioner (QSP). The QSP shall be: • Responsible for stormwater pollution control work. • The primary contact for stormwater pollution control work. Have authority to mobilize crews to make immediate repairs to stormwater pollution control practices. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the City throughout the duration of the project for the City's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1 st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the City incurs any Administrative Civil Liability (fine) imposed by the CRWQCB-Santa Ana Region, as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may, in the exercise of his sole judgment and discretion, withhold from payments otherwise due the Contractor a sufficient amount to cover the Civil Liability. Failure of the Contractor to follow construction BMP requirements outlined in the SWPPP may also result in the immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030 of the City's Municipal Code. The Contractor shall be responsible for all costs and for any liability imposed by law as a result of the Contractor's failure to comply with the requirements set forth in this section, including but not limited to, compliance with the applicable provisions of the Caltrans Handbooks, General Permit, Federal, State, and local regulations. For the purpose of this paragraph, costs and liabilities include, but are not limited to, fines, penalties and damages whether assessed against the City or the Contractor, including those levied under the Federal Clean Water Act and those levied under the authority of the CRWQCB. The cost for preparing and implementing the BMP plans shall be included in the "SWPPP Implementation" bid item and no additional compensation will be allowed therefor." Page 13 of 72 7-8.6.4 Dewatering Add the following to the end of this section: "Per the Geotechnical Report, free groundwater was encountered as shallow as 3 to 5 feet below ground surface. The elevation of free groundwater will vary depending on fluctuating tide levels. For bidding purposes, the Contractor shall assume that free groundwater will be encountered at all excavations that are two (2) feet or more below existing ground finished surface. Dewatering methods and disposal of water from dewatering operations shall be the sole responsibility of the Contractor and shall conform to the requirements of the State Regional Water Quality Control Board, the requirements of the National Pollution Discharge Elimination System (NPDES), OCSD's Special Purpose Discharge Permit requirements, and the Federal Clean Water Act. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area when groundwater is encountered. Dewatering system may consist of, but not be limited to, multiple well points along a trench, deep wells for concentrated flows, or a combination of both. 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 permit 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. The Contractor shall also be required to provide dewatering for the construction of all utility company improvements, relocations, and adjustments. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Lump Sum Price for "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 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. The Contractor shall protect all open excavations from runoff of surface water. The Contractor shall verify existing conditions before starting work, including adjacent improvements and structures, and sanitary sewer access locations for approved disposal of water. The Contractor shall protect existing adjacent structures, and improvements from damage caused by dewatering operations. 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 to City and OCSD showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Page 14 of 72 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. This OCSD Special Discharge Permit requires submitting a groundwater sample to be analyzed. If any constituents are found at that time which exceed the OCSD permit limits, then the contractor must treat it so the constituent levels are lower than the OCSD permit limits. The process shall be monitored by the Contractor in accordance with the site specific OCSD special discharge permit. The Contractor should review the ADL&LSI (see Appendix E) in order to familiarize themselves with the expected existing groundwater conditions." 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates 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, the California Manual on Uniform Traffic Control Devices (CA MUTCD), and the Work Area Traffic Control Handbook (WATCH), 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 Page 15 of 72 of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3) 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/or detour plans for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by Traffic Control Engineering, Inc of Brea, CA (David Kuan, 714- 447-6077) and conform to the provisions of the CA MUTCD and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Editions. 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. At a minimum, the Contractor shall maintain one lane of traffic in each direction on Newport Boulevard during working hours prior to May 30, 2016 (Memorial Day) and after September 5, 2016 (Labor Day). A minimum of two lanes of traffic in each direction shall be maintained during non -working hours and during the summer months between Memorial Day and Labor Day. Refer to Section 6-11 of these Special Provisions for special lane closure requirements during the Summer season. 6. The Contractor will be allowed to close one alley or side street at a time to complete the work. Work in other alleys and side streets can take place if not immediately adjacent to the first area of work and does not cause any other impacts to residents, such as loss of street parking or access. The Contractor shall make special accommodations to provide access for residents with disabilities in the closed alleys and streets. 7. Sidewalk closures shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER Page 16 of 72 SIDE signs on barricades at the closest crosswalk or controlled intersection. Contractor shall remove and replace sidewalk segments in the same day in order to minimize impacts to businesses. The Contractor shall complete the removal and reconstruction of sidewalk on one side of Newport Blvd prior to starting the other side in order to allow bicycle and pedestrian access. Contractor shall maintain Pedestrian access thru the project site on at least one side of the street at all times. 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 9. The Contractor shall provide up to four (4) Changeable Message Signs (CMS) for the duration of construction to inform the public of the project, delays and alternate routes. Placement of CMS will be as determined by the City one week prior to beginning of construction. CMS messages will be determined by the City and Contractor will be required to update the messages as needed or as directed by the City. 10. In order to maintain minimum travel lanes, the Contractor will be required to install temporary striping multiple times. Traffic control plans will need to reflect temporary striping. 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 Section 7-10.5 "No Parking" Signs 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 Page 17 of 72 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. Add the following Section 7-10.6 Notices to Residents and Businesses 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. In addition to the forty-eight hour notice, the Contractor shall hand out two Temporary Parking Permits to each business on Newport Blvd within project limits. The Temporary Parking Permits shall be filled out and signed by the Engineer and valid during the period of construction 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 Section 7-10.7 "Street Sweeping Signs and Parking Meters" 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. Contractor shall also post "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after the construction of the parking lot, 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. Add the following Section 7-15 Contractor's Licenses: Page 18 of 72 7-15 CONTRACTOR'S LICENSES 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. Add the following Section 7-16 Contractor's Records/As-built Drawings: 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." 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: Work under this item shall include, but not be limited to, providing bonds, insurance and financing, establishing a material and equipment storage location, documenting existing conditions, providing submittals, construction schedule, and all required reporting documentations, attending all project coordination meetings, coordinating with all applicable agencies, water districts, health departments, stakeholders and utility companies, and all other related work as required by the Page 19 of 72 Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removing all USA Markings and providing any required documentation and turnover items as noted in these Special Provisions. Item No. 2 Provide Pollution Liability Insurance: Work under this item shall include maintaining a policy providing Contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $1,000,000 per loss and $2,000,000 in the aggregate per policy period. Item No. 3 SWPPP Implementation: Work under this item shall include implementation of the Storm Water Pollution Prevention Plan (SWPPP) in accordance with Sections 7-8.6.2 and 7-8.6.3. Item No. 4 Surveying Services: Work under this item shall include the cost of surveying, construction staking, centerline ties, all horizontal alignment, survey monument adjustment, filing of corner records, reestablishment of property corners disturbed by the work, record of survey; protection and restoration of existing monuments and other survey items as required to complete the work in place. Item No. 5 Prepare Traffic Control Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for the preparation of traffic control plans. Traffic control plans shall be prepared by Traffic Control Engineering, Inc of Brea, CA (David Kuan, 714- 447-6077). An amount of $25,000 is determined for this bid item. Item No. 6 Traffic Control Implementation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, temporary driveway or sidewalk improvements and flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the California Manual on Uniform Traffic Control Devices (CA MUTCD) and W.A.T.C.H. Manual, Latest editions, and City of Newport Beach requirements. Item No. 7 Dewatering: Work under this item shall include providing a dewatering system as described in Section 7-8.6.4, 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, submitting a groundwater sample, 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. 8 Groundwater Treatment: Work under this item shall include providing a system to treat groundwater so that constituent levels are lower than the OCSD Special Page 20 of 72 Discharge Permit. Payment for this bid item will only be made if OCSD Special Discharge Permit test sample indicates constituent levels higher than allowed. Item No. 9 Provide As -Built Drawings: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for monthly progress 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 -build drawings. Item No. 10 Utility Verification: Work under this item shall include potholing and verifying the location of existing utilities, checking results against improvement plans to determine if any existing utilities are in conflict with new improvements, confirming drainage facilities will drain with the minimum slope required per Plan, and providing results to Engineer in accordance with Section 5-1. Item No. 11 Clearing and Grubbing: Work under this item shall include all clearing and grubbing required, including tree removals, to perform the construction operations that is not specifically specified in a separate bid item. Item No. 12 Remove Buried P.C.C. Pavement: Work under this item shall include sawcutting, removing and disposing of the buried P.C.C. pavement, and all other work items as required to complete the work in place. Item No. 13 Remove P.C.C. Curb or Mow Strip: Work under this item shall include saw cutting, removing, and disposing of the existing P.C.C. curb or mow strip to the limits shown on the plans, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 14 Remove P.C.C. Curb and Gutter: Work under this item shall include saw cutting, removing, and disposing of the existing P.C.C. curb and gutter to the limits shown on the plans, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 15 Remove P.C.C. Cross Gutter: Work under this item shall include saw cutting, removing, and disposing of the existing P.C.C. cross gutter, spandrels, and monolithically pour curb to the limits shown on the plans, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 16 Remove P.C.C. Valley Gutter: Work under this item shall include saw cutting, removing, and disposing of the existing P.C.C. valley gutter to the limits shown on the plans, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 17 Remove P.C.C. Sidewalk or Ramp: Work under this item shall include saw cutting, removing, and disposing of the existing P.C.C. sidewalk, ramps (including truncated domes), and monolithically poured curbs to the limits shown on the plans, Page 21 of 72 restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 18 Remove P.C.C. Driveway, Alley Approach, Median Pavement, Bus Pad or Surface Roadway Pavement: Work under this item shall include saw cutting, removing, and disposing of the existing P.C.C. driveway, P.C.C. alley approach, P.C.C. median pavement, P.C.C. Bus Pad and P.C.C. surface roadway pavement, and monolithically poured curbs to the limits shown on the plans, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 19 Remove Building Structure and Surrounding Improvements: Work under this item shall include the remediation of the existing building as identified in the attached Hazardous Building Material Survey, demolishing, removing and disposing of all existing improvements within 3201 Newport Boulevard including, but not limited to, the existing building structure and building foundation, existing hardscape adjacent to building, existing staircase adjacent to building, existing bank vault inside building, existing trash bins and trash enclosure and its foundation adjacent to building, existing masonry retaining wall and its foundation adjacent to building, existing metal handrail adjacent to building, existing bollards and foundation along north side of building, and existing raised planters adjacent to building. This bid item shall also include abandoning and capping existing utility services, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 20 Remove Perimeter Wall: Work under this item shall include the removal and disposal of masonry perimeter wall, foundation, and wall drains to the limits shown on the plans, filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 21 Remove and Install New Newsstand Machine: Work under this item shall include the removal and salvaging of existing newsstand machine, installation of new newsstand machine (match existing), restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 22 Remove Abandoned Vault in Sidewalk: Work under this item shall include verifying the vault is abandoned, the removal and disposal of vault, filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 23 Remove Abandoned Post Foundation: Work under this item shall include the removal and disposal of abandoned post foundation, filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Page 22 of 72 Item No. 24 Unclassified Excavation: Work under this item shall include sawcutting, removing, excavating, hauling, stockpiling and disposing of existing A.C. pavement base, subgrade, abandoned utilities, and any other native/non-native underground material to the limits shown on the plans, grading, compaction of subgrade, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Note that Item No. 25 Excavate, Handle, and Dispose of Hazardous Soil: Work under this item shall include excavating, hauling, stockpiling and disposing of hazardous soil to the limits shown on the plans per the requirements of these Special Provisions and the SCAMQD Various Locations 1166 Permit. This work shall also include restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 26 Overexcavate Subgrade for Subgrade Stabilization: As approved by the Engineer, work under this item shall include excavating, hauling, stockpiling and disposing of existing base, subgrade, abandoned utilities, and any other native/non- native underground material to the limits shown on the plans for subgrade stabilization, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 27 Stabilize Subgrade with Gravel Wrapped in a Geotextile Fabric: As approved by the Engineer, work under this item shall include hauling, placing gravel wrapped in a geotextile fabric for subgrade stabilization, compaction of gravel, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 28 Place and Compact Engineering Fill: Work under this item shall include the hauling, placement and compaction (including subgrade) of engineering fill for areas within the roadway prism and new parking lot and all other work items as required to complete the work in place. Placing fill material to fill voids due to the removal of existing site improvements, placing backfill material for structures, and placing bedding and backfill material for utility trenches shall all be incidental to the unit cost of those items and shall not be included in this bid item. Item No. 29 Import Material: Work under this item shall include the hauling and stockpiling of import material and all other work items as required to complete the work in place. Payment for imported materials will not be allowed if excavated material classified as engineering fill is available on-site. Item No. 30 Crushed Miscellaneous Base: Work under this item shall include the hauling, placement and compaction of crushed miscellaneous base under pavements, driveways, alley intersections, valley gutters, bus turnouts, and all other work items as required to complete the work in place. Item No. 31 Cold Mill and Crack Seal Asphalt Pavement: Work under this item shall include cold milling the asphalt roadway to a variable depth (up to 4 -Inches) below existing finished grade as shown on the drawings, routing out the cracks, applying a soil Page 23 of 72 sterilizer, crack sealing of the existing asphalt roadway with a hot -applied crack sealant and all other work items as required to complete the work in place. Item No. 32 Cold Mill and Joint/Crack Seal Concrete Pavement: Work under this item shall include cold milling the concrete pavement to a variable depth (up to 3 - inches) below existing finished grade as shown on the drawings, routing out the joints/cracks, applying a soil sterilizer, joint/crack sealing of the existing concrete and all other work items as required to complete the work in place. Item No. 33 AC Pavement: Work under this item shall include application of tack coat, placement, spreading, and compaction of asphalt concrete pavement and all other work items as required to complete the work in place. Item No. 34 ARHM Pavement: Work under this item shall include application of tack coat, placement, spreading, and compaction of ARHM pavement and all other work items as required to complete the work in place. Item No. 35 Replace Buried P.C.C. Pavement: Work under this item shall include subgrade compaction, constructing P.C.C. pavement to match existing, doweling new P.C.C. pavement into existing and all other work items as required to complete the work in place. Thickness of buried PCC pavement shall match existing thickness which is assumed to be 12 inches thick. Item No. 36 PCC Curb and Gutter: Work under this item shall include subgrade compaction, constructing 4 -inch, 6 -inch, 8 -inch and variable height PCC curb and gutter, re -chiseling of curb face for existing underground utilities, curb drains, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 37 PCC Curb: Work under this item shall include subgrade compaction, constructing 6 -inch, 8 -inch, 10 -inch and variable height PCC curb, re -chiseling of curb face for existing underground utilities, curb drains, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 38 PCC Valley Gutter: Work under this item shall include subgrade compaction, constructing PCC valley gutter, transitions, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 39 PCC Ramp: Work under this item shall include subgrade compaction, constructing PCC ramp, construction of monolithically poured retaining curbs, installation of truncated domes, grooves, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 40 Truncated Domes (Median Islands Only): Work under this item shall include subgrade compaction, installation of truncated domes at locations without curb Page 24 of 72 ramps, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 41 PCC Sidewalk: Work under this item shall include subgrade compaction, constructing the PCC sidewalk, asphalt treated felt expansion board and sealant adjacent to existing buildings, and all other work items as required to complete the work in place. Item No. 42 PCC Bike Lane with Monolithic Curb: Work under this item shall include subgrade compaction, constructing PCC bike lane with monolithic curb and variable curb face height, re -chiseling of curb face for existing underground utilities, curb drains, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 43 PCC Bus Turnout with Monolithic Curb: Work under this item shall include subgrade compaction, constructing PCC bus turnout with monolithic curb, re - chiseling of curb face for existing underground utilities, curb drains, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 44 PCC Driveway Approach: Work under this item shall include subgrade compaction, constructing PCC driveway approach, monolithic curbs, and all other work items as required to complete the work in place. Item No. 45 PCC Alley Approach: Work under this item shall include subgrade compaction, constructing PCC alley approach, monolithic curbs, and all other work items as required to complete the work in place. Item No. 46 PCC Local Depression: Work under this item shall include subgrade compaction, constructing PCC local depression, and all other work items as required to complete the work in place. Item No. 47 Masonry Sound Wall: Work under this item shall include structure excavation, subgrade compaction, placing concrete foundation, reinforcement, masonry block and cap, structure backfill, and all other work items as required to complete the work in place. Item No. 48 Remove Catch Basin (3.5 Feet): Work under this item shall include the removal and disposal of 3.5 feet wide catch basins, salvaging the existing frame and cover and delivering to location specified by City (or disposing it if City chooses), filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 49 Remove Catch Basin (7 Feet): Work under this item shall include the removal and disposal of 7 feet wide catch basins, salvaging the existing frame and cover and delivering to location specified by City (or disposing it if City chooses), filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Page 25 of 72 Item No. 50 Remove and Salvage Existing and Install New Sidewalk Storm Drain Junction Box to New Grade: Work under this item shall include the removal and disposal of existing storm drain junction box, installation of new storm drain junction box (match existing), setting top of storm drain junction box flush with new sidewalk, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 51 Remove 12 -Inch PVC Pipe: Work under this item shall include the removal and disposal of 12 -Inch diameter PVC pipe to the limits shown on the plans, filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 52 Remove 18 -Inch RCP: Work under this item shall include the removal and disposal of 18 -Inch diameter RCP to the limits shown on the plans, filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 53 Catch Basin (3.5 Feet): Work under this item shall include exposing utilities in advance of work, excavation, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, temporary patching or plating, subgrade compaction, constructing 3.5 feet catch basin, installing base, shaft, steps, grade rings, manhole frames and covers, connection to the new and/or existing storm drain, backfill, and all other work items as required to complete the work in place. Item No. 54 Catch Basin (7 Feet): Work under this item shall include exposing utilities in advance of work, excavation, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, temporary patching or plating, subgrade compaction, constructing 7 feet catch basin, installing base, shaft, steps, grade rings, manhole frames and covers, connection to the new and/or existing storm drain, backfill, and all other work items as required to complete the work in place. Item No. 55 Catch Basin (14 Feet): Work under this item shall include exposing utilities in advance of work, excavation, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, temporary patching or plating, subgrade compaction, constructing 14 feet catch basin with modified curved wall and reduced opening, installing base, shaft, steps, grade rings, manhole frames and covers, connection to the new and/or existing storm drain, backfill, and all other work items as required to complete the work in place. Item No. 56 Clearwater BMP -02: Work under this item shall include installation of Clearwater BMP -02 and all other work items as required to complete the work in place. Item No. 57 Clearwater BMP -03: Work under this item shall include installation of Clearwater BMP -03 and all other work items as required to complete the work in place. Page 26 of 72 Item No. 58 Clearwater BMP -04: Work under this item shall include installation of Clearwater BMP -04 and all other work items as required to complete the work in place. Item No. 59 Concrete Collar: Work under this item shall include excavation, subgrade compaction, constructing concrete collar, connection to the new and existing storm drain, backfill, and all other work items as required to complete the work in place. Item No. 60 Junction Structure: Work under this item shall include exposing utilities in advance of work, excavation, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, temporary patching or plating, subgrade compaction, constructing junction structure, installing base, shaft, steps, grade rings, manhole frames and covers, connection to the new and/or existing storm drain, backfill, and all other work items as required to complete the work in place. Item No. 61 12 -inch PVC Storm Drain: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, installing pipe, installing external joint sealer, placing bedding and backfill (including type 2 slurry), compaction, fittings, connecting to existing and new facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, pavement section repair, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 62 18 -inch RCP Storm Drain: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, installing pipe, installing external joint sealer, placing bedding and backfill (including type 2 slurry), compaction, fittings, connecting to existing and new facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, pavement section repair, disposing of excess excavation materials and all other work items as required to complete the work in place. Item No. 63 Parkway Culvert: Work under this item shall include excavation, subgrade compaction, constructing parkway culvert, connection to the new and existing drainage facility, backfill, and all other work items as required to complete the work in place. Item No. 64 Remove and Salvage Existing Abandoned Water Valve Box: Work under this item shall include the removal of abandoned water valve boxes, salvaging the cover and delivering to location specified by City (or disposing it if City chooses), filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Page 27 of 72 Item No. 65 Remove and Salvage Existing and Install New Relocated Fire Hydrant Assembly: Work under this item shall include the removal of existing fire hydrant assembly, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, filling voids with unclassified fill, exposing utilities in advance of utility excavation operations, pavement removal, trench excavations, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, shoring, bracing, temporary patching or trench plates, installing new fire hydrant assembly, placing bedding and backfill (including type 2 slurry), compaction, connecting to existing and new facilities, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 66 Remove and Salvage Existing and Install New Relocated 2 -Inch Water Service and Backflow Preventer: Work under this item shall include the removal of existing water service, meter box, meter, and backflow preventer, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, filling voids with unclassified fill, exposing utilities in advance of utility excavation operations, pavement removal, trench excavations, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, shoring, bracing, temporary patching or trench plates, installing new water service and backflow preventer assembly, placing bedding and backfill (including type 2 slurry), compaction, connecting to existing and new facilities, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 67 Remove and Salvage Existing and Install New Water Meter Box at New Grade: Work under this item shall include the removal of existing water meter box, meter, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, temporary patching or trench plates, compaction, installing new water meter box, pavement section repair, placing water meter box flush with pavement, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 68 Remove and Salvage Existing and Install New Water Valve Box at New Grade: Work under this item shall include the removal of existing water valve cover, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, temporary patching or trench plates, lower and raising valve cover during paving operations, compaction, installing new water valve cover at new grade, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 69 Remove and Salvage Existing and Install New Air and Vacuum Release Valve Assembly at New Grade: Work under this item shall include the removal of existing air and vacuum release valve assembly, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining Page 28 of 72 materials, temporary patching or trench plates, compaction, installing new air and vacuum release valve assembly, pavement section repair, placing air and vacuum release valve assembly appurtenances flush with pavement, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 70 Remove and Salvage Existing and Install New Relocated Air and Vacuum Release Valve Assembly: Work under this item shall include the removal of existing air and vacuum release valve assembly, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, filling voids with unclassified fill, exposing utilities in advance of utility excavation operations, pavement removal, trench excavations, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, shoring, bracing, temporary patching or trench plates, installing new air and vacuum release assembly, placing bedding and backfill (including type 2 slurry), compaction, connecting to existing and new facilities, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 71 Remove and Salvage Existing and Install New Monitoring Well Box at New Grade: Work under this item shall include the removal of existing monitoring well cover, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, temporary patching or trench plates, lower and raising monitoring well cover during paving operations, compaction, installing new monitoring well cover at new grade, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 72 Remove and Salvage Existing and Install New Sewer or Storm Drain Clean Out at New Grade: Work under this item shall include the removal of existing clean out cover, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, temporary patching or trench plates, lower and raising clean out cover during paving operations, compaction, installing new clean our cover at new grade, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 73 Remove and Salvage Existing and Install New Water Vault Vent and Connection Pipe: Work under this item shall include the removal of existing water vault vent and connection pipe, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, filling voids with unclassified fill, exposing utilities in advance of utility excavation operations, pavement removal, trench excavations, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, shoring, bracing, temporary patching or trench plates, installing new water vault vent and connection pipe (match existing), placing bedding and backfill, compaction, connecting to existing and new facilities, pavement section repair, restoring all existing improvements damaged by Page 29 of 72 the work, and all other work items as required for performing the work complete and in place. Item No. 74 Remove and Salvage Existing and Install New Anode Box at New Grade: Work under this item shall include the removal of existing anode box, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, temporary patching or trench plates, compaction, installing new anode box, pavement section repair, placing anode box flush with pavement, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 75 Adjust Water Vault Access Hatch and Manhole to Grade: Work under this item shall include the adjusting, lower and raising of access hatch and manhole during paving operations, temporary patching or trench plates, compaction, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 76 Adjust Sewer or Storm Drain Manhole to Grade: Work under this item shall include the adjusting, lower and raising of manholes during paving operations, temporary patching or trench plates, compaction, pavement section repair, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 77 Remove and Salvage Parking Meter: Work under this item shall include the removal of existing parking meter and foundation, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 78 Install New Parking Meter: Work under this item shall include excavation, compaction, construction of foundation, installation of new parking meter, and all other work items as required to complete the work in place. Item No. 79 Relocate Electronic Parking Meter Machine In Parking Lot: Work under this item shall include the removal and salvaging of electronic parking meter machine, the removal and disposal of foundation, excavation, compaction, construction of foundation, installation of new electronic parking meter machine provided by City, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 80 Remove and Salvage Existing and Install Electrical Pull Box at New Grade: Work under this item shall include the removal of existing electrical pull box, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, temporary patching or trench plates, compaction, installing new electrical pull box, pavement section repair, placing electrical pull box flush with pavement, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Page 30 of 72 Item No. 81 Remove Abandoned Electrical Meter Pedestal and Vault Work under this item shall include the complete removal of the abandoned electrical meter pedestal and vault, salvaging any materials the City chooses and delivering them to a location specified by City, disposing of remaining materials, backfill, compaction, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 82 Remove and Salvage Existing Street Light Pull Box: Work under this item shall include the removal of street light pull box, salvaging the pull box and delivering to location specified by City (or disposing it if City chooses), filling voids with unclassified fill, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 83 Newport Boulevard/30th Street Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Newport Boulevard/30 h Street intersection per the Plans, the Special Provisions and Supplemental. Item No. 84 Newport Boulevard/30th Street Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Newport Boulevard/30th Street intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 85 Newport Boulevard/32nd Street Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Newport Boulevard/32nd Street intersection per the Plans, the Special Provisions and Supplemental. Item No. 86 Newport Boulevard/32nd Street Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Newport Boulevard/32nd Street intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to Page 31 of 72 complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 87 Newport Boulevard/Finley Avenue Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Newport Boulevard/Finley Avenue intersection per the Plans, the Special Provisions and Supplemental. Item No. 88 Newport Boulevard/Finley Avenue Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Newport Boulevard/Finley Avenue intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 89 Newport Boulevard/Via Lido Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Newport Boulevard/Via Lido intersection per the Plans, the Special Provisions and Supplemental. Item No. 90 Newport Boulevard/Via Lido Street Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Newport Boulevard/Via Lido intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 91 Install Fiber Optic Cable: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install Single Page 32 of 72 Mode Fiber Optic cable, including terminating and splicing the cable for the intended operation per the Plans, Special Provision, and Supplemental. Item No. 92 Signing and Striping: Work under this item shall include installing traffic striping, pavement markings, pavement markers, removing or relocating existing sign panels and posts, installing new sign panels on posts, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 93 Class A Top Soil: Work under this item shall include the hauling, stockpiling, subgrade preparation, placement and compacting of Class A topsoil, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Class A top soil shall be placed in landscaping areas as shown on the Civil Plans. Item No. 94 Irrigation Sleeves in Roadway: Work under this item shall include installing all irrigation sleeves including, but not limited to, pavement removal, exposing utilities in advance of trench excavation operations, trench excavations or boring, shoring, bracing, temporary patching or trench plates, installing conduit, placing bedding and backfill (including type 2 slurry), compaction, fittings, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, pavement section repair, disposing of excess excavation materials and all other work items as required to complete the work in place. This work only covers sleeves within the Roadway as shown on the Civil Plans. All other irrigation sleeves are per the landscaping and irrigation bid items. Item No. 95 Construct Enriched Concrete Paving. Work under this item shall include all labor, tools, equipment, and material costs for preparing subgrade, installing forms, and constructing decorative PCC paving as on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 96 Construct Concrete Mow Strip. Work under this item shall include all labor, tools, equipment, and material costs for preparing subgrade, installing forms, and constructing mow strips as on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 97 Furnish and Install Tree Grates and Frames. Work under this item shall include all labor, tools, equipment, and material costs for preparing subgrade, installing concrete and frame and tree grates. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 98 Construct Concrete Tree Grate Curb. Work under this item shall include all labor, tools, equipment, and material costs for preparing subgrade, installing forms, and constructing tree grate curbs as on the plans and as required by these Page 33 of 72 specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 99 Furnish and Install Root Control Barrier. Work under this item shall include all labor, tools, equipment, and material costs for preparing subgrade, excavation, and installing root barriers as on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 100 Furnish and Install Bench. Work under this item shall include all labor, tools, equipment, and material costs for related to the installation of bench as on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 101 Furnish and Install Bike Rack. Work under this item shall include all labor, tools, equipment, and material costs for related to the installation of bike rack as on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 102 Furnish and Install Trash Receptacle. Work under this item shall include all labor, tools, equipment, and material costs for related to the installation of trash receptacle as on the plans and as required by these specifications. This bid item shall also include restoring all existing improvements damaged by this work, and all other work items required to complete the work in place. Item No. 103 Furnish and Install Irrigation System: Contractor shall provide all labor, materials, and equipment necessary to furnish and install the irrigation system as shown on the drawings and as specified herein, including but not limited to irrigation materials and related appurtenances, parkway sleeves, connection to water and electrical utilities, excavation and backfill of pipe trenches, as-builts, record drawings, guarantees, permits and licenses, testing, inspections and clean-up operations. Item No. 104 Irrigation System Modification: Contractor shall provide all labor, materials, and equipment necessary to modify the existing irrigation system as shown on the drawings and as specified herein, including but not limited to irrigation materials and related appurtenances, connection to water and electrical utilities, excavation and backfill of pipe trenches, repair of existing irrigation damaged by this work, assuring continued operation of existing to remain irrigation components and system, as-builts, record drawings, guarantees, permits and licenses, testing, inspections and clean-up operations. Item No. 105 Furnish and Install Tree Bubblers: Contractor shall provide all labor, materials, and equipment necessary to furnish and install the tree bubblers as shown on the drawings and as specified herein, including but not limited to all materials and related appurtenances, connection to irrigation system, excavation and backfill of pipe trenches, as-builts, record drawings, guarantees, permits and licenses, testing, inspections and clean-up operations. Page 34 of 72 Item No. 106 Soil Preparation and Weed Abatement Program: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for applying herbicides, irrigation, fertilization and all other items as required to complete work in place prior to plant installation. Item No. 107 Sodded Turf: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, delivering, storing, furnishing, and installing sodded turf, soil amendments, providing scaled plant photos, and all other items as required to complete the work in place. Item No. 108 Furnish and Install 20' Brown Trunk Height Palms: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, delivering, storing, furnishing, and installing a 20' brown trunk height palms, soil amendments, providing scaled plant photos, and all other items as required to complete the work in place. Item No. 109 Furnish and Install 48" Box Trees: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, delivering, storing, furnishing, and installing a 48" box tree, soil amendments, providing scaled plant photos, and all other items as required to complete the work in place. Item No. 110 Furnish and Install 5 Gallon Shrubs: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, delivering, storing, furnishing, and installing 5 gallon shrub, soil amendments, providing scaled plant photos, and all other items as required to complete the work in place. Item No. 111 Furnish and Install 6" Pot Shrubs: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for transporting, delivering, storing, furnishing, and installing 6" pot shrubs, soil amendments, providing scaled plant photos, and all other items as required to complete the work in place. Item No. 112 Furnish and Install 3" Thick Mulch: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing a 3 -inch thick layer of mulch, appurtenances, and all other items as required to complete the work in place. Item No. 113 90 -Day Post -Installation Landscape Establishment and Maintenance Phase: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision and all other items necessary to establish and maintain the landscaping for the entire duration of the Landscape Establishment and Maintenance Phase. Item No. 114 Furnish and Install New Type II Streetlight Standard with Dual Mast Arm and Luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing existing street light standard and installing new Type II (31'-3") Standard (Ameron Cat. No. 6-131-31-F8), 8' Dual Mast Arm (1 -AP - Page 35 of 72 8 -DA), and GE 130 watt, 10,300 lumen (#ERS2-3-HX-EX-5-40-4-GRAY), 240 volt LED luminaire (street light standard) on existing foundation, as shown on plan or as directed by the Engineer; re -grouting; sawcutting; removing and disposing existing pavement section to accommodate improvements; furnishing and installing new GE 130 watt, 10,300 lumen, 240 volt LED luminaire with shorting cap; furnishing and installing double fuse holder with 5 amp fuses (Tron #HEX -AA) in adjacent pull box as per Detail `C' as noted on the plans; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; installing pole number tag as directed by the Engineer; furnishing and installing sign(s) as directed by the Engineer; and all other items to complete work in place. Item No. 115 Furnish and Install New Lithonia Lighting Standard and Luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing existing street light standard and installing new (12') Standard (Lithonia Lighting Cat. No. SSS-12-4C-DM19AS-DNA) and New D -Series Size 0, 91 watt, 9,076 lumen (#DSXO-LED-40C-700-40K-T3M-MVOLT-SPUMBA- SNAXD), LED Luminaire: (parking lot, street light standard), as shown on plan or as directed by the Engineer; re -grouting; sawcutting; removing and disposing existing pavement section to accommodate improvements; furnishing and installing new Lithonia 91 watt, 9,076 lumen, MVolt LED luminaire with shorting cap; furnishing and installing double fuse holder with 5 amp fuses (Tron #HEX -AA) in adjacent pull box as per Detail `C' as noted on the plans; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; installing pole number tag as directed by the Engineer; furnishing and installing sign(s) as directed by the Engineer; and all other items to complete work in place. Item No. 116 Furnish and Install New Pull Box: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing #3Y2 F concrete pull box, or as directed by the Engineer, per Detail `B' and Detail `C' as noted on the plans; installing minimum 24" of additional wiring and coil (pigtail) within pull box; removing pavement; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; and all other items to complete work in place. Item No. 117 Remove Existing and Install New Single -Meter Service Cabinet: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing, constructing, installing new single -meter stainless steel Myers service cabinet as directed by the Engineer, base/foundation, and electrical components per CNB STD -206-L; installing 3" PVC conduit with pullrope from service cabinet to adjacent SCE service point as required by SCE; coordinating with the Engineer and SCE for service connection and core drilling; connecting conductors and wiring; providing new Type V photoelectric cell and 60 amp contactors and 2-2P 20 amp breakers for the required circuits; labeling circuits per NEC; installing twist -lock photo electric cell with shield facing away from traffic within cabinet; removing pavement, excavating, backfilling, compacting, disposing of excess excavated materials, restoring surface (full panels) to match adjacent area including landscaping Page 36 of 72 and irrigation systems as directed by the Engineer, temporary patching or plating, controlling ground and surface water, and all other items to complete work in place. Item No. 118 Furnish and Install New Conduits with 3 Conductors: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 1-1/4" PVC conduit with 248 insulated conductors, 148 bare conductor, and appurtenances to make required connections, wiring, and all other items to complete work in place. Conduit ends shall be sealed with ductseal or approved equal. Conduit shall be installed under sidewalk/parkway/street or as directed by the Engineer. Item No. 119 Furnish and Install New Conduits with 5 Conductors: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 1-1/4" PVC conduit with 448 insulated conductors, 148 bare conductor, and appurtenances to make required connections, wiring, and all other items to complete work in place. Conduit ends shall be sealed with ductseal or approved equal. Conduit shall be installed under sidewalk/parkway/street or as directed by the Engineer. Item No. 120 Furnish and Install 5 New Conductors in Existing Conduits: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 448 insulated conductors, 148 bare conductor, and appurtenances in existing conduit; removing, salvaging, and/or disposing existing wiring; and all other items to complete work in place. Conduit ends shall be re -sealed with ductseal or approved equal. Item No. 121 Intercept Existing Conduit with Pull Box: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing new #3'/2 F concrete pull box, or as directed by the Engineer, per Detail V and Detail 'C' as noted on the plans; installing minimum 24" of additional wiring and coil (pigtail) within pull box; splicing the new and existing conductors; removing pavement; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; and all other items to complete work in place Item No. 122 Install and Connect New Conduit into Existing Pull Box: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new conduit (size as noted on Plans) into existing pull box; splicing new 248 insulated conductors, 148 bare conductor, to existing conductors; removing, salvaging, and/or disposing existing wiring; and all other items to complete work in place. Conduit ends shall be re -sealed with ductseal or approved equal. Item No. 123 Connect New and Existing Conduit and Remove and Install Conductors: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing existing series conductors within existing conduit as noted on Plans, abandoning conduit, and as directed by the Engineer; and all other work items to complete work in place. Page 37 of 72 Item No. 124 Remove and Salvage Existing Streetlight Standard: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for rotating existing street light standard; resetting on existing foundation to grade; remounting existing mast arm and luminaire to match existing orientation; re -grouting; restoring surface (full panels) to match adjacent area including irrigation systems; disposing of excess excavated materials; and all other work items to complete work in place. 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 200-1 ROCK PRODUCTS. 200-1.2 Crushed Rock and Rock Dust. Add to this section: Gravel for subgrade stabilization shall be 3/4" per Table 200-1.2(A). 200-2 UNTREATED BASE MATERIALS. 200-2.1 General. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 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 unless otherwise a higher strength concrete is specified on the plans or standard plans in which case the higher strength concrete shall be used. The Contractor shall assume that all utilities will be backfilled with concrete slurry and assume this in the unit cost of the various bid items. The concrete slurry mix shall Page 38 of 72 consist of concrete sand, cement, and water at minimum. The use of fly ash and other admixtures to improve workability is optional. The sand shall be commercially quality concrete sand. The sand gradation shall meet the Section 200-1.5.5 "Sand Gradations" of the Standard Specifications for Portland Cement Concrete sand gradation or ASTM C33 grading requirements for Fine Aggregate. Cement shall conform to Section 201- 1.2.1 "Portland Cement" of the Standard Specifications. A minimum of 188 pounds (2 - sacks) of cement per cubic yard is required for the concrete slurry mix. Water must be free from oil, salts, and other impurities that adversely affect the backfill. Sufficient water must be used to produce a fluid workable mix that flows and can be pumped without segregation during placement. 201-1.2 Materials 201-1.2.1 Portland Cement Add to this section: Portland Cement shall be Type IIN. 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. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Add to this section: The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. 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 shall be B 64-10 for the base and leveling courses. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS Page 39 of 72 203-11.1 General Add this Section: The class of asphalt rubber hot mix shall be ARHM-GG-C. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, sewers, and related structures. 207-2.5 Joints Add to this section: All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845- 6962." 207-9 IRON PIPE AND FITTINGS 207-9.2 Ductile Iron Pipe for Water and Other Liquids 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 harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. Page 40 of 72 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 fittings shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150B flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full-faced Buna- N, nylon impregnated rubber." 207-9.2.6 Polyethylene Encasement for External Corrosion Protection Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 -mil thick polyethylene. SECTION 209 — ELECTRICAL COMPONENTS Add the following Section 209-4.9 Street Lighting System Materials 209-4.9 STREET LIGHTING SYSTEM MATERIALS 209-4.9.1 Electroliers. Street Light standards shall conform to the City of Newport Beach Standard Special Provisions, Detail `D', and Detail `F', as noted on the plans. Luminaire Mast Arms (LMA) for Type II Standards shall be Ameron 8' LMA, respectively. Mast arms shall include top mount aluminum 8' LMA assembly with removable top cap. Luminaires for New Multiple Circuits LED Luminaires shall be: Lithonia Lighting LED Area Luminaire (Parking Lot) 91 watt 9,076 Lumen, M Volt, DSXO-LED-40C-700-40K-T3M-MVOLT-SPUMBA- DNAXD GE Evolve LED Roadway (Street Lighting) i 130 watt 10,300 Lumen, 240 volt, ERS2-3-HX-EX-5-40-4-GRAY Page 41 of 72 Contact: Pacific Lighting Sales, Pete Stevens (949) 597-1633. LED luminaires shall be warranted a minimum of 10 years from the date of project acceptance. 209-4.9.2 Anchor Bolts. Anchor bolts shall conform to the Detail Sheet as noted on the plans. 209-4.9.3 Conduit. Unless otherwise noted on the plans, conduit shall be 1V4" Schedule 40 PVC per Detail 'A' and Detail `B' as noted on the plans. 209-4.9.4 Wire. Wiring for street lighting shall consist of 2#8 insulated conductors for each circuit with 1#8 bare copper wire for grounding. Each street lighting circuit shall be color coded. Refer to project plans for color codes for each circuit. Fuse holders shall be model TRON #HEX -AA and contain Ferraz Shawmut Normal Blow GGU5 5A 120V Glass Fuses. Pull boxes shall be Eisel Enterprises No. 3%2 F or pre -approved equal per Detail `B' as noted on the plans. Type III -BF single -meter stainless steel service cabinets shall conform to the requirements of Detail 'A' as noted on the plans. 209-4.9.9 Photocells. Photocells shall be Fisher Pierce, twist lock. Photocells installed on service cabinets shall include control relays. Photocells on luminaires shall include shorting caps. SECTION 212 --LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.1 Topsoil 212-1.1.3 Class "B" Topsoil Delete section 212-1.1.4 Class "C" Topsoil Delete section 212-1.2 Soil Fertilizing and Conditioning Materials 212-1.2.2 Manure Delete section 212-1.2.3 Commercial Fertilizer Page 42 of 72 Add the following: Fertilizers shall comply with applicable requirements of the State Agricultural Code and shall be packaged, first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizers shall not contain toxic ingredients in quantities harmful to human, animal, or plant life. When requested, Contractor shall furnish the Engineer with a Certificate of Compliance stating that the material substantially meets the specifications. 212-1.2.4 Organic Soil Amendment Use Type 1 organic soil amendment. Add the following: Soil Amendments for Palms: 100% washed plaster sand. For each cubic yard of sand, blend two (2) pounds of 16- 16-16- commercial fertilizer prior to placement in planting hole 212-1.2.5 Mulch Use Type 5 mulch (fir bark chips). 212-1.3 Seed Delete section. 212-1.4 Plants 212-1.4.1 General Add the following: Plant material shall be in accordance with the State Department of Agriculture's regulations for nursery inspections, rules and grading. Nursery grown stock shall be selected from high quality, well -shaped stock, grown under climatic conditions similar to those in the project locale. Minimum acceptable size of plants specified shall correspond with that normally expected for the species and variety of commercially available nursery stock. Caliper shall be the diameter of the trunk one foot (1') above the ground surface and shall be the determining measurement for trees when indicated. Oversize plants may be used if not root bound, but shall not increase the Contract price. Up to ten percent (10%) of undersize plants in any one (1) variety and grade may be used; provided they are larger than the average size of the next smaller grade. Page 43 of 72 Scientific and common names conform to customary nursery usage. Types, sizes and quantities of plant materials shall be indicated on the drawings. The plant list shown on the drawings shall be used as a guide only. Contractor shall verify quantities by plan check. The Engineer reserves the Unsuitable plants shall be Contractor's expense. New condition as specified. 212-1.4.2 Trees Add the following: right to refuse or reject any unsuitable plant material. removed from the project site and replaced at the plants shall be the same species, variety, size and Palms: Palm trunk condition shall be free of any scarring or blemishes 212-1.4.5 Sod and Stollens Replace section with: Sod shall be grown from high quality propagative material, free from weeds, diseases, and insects, and shall be in accordance with the standards for regulation for nursery inspection of the State within which the project is located. Sod shall be machine cut at a uniform thickness of five-eighths of an inch (5/8") excluding top growth and thatch. Individual pieces shall be cut to the supplier's standard width and length with an allowable deviation of two percent (2%). Broken rolls or uneven ends will not be acceptable. Sod shall be harvested, delivered, and installed within a twenty-four (24) hour period. Sod shall be as indicated on the drawings. 212-1.4.6 Cuttings Delete section. 212-1.5 Headers, Stakes, and Ties 212-1.5.2 Headers and Stakes Delete section 212-1.5.3 Tree Stakes Replace Section with the following: Page 44 of 72 Provide tree stakes and guy wires as indicated on the drawings or an approved equal. 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1 Pipe and Fittings 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings Replace the first sentence in the second paragraph with the following: Schedule 40 pipe shall be used for installation on the discharge side of the control valves when the pipe size is 52mm (2 inch) or less. Schedule 40 pipe shall be used for installation on the pressurized supply line of the control valves when the pipe size is 38mm (1 1/2 inch) or less. Class 315 pipe shall be used for installation on the pressurized supply side of the control valves when the pipe size is 50mm (2 inch) or greater. The following paragraphs shall be added at the end of the subsection: All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer, and shall follow installation methods prescribed by the pipe manufacturer. 212-2.2 Valves and Valve Boxes 212-2.2.2 Gate Valves Replace section title with Ball Valve. The text of this subsection shall be deleted and replaced with the following: All valves shall be as identified on Construction Documents and per City review and approval. 212-2.2.4 Remote Control Valves Page 45 of 72 Add the following after paragraph number one: Remote control valve manufacturer and sizes shall be as indicated in plans and legend. 212-2.2.6 Quick Coupling Valves and Assemblies Replace the words 19mm (3/4")" in the first sentence of the first paragraph with "25mm (1„)„ 212-2.2.7 Valve Boxes Replace all text in this section with the following: Valve boxes shall be fabricated from a durable, weather -resistant plastic material resistant to sunlight and chemical action of soils. The valve box cover shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valve boxes shall be 18"x12"x12" rectangular size. Valve box covers shall be marked "RCV" with the valve identification number "heat branded" onto the cover in 2 inch high letters / numbers. Gate valve and quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with either "BV" or MCV" "heat branded" onto the cover in 2 inch high letters. 212-2.2.8 Master Control Valves Add new sub -section with the following text: The master control valve manufacturer and size shall be as indicated on plan and legend. 212-2.4 Sprinkler Equipment The text of this subsection shall be deleted and replaced with the following: Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the City Inspector. Irrigation bodies and nozzles shall feature low head drainage, pressure regulating and pressure compensating features. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. Smaller radii turf irrigation equipment shall consist of 6 pop -ups. All smaller radii shrub and groundcover irrigation equipment shall consist of 12 pop -ups, unless otherwise approved by the City. Smaller radii equipment are those components which irrigate within and under a radius of 22 feet. Page 46 of 72 SECTION 212-3 ELECTRICAL MATERIALS 212-3.2 Conduit and Conductors 212-3.2.1 Conduit Replace all text in this section with the following: Conduit and sweeps shall be Schedule 40 PVC, gray in color and specifically manufactured for use as electrical installation. The conduits shall be sized twice the diameter of the wire bundle to be carried within. All ends of conduit in valve and pull boxes shall be sealed using a waterproof material that can be easily removed from the conduit openings for the purpose of pulling wire through the conduit. 212-3.2.2 Conductors Add the following sentences to this section: Low voltage control wires shall have a single solid copper conductor with colored PVC coating. The pilot control wires shall be color coded a specific color per controller and the common wires color coded white with a strip matching the color of the pilot wires. The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the City. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with a different color stripe for each automatic controller. Install in accordance with valve manufacture's specifications and wire chart. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Install wires inside Schedule 40 Conduit anywhere it is not possible to place in pipe trench, or where wires must go under pavement. Conduit size shall be large enough to contain all necessary wires. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. An expansion curl should be provided within three (3) feet of each wire connection and at least every one hundred (100) feet of wire length on runs more than one hundred (100) feet in length and also at each change of direction. Expansion curls shall be formed by wrapping at least five (5) ruins of wire around a one -inch diameter pipe, then withdrawing the pipe. All splices shall be made with Pen-Tite wire connector, or approved equal. Use one splice per connector sealing pack. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the City. Page 47 of 72 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." Add the following Section 215 Miscellaneous Items: SECTION 215 — MISCELLANEOUS ITEMS 215-1 TRUNCATED DOMES 215-1 General. Raised truncated domes shall be per City of Newport Standard Drawing No. STD -181- L -D, shall be dark grey in color and shall be "Terra Paving" as manufactured by Wausau Tile, Inc. of Wisconsin or equal. 215-2 CLEARWATER BMP 215-2.1 Materials. Catch basin inserts shall have the following specifications: a) Product: Filter insert system shall provide a multiple -stage treatment process to filter storm water flows, remove trash and debris, settle particulate matter, remove lead and zinc, plus absorb and retain hydrophobic hydrocarbon materials. b) Capacity: Filter insert system shall have treatment flow capacity of 150 gallons/minute or greater. Filter insert system shall provide 4.5 cubic feet or more storage for filtered solids material. Trash and debris shall be 4.5 cubic feet or greater. c) Filter Media: Filter insert shall provide filter media to target finer solids and dissolved pollutants in storm water. Filter media shall comprise a column of porous media of various types. Filter Media shall be a minimum a 2.5" wide. Page 48 of 72 d) Fabrication: Filter insert system shall be fabricated with 304 stainless steel @ 16 gauge. e) Drainage: Filter insert system shall be self -draining within 24 hours for vector control. f) Installation: For retrofit of existing inlets, filter insert system shall assemble inside existing drain box and must be accomplished without additional excavation or concrete modification. g) Treatment Performance: Filter insert system shall have minimum removal efficiencies at flow rate of 64 gpm as stated below: h) Manufacture: Filter insert system shall be ClearWater BMP as manufactured by: CLEARWATER SOLUTIONS P.O. Box 2078 Vista, CA 92085-2078 800-758-8817 or equal. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General. Add to this Section: All trees within the limits of work shall be removed unless indicated to be protected on the Plans. All trees to be removed shall be clearly marked. Do not remove trees until approved by the Engineer. Cost for tree removal shall be included in the "Clearing and Grubbing" bid item. Page 49 of 72 Removal Constituent Efficiency TSS 90% Oil and 80% Grease Lead (Pb) 80% Zinc (Zn) 80% h) Manufacture: Filter insert system shall be ClearWater BMP as manufactured by: CLEARWATER SOLUTIONS P.O. Box 2078 Vista, CA 92085-2078 800-758-8817 or equal. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 General. Add to this Section: All trees within the limits of work shall be removed unless indicated to be protected on the Plans. All trees to be removed shall be clearly marked. Do not remove trees until approved by the Engineer. Cost for tree removal shall be included in the "Clearing and Grubbing" bid item. Page 49 of 72 In addition to the work outlined in Section 300-1, "Clearing and Grubbing," of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item: a) Removal and disposal of all vegetation, trash and other objectionable material from the affected portion of the public right-of-way and areas adjoining these to where indicated on the Plans. b) Maintain dust control at all times by watering, including developing a water supply and furnishing and placing alll water required for work done in the Contract, including water used for extra work. c) Protection and maintenance of existing, improvements, including utilities, trees, plants, irrigation, including temporary capping of facilities as required during construction, fences, walls and other facilities within the construction zone, except those specifically shown on the flans or directed by the Engineer to be removed or relocated. d) Maintenance of the site in a veal and orderly condition throughout the construction period and clearing and removal of debris from site of work. e) Removal of all USA mark -outs. f) The Contractor shall return all salvaged items to either the City or the adjacent property owner where they were removed. If the City or adjacent property owner does not want these items, then the Contractor shall legally dispose of them at locations outside of the project site. g) Trimming of trees for the Contractor's convenience shall be at the Contractor's expense and shall be subject to prior approval of the Engineer. h) Items to be salvaged shall be removed in a manner as to not damage them. Upon removeal, Engineer will review condition of salvaged material and direct to Contractor to either deliver the salvaged material City's Utilities Yard at 949 West 16th Street, another location with Ih,e City, or to dispose of off-site. The Contractor shall make arrangements for the delivery of salvaged materials the City Utilities Yard by contacting the City of Newport Beach Utilities Division at (949) 644-3011. i) In the event that a cultural or paleontological resource is exposed during ground disturbing activities, construction acthAties (e.g. grading, grubbing, or vegetation clearing) should be halted immediately near the discovery and the Contractor shall information the Engineer who will contact the City's Cultural Resource Specialist. j) Per State of California Health and Safety Code Section 7050.5, if human remains are discovered during ground disturbances, all construction activities shall be halted immediately near the discovery and the Contractor shall inform Page 50 of 72 the Engineer who will contact the City Coroner. Construction activities may not resume until the Coroner has made a determination of origin and disposition pursuant to PRC Section 5097.98. 300-1.2 Preservation of Property. Add to this Section: Contractor shall confirm all tree removals with Engineer prior to removal. 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. All materials removed shall be legally disposed of by the Contractor at locations outside the project site unless otherwise shown on the Plans or specified in the Special Provisions. All removal bid items (including hazardous material removals) shall include the cost of disposal and no additional compensation shall be allowed therefor. 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. 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. No section of curb or curb and gutter to be replaced shall be less than 72 inches, measured parallel to the flow line. If construction joints, score lines or fractures are present within 72 inches of the proposed removal area, measured parallel to the flow line, removals shall be extended to the nearest score line or joint, or to the nearest score line or joint beyond the fractured area. Reinforcing or other steel may be encountered in portions of concrete to be removed. No additional compensation will be allowed for the removal of concrete containing reinforcing or other steel. Page 51 of 72 Monolithically pours curbs shall be removed and considered included as part of the local depression, cross gutter, curb ramps and driveway removal areas. Existing truncated domes on curb ramps will be removed and considered included as part of the curb ramps removal areas. Backfill shall be placed and compacted to fill any voids created by removals. Backfill shall be placed and compacted in accordance with Section 300-4 "Unclassified Fill" of the Standard Specifications. This work shall be included in the individual removal item and no additional payment will be allowed therefor. For removals with foundations (building, walls, trash enclosure, bollards, street light poles, raised planters), the foundation removal shall be included as part of the individual removal item and no additional payment will be allowed therefor. 300-1.3.2 Requirements (a) Bituminous Pavement. Replace the first two sentences of this Section with: "Bituminous pavement shall be sawcut to full depth per Section 300-1.3.1 of these Special Provisions." (b) Concrete Pavement. Add the following: "Buried concrete pavement exists throughout the project limits. The approximate limits (based on available record drawings) are shown on the Plans. The concrete pavement is buried three (3) to 12 inches deep and is overlaid with asphalt pavement. The thickness of the concrete pavement is approximately 12 inches. It is anticipated that the Contractor will need to trench through the buried concrete pavement in order to install portions of the storm drain, water, electrical and irrigation improvements. When trenching through the buried concrete pavement is required, the Contractor shall sawcut and remove the concrete pavement to the width of the trench. The pipe or conduit shall be installed per the details shown on the Plans and these Special Provisions and the concrete pavement shall be replaced per the Plans. If the new improvement will conflict with the concrete pavement, the trench should be backfilled with 2 -sack slurry instead." (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-% inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 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. Page 52 of 72 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. Add the following Section 301.6 Building Demolition 300-1.6 Building Demolition. The building identified to be demolished shall be demolished per the Plans and these Special Provisions. All building materials shall be disposed of offsite. All utilities servicing the building shall be abandoned and capped. Per the HBMS, Asbestos -containing materials (ACMs), Lead -Containing Surfaces (LCSs), and other hazardous materials were identified with the building. ACMs were found on the roof (approximately 10 SF), LCSs were found on two (2) toilets and five (5) exterior window frames. Hazardous materials found included five (5) air conditioning units, 88 florescent light bulbs, 44 fluorescent light ballasts, eight (8) exit signs, and one (1) wall mounted heater. The Contractor shall review this report in order to familiarize themselves with these identified materials, locations, approximate quantities, and requirements for removals. a) Prior to any demolition activities, all ACMs and LCSs shall be removed by a licensed abatement Contractor. The licensed abatement Contractor shall maintain current licenses (Division of Occupational Safety and Health Certificate of Registration for Asbestos Related Work, State of California {DOSH) Contractor Licensure) as required by applicable state or local jurisdictions for removal, transporting, disposal, or other regulated activities. Applicable laws and regulations should be followed, including those provisions requiring notification to regulatory agencies (DOSH), CDPH Form 8551, building occupants, renovation contractors, and workers of the presence of asbestos. The South Coast Air Quality Management District does not need to be notified based on the limited quantities of ACMs found within the structure. b) Any lead related removal activities shall be performed in accordance with the OSHA Lead in Construction Standard, Title 8 California Code of Regulations (CCR) 1532.1. The lead containing toilets and window frames shall be recycled by a facility that accepts lead coated building materials. A bill of lading shall be provided to the Engineer. c) Proper LCS waste stream categorization is required for the disposal of the lead containing toilets and exterior window frames. The LCS materials shall be analyzed for total lead for comparison with the Total Threshold Limit Concentration in accordance with EPA reference method SW 846. If the concentration of total lead is greater than or equal to 1,000 milligrams per kilogram (mg/kg), the LCS waste material must be disposed at a landfill which can receive such wastes. If the concentration is less than 50 mg/kg the sample Page 53 of 72 may be disposed as construction debris, if it is to remain in California. If the total lead result is greater than or equal to 50 mg/kg and less than 1,000 mg/kg, the sample must be further analyzed for soluble lead by the Waste Extraction Test for comparison with the Soluble Threshold Limit Concentration as described in Title 22 CCR 66261.24a. Additionally, if the result is greater than or equal to 100 mg/kg the sample must be further analyzed for leachable lead by the Toxicity Characteristic Leaching Procedure for comparison with the Resource Conservation and Recovery Act (RCRA) limits. Based on the results of the soluble and leachable analysis the waste material may require disposal as a RCRA-Hazardous waste or non-RCRA- (California-) Hazardous waste. d) Miscellaneous hazardous building materials found in the building shall be removed and recycled or disposed in accordance with local, state, and federal regulations by a licensed Contractor prior to demolition and disposal activities. The removal of the refrigerant in the HVAC equipment must comply with the EPA's Refrigerant Recovery Rule (http://www3.epa.gov/ozone/title6/608/608fact.html). Light bulbs and ballasts must be recycled and disposed at a facility that accepts mercury and metals containing wastes. Documentation of all recovery and disposal will be required to be provided to the City of Newport Beach. Batteries which may be present within the exit signs must also be removed and disposed and recycled at a facility that accepts wastes containing metals. The removal and disposal of the building (including ACMs, LCSs, and miscellaneous hazardous building materials), building foundation, bank vault, surrounding improvements (metal hand rails, adjacent hardscape and retaining wall, trash enclosure, bollards, staircases, and raised planters) and abandonment and capping of existing utility services shall be included as part of the "Remove Building Structure and Surrounding Improvements" bid item and no additional compensation will be allowed therefor. 300-2 UNCLASSIFED EXCAVATION 300-2.1 General. Add to this Section: "Unclassified excavation shall include the sawcutting and removal of AC pavement section and the excavation and removal of base and subgrade sections to elevations and grades shown on Plans. Excavated material that is deemed by the Engineer as suitable for unclassified fill shall be reused on-site per Section 300-4 "Unclassified Fill" or disposed of off-site. The cost for excavating, stockpiling, hauling, and disposing material off-site shall be included in the unit cost of the "Unclassified Excavation" bid item and no additional compensation will be allowed therefor. All or a portion of the excavated material may be deemed unsatisfactory by the Engineer due to high moisture content and/or unsuitable soils characteristics. Any Page 54 of 72 unsatisfactory soils shall be disposed of offsite. Contractor shall include all costs for handling and disposing wet or unsuitable material in the contract unit price for "Unclassified Excavation." Contractor will not be allowed any additional compensation or contract time for handling wet or unsuitable material. Excavations that extend below groundwater will be unstable and subject to caving. Shoring is anticipated for excavations that encounter groundwater or excavations deeper than 2 feet. The Contractor should retain a qualified and experienced engineer to design the shoring system. Recommendations for shoring systems are included in the Ninyo and Moore geotechnical report. The cost for shoring shall be included in the bid item in which the shoring is required and no additional compensation shall be paid. Based on the results of the ADL&SI, TPH gas and VOCs were detected in one of the soil samples. Based on the location of where the sample was taken, Contractor shall assume that TPH gas and VOCs will be present in soil along the western side of Newport Blvd. between station 19+00 (Finley Avenue) and Short Street (24+00). The area does not include soil under the proposed medians. a) All soil excavated within this area shall be managed and disposed as TPH- impacted non hazardous waste at an appropriate landfill or treatment facility. b) All soil excavated within this area shall be monitored on a full time basis by the City's Environmental consultant and handled by the Contractor in accordance with the South Coast Air Quality Management District (SCAMQD) Rule 1166. c) In addition, if any discolored or odiferous soil is encountered in other areas during construction, work at that location should stop, and the soil should be monitored and handled in accordance with the SCAQMD Rule 1166. d) The cost for excavating, handling, and disposing of hazardous soil shall be included in the "Excavate, Handle, and Dispose of Hazardous Soil" bid item and no additional compensation will be allowed therefor. Soil excavated, handled, and disposed of per this bid item shall not be paid as unclassified excavation. Portions of interfering abandoned utilities in conflict with the new improvements (including the scarification zone) may need to be removed and disposed of. This work shall be assumed to be included in the unit price for "Unclassified Excavation" and no additional compensation shall be paid. The earthwork quantities listed on the Bid Schedule are based on the calculated difference in elevation between the existing contour topographic mapping and the final design pavement sub -grades and finished ground of slopes and parkways as shown on the project plans, excluding temporary back cut slopes or excavations which shall not be included in the "Unclassified Excavation" bid quantity." Page 55 of 72 300-4 UNCLASSIFED FILL 300-4.1 General. Add to this Section: "All onsite excavated materials shall be used for fill materials prior to importing any offsite materials. SECTION 301 — TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.1 General Add to this section: "The site is expected to have shallow groundwater. The Contractor shall expose subgrade soil with high moisture content so that it dries out and the compaction requirements can be met. In the event pumping/unstable subgrade conditions occur due to shallow groundwater conditions, static smooth drum rollers or other non -vibratory compaction equipment may need to be used. Contractor shall notify the Engineer if the compaction requirements cannot be met. The Engineer will review the soil conditions and provide recommendations on how to stabilize the subgrade. One potential soil stabilization method will be to overexcavate the subgrade by one or two feet and replacing the void with 3/4" gravel wrapped in a geotextile filter fabric such as Mirafi 140N or equivalent. The gravel shall be placed per Section 301-2 "Untreated Base". This work shall be assumed to be included in the unit price for "Overexcavate Subgrade and Replace with Gravel Wrapped in a Geotextile Fabric" and no additional compensation shall be paid. The Contractor shall expose the overexcavated soil so that it can dry out before disposing of it as unsuitable material." 301-1.3 Relative Compaction Replace entire Section with the following: "When asphalt pavement, concrete pavement, driveway, alley intersection, gutters, and local depressions are placed directly on subgrade material, the top 12 inches of subgrade material shall be compacted to a relative compaction of 95 percent. When base material, curb or sidewalks are to be placed on the subgrade material, the top 12 inches of subgrade material shall be compacted to a relative compaction of 90 percent. Relative compaction shall be evaluated by ASTM test method D1557." 301-1.6 Adjustment of Manhole Frame and Cover Sets to Grade Replace the fourth sentence with the following: "In the case of portland cement concrete pavement or sidewalk; manhole frames, meter boxes, valve can covers, and any other similar substructure shall be set to finish grade before paving." Page 56 of 72 301-2 UNTREATED BASE 301-2.3 Compacting Replace the third paragraph with the following: "The relative compaction of each layer of compacted base material shall not be less then 95 percent as evaluated by ASTM D1 557." SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "Adjacent to gutters, the pavement surface shall be 3/8" above the lip of gutter elevation, except for when adjacent to curb ramps, where the pavement surface shall be flush with the lip of gutter." 302-5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete finish course and 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." 302-9 ASPHALT RUBBER HOT MIX (ARHM) 302-9.1 General Add to this section: "After cold milling of asphalt concrete, all cracks 1/8 -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 2 inches of ARHM (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. Adjacent to gutters, the pavement surface shall be 3/8" above the lip of gutter elevation, except for when adjacent to curb ramps, where the pavement surface shall be flush with the lip of gutter." 302-9.1.1 Tack Coat Add to this section: "Prior to placing the ARHM finish course, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one—tenth (1/10) of a gallon per square yard Page 57 of 72 shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which ARHM is to be placed." 302-9.5 Rolling Replace entire section with the following: "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 than the required 95 percent compaction the unit price for Item No. 38, ARHM 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." 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 of 3,000 psi. 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." 303-5.5 Finishing Page 58 of 72 303-5.5.1 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. The Contractor shall repair and clean, at the Contractor's expense, all concrete damaged or discolored (including graffiti) during construction. Any new work found to be defective shall be repaired or replaced by the Contractor in accordance with Section 303-5.7, "Repairs and Replacements," of the Standard Specifications. No additional compensation shall be paid for repairs due damaged or discolored concrete. Monolithic curbs shall be included in the unit cost of driveways, alley intersections, bike lanes, and curb ramps. The area shall be taken to the face of the curb. 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 "V -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. Due to the variable curb heights required to provide ADA compliant sidewalks adjacent to the existing buildings, construction of the curb and gutter by extrusion may not be possible." 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. The Contractor shall conduct a flow test in the presence of the Engineer prior to acceptance of the flowline constructed by the Contractor. Any new work found to be defective shall be repaired or replaced by the Contractor in accordance with Section 303-5.7, "Repairs and Replacements," of the Standard Specifications. No additional compensation shall be paid for repairs due to failed flow tests. 303-5.7 Repairs and Replacements Add to this section: "Where any concrete requires repair before acceptance, repair shall be made by removing and replacing the entire area between joints, and not by refinishing the damaged portions." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS Page 59 of 72 In addition to the details in this section, Refer to Section 86 of the State of California Department of Transportation Standard Specifications and Standard Plans (2010 Edition) unless otherwise detailed in the Traffic Signal Specifications Supplemental. 307-2 TRAFFIC SIGNAL CONSTRUCTION Add to this section: "The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated as bid items. This wiring shall include operation of pedestrian push buttons. As needed, temporary traffic signal poles and/or indications may be necessary to maintain a minimum of two traffic signal indications for each movement. Exceptions shall approved by the Engineer." 307-5 TEMPORARY STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-5.3 Temporary Standards, Signals, Luminaries and Lamps. Replace the last paragraph with: "Shutdowns, flashing operations, and turn -ons shall be requested at least one week in advance. Notification shall be given to the project Inspector and Newport Beach Police Dispatch (949.644.3717). Police Dispatch shall be notified a second time on the day of the outage, prior to the commencement of work." 307-20 SALVAGED MATERIALS Replace this section with: "All abandoned/salvaged material and equipment shall become property of the Contractor, except as detailed in these special provisions, the plans, or as requested by the City. Any salvaged value shall be reflected in the bid. Materials/equipment salvaged to the City shall be delivered to Traffic Engineering (Bryan Loo, Telephone 949.644.3324). Traffic Engineering shall be notified a minimum of two working days prior to delivery of salvaged equipment. At the City's request, existing equipment to be removed and not reused including, but not limited to items listed below, shall be salvaged to the City. • Opticom detectors and phase selectors; • Traffic signal controllers; • Conflict monitors and other plugables; • Programmable Visibility Signal Heads; • Battery Backup Systems; and • Traffic Signal Cabinets (as requested by City Staff). Items not requested by the City to be salvaged to the City shall become the property of the Contractor and shall be removed from the site by the Contractor. The Contractor shall provide all labor, equipment, and materials necessary to remove, salvage, transport, and dispose of equipment not reused." 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. Page 61 of 72 b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.1 General In paragraph three removed "or Class B topsoil" 308-2.3.1 General Delete first sentence of paragraph four. Add following section: 308-2.5 Weed Abatement Program The irrigation system, soil preparation operations, and finish grade shall be approved by the Engineer prior to weed abatement operations. Contractor shall operate the irrigation system to keep planting areas uniformly moist for a period of two (2) weeks (14 calendar days). At the end of the two (2) week period, Contractor shall spray all visible weeds with an approved non-selective, post emergent herbicide. Application rate and method shall be recommended by the manufacturer. After spraying, planting areas shall remain unwatered for a minimum of forty-eight (48) hours. After seven (7) calendar days from the chemical application, weeds and debris shall be disposed of off-site. Contractor shall apply spray chemicals when air currents are still; preventing drifting onto adjoining property and preventing any toxic exposure to persons whether or not they are in or near the project. After weed abatement operations, and as determined by the Engineer, Page 62 of 72 planting areas shall be scarified to a depth not to exceed one inch (1 "). Weeds and debris shall be disposed of off-site. 308-3 HEADER INSTALLATION Delete section 308-4 PLANTING 308-4.5 Tree and Shrub Planting Subsection is hereby added to subsection 308-6 of the Standard Specifications as follows: 308-4.5.1 Preparation of Planting Palms Contractor shall remove dead fronds and skin the entire trunk clean to the height of the green fronds. Majority of green fronds shall be removed, leave ten (10) to fifteen (15) at the apex. Remaining fronds shall have thirty to fifty percent (30% to 50%) of the length cut off and shall be lifted up and tied together in two (2) locations in an upright position with cotton rope of cord of not less than one-quarter inch (1/4"). Wire will not be permitted. "Pineapple" shall be formed to the satisfaction of the Engineer. Wrap fronds in burlap and keep moist. Pruning shall be done with sterilized reciprocal saws. Chain saws will not be allowed. Saw blades shall be sterilized before and between pruning each frond by immersing the blade in a solution of fifty percent (50%) household bleach and fifty percent (50%) domestic water for five (5) minutes. Solution shall be kept up to strength by the regular addition of more bleach. Defronding and tying shall be completed prior to digging the root ball. Palms shall be laid in a single layer on a flat surface. Avoid storing on concrete or asphaltic concrete surface. Covering material shall be equivalent to a 90% shad cloth or burlap. Plastic or rubberized tarpaulins shall not be permitted. In no case shall palms be stored for more than forty-eight (48) hours. 308-4.5.2 Installation of Palms Rootball size shall be based upon a 5:1 ratio of brown trunk to rootball diameter. Excavation shall extend below the major root system to minimum depth of four feet (4'). The bottom of the rootball shall be cut off square and perpendicular to the trunk below the major root system. Page 63 of 72 No excavation shall be done closer than twenty-four inches (24") to the trunk at ground level. Rootball shall be wrapped in burlap and kept moist. Contractor shall not free -fall, drag, roll, or abuse the palm or put a strain on the crown at any time. A protective device shall be used around the trunk of the palm while lifting. Rootball shall not be left exposed to direct sunlight or air. Should palms not be planted the day they arrive, Contractor shall protect the crowns and rootballs from the sun and reflected heat from the ground. Palms shall be planted when weather and soil conditions are suitable in accordance with accepted arborcultural, preferably between mid April and mid September. Top of the rootball shall have the same elevation to adjacent grades that it had in the original growing field. Root growth stimulant shall be equally distributed around the rootball and water jetted into the backfill when the backfilling is between one-half (1/2) to two-thirds (2/3) up the rootball. Stimulant shall be Vitamin B-1 as manufactured by Cal -liquid, Cooke, Chican or Ortho. Application rate shall be as recommended by the manufacturer. 308-4.6 Plant Staking and Guying Replace Section with the following: Install tree stakes and guys in accordance with the Drawings 308-4.7 Ground Cover and Vine Planting Delete paragraph 308-4.8 Lawn Planting 308-4.8.2 Seed Delete Section 308-4.8.4 Stolon Delete paragraph 308-4.9 Erosion Control Planting Delete section Page 64 of 72 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.1 General The following paragraphs shall be added after paragraph three: Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. All work called for in the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the City Representative. In the event this notification is not performed, the irrigation contractor shall assume full responsibility for any revisions necessary and shall perform such at his own expense. The following paragraph shall be added at the end of the subsection: Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation system in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 308-5.2 Irrigation Pipeline Installation 308-5.2.1 General The following sentences shall be added at the end of paragraph four: A minimum of twelve (12) inches clearance shall be maintained between irrigation pipelines and non -irrigation pipelines/conduits. The following paragraphs shall be added at the end of the subsection: PVC Sleeves shall be required under areas where all hardscape materials shall be installed. Sleeving shall be done per detail on Project Plans. 308-5.2.3 Plastic Pipeline Page 65 of 72 Replace the third paragraph with the following: All solvent welding of PVC pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel -like or ropy. Solvent cementing shall be in conformance with ASTM D2564 and ASTM D2855. Replace the seventh paragraph with the following: No contractor thread cutting of Schedule 80 PVC fittings shall be allowed. All Schedule 80 nipples and risers shall have manufacturer molded threads. The following shall be added to the end of paragraph one: PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. The following paragraph shall be added following paragraph four: Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment The following paragraph shall be added after the second paragraph: Ball valves shall be the same size as the pipeline in which they are installed for 2" pipeline and smaller, for 21/2" pipeline use 2" ball valve. Downstream piping from the control valve shall be the size indicated on the Plans. Use PVC reducing bushings as required to change between control valve sizes and pipe sizes. Replace the words "covered concrete" in the second sentence of the fourth paragraph with the words "plastic valve box". Replace the first sentence of the fifth paragraph with the following: All quick coupler valves shall be installed inside plastic valve boxes, no quick coupler valves shall be installed projecting above grade. Replace the words "covered concrete" in the second sentence of the fifth paragraph with the words "plastic valve box". Eliminate the third sentence in the fifth paragraph. Page 66 of 72 Replace the word "double" in the fourth sentence of the fifth paragraph with the word "triple". Eliminate the sixth paragraph. 308-5.4 Sprinkler Head Installation and Adjustment 308-5.4.2 Location, Elevation and Spacing Eliminate the fourth and fifth paragraphs in this section. 308-5.4.3 Riser and Nozzle Line Installation Replace the second through seventh paragraphs in this section with the following: Sprinkler heads shall be installed on triple swing joint assemblies. Triple swing joint assemblies shall be pre -assembled units manufactured of PVC joints and pipe with double o -ring seals. The lay length of the swing joint shall be a minimum of 150mm (6"). No contractor assembled swing joints or Marlex fittings shall be allowed. Sprinkler swing joints shall be sized per the inlet of the sprinkler on which they are to be used. Quick coupler swing joint assemblies shall be pre -assembled triple swing units manufactured of PVC joints and pipe with double o -ring seals. Swing joints shall have a 25mm (1") brass MIPT outlet, for the connection to the quick coupler, and a 25mm (1") PVC MIPT connection on the inlet side of the assembly. Swing joint shall have an integral collar with holes for the installation of two No. 13M (No. 4) reinforcing steel rods to support the quick coupler. 308-5.4.4 Sprinkler Head Adjustment Add the following sentence to this section: Sprinkler heads shall be adjusted to eliminate overspray onto adjacent paving, brick dust, play surfaces or other non -planted areas. 308-5.5 Automatic Control System Installation Replace the word "concrete" in both instances in the second sentence of the third paragraph with the word "plastic". Replace the words "galvanized steel" in the first sentence of the fourth paragraph with the words "Schedule 40 PVC'. 308-5.6 Flushing and Testing Page 67 of 72 308-5.6.1 General The following paragraph shall preface the subsection: Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be piped (temporarily to exhaust flushing water up and out of the trenches.) No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at anyone time. Amend the last sentence of the first paragraph by adding "and approved in writing" at the end of the sentence. Add the following paragraph to the end of the subsection: When the irrigation system is completed, a coverage test shall be performed in the presence of the City inspector to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the City inspector. This test shall be accomplished before any ground cover is planted. The Contractor shall request the presence of the City in writing at least forty-eight (48) hours in advance of testing. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT Replace the second sentence in paragraph six (6) to read: The plant establishment period shall be for a period of ninety (90) calendar days. 308.6.1 Trees and Shrubs Subsection is hereby added to subsection 308-6 of the Standard Specifications as follows: Maintenance of Palms: The strings tying the palm fronds shall be cut forty-five (45) to sixty (60) calendar days after planting during the summer months and ninety (90) calendar days during the winter months. Contractor shall not trim palms for thirty (30) calendar days after untying. Page 68 of 72 308.6.2 Charts, Manuals, and Drawings Subsection is hereby added to subsection 308-6 of the Standard Specifications as follows: 308-6.2.1 As -Built Drawings Contractor shall provide City Representative with "as -built mylars" at the completion of the project at no additional cost to the City. Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: 1. Ball valves 2. Sprinkler control valves 3. Routing of control wiring 4. Quick coupling valves 5. Other related equipment as directed by the City 6. Significant changes in routing of lateral lines from those indicated on the plans Delivery. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed mylar aperture cards to the City. Delivery of the final mylar will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. 308-6.2.2 Controller Charts As -built drawings shall be approved by the City before the Contractor prepares the controller charts. Provide one controller chart for each controller supplied. In the case that no controller is provided, the Contractor shall prepare a new controller chart utilizing any existing system that is being protected, as well as any new systems on line, for the existing controller(s). The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controlled sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. The chart shall be a blackline or blueline print and a different color shall be used to indicate the area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum of 10 mils thick. These charts shall be completed and approved prior to final inspection of the irrigation system. 308-6.2.3 Manuals Operation and Maintenance Manuals. Prepare and deliver to the City within ten calendar days after substantial completion of the project, two hard cover binders with three rings containing the following information: 1. Index sheet stating Contractor's address and telephone number and list of equipment with name and address of local manufacturer's representatives. 2. Catalog and parts sheets on every material and equipment installed under this contract. 3. Guarantee statement. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The Contractor shall file a complete copy of these specifications along with the guarantee prior to the acceptance of the irrigation system by the City. 5. A copy of the guarantee form shall be included in the operations and maintenance manual. 6. The guarantee form shall be retyped onto the Contractor's letterhead per attached form. 4. Complete operating and maintenance instructions on all major equipment. In addition to the above mentioned maintenance manuals, provide the City's maintenance personnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. 308-6.3 Equipment 308-6.3.1 Loose Equipment to be Furnished The following subsection shall be added (confirm each item with the City Inspector prior to actual turn -over): The Contractor shall supply as a part of this contract the following tools: 1. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. 2. One (1) quick coupler key and matching hose swivel for every five (5) of each type of quick coupling valve installed. 3 Six (6) spray nozzles of each type specified on the legend. 4 Six (6) spray bodies of each manufacturer specified on the legend. 5 Two (2) ball valves - line sized - as specified on the legend. The above-mentioned equipment shall be turned over to the City at the conclusion of the project. Before final inspection can occur, evidence that the City has received material must be shown to the City Representative. 308-7 GUARANTEE The text of the subsection shall be deleted and replaced with the following: The guarantee period shall begin at completion of maintenance or date of substantial completion as per the City's Representative, whichever is later. Upon acceptance, all planting, irrigation, earthwork and trenches shall be guaranteed by the Contractor for a period of one year against defects in materials and workmanship. Page 70 of 72 Any settling of backfill trenches which may occur during the one year guarantee period shall be repaired to the City's satisfaction by the Contractor without expense to the City, including the complete restoration of damaged planting, paving, or other improvements of any kind. The Contractor, within fifteen (15) days of notification by the City Representative, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. 308-8 PAYMENT The lump sum or unit prices shown in the Bid shall include full compensation to complete and maintain the landscape and irrigation work shown on the Plans or in the Specifications. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 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 or temporary traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be reflectorized thermoplastic. The 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 0.45 mm Page 71 of 72 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. Green bike lane legend background shall be a Methyl Methacrylate (MMA) Area Marking with an Anti -Skid additive. The color shall be green and meet FHWA/MUTCD standards. The product shall be installed per the manufacturer's recommendations for the roadway material on which it is being installed. The product shall be Ennis -Flint CycleGrip MMAX or approved equal. Bike Lane legends installed over the green MMA background shall be thermoplastic. Add the following Section: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 - PAVEMENT MARKER_ PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement." Page 72 of 72 Traffic Signal [Modification and Rehabilitation Newport BOUlevard at 30 th Street, 32 nd Street, Finle�t /-Wenue, and Via Lido 4 TABLE OF CONTENTS 1.0 Summary of Work......................................................................................................... 1 1.1 DESCRIPTION OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.2 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.3 PHYSICAL AND MECHANICAL REQUIREMENTS.............................................................................. 2 1.4 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS ...................................................................... 2 1.5 CABLING REQUIREMENTS........................................................................................................ 3 1.6 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 3 2.0 Contractor's Qualifications............................................................................................ 5 2.1 GENERAL............................................................................................................................. 5 2.2 REQUIREMENTS.....................................................................................................................5 3.0 Fiber Optic Cable........................................................................................................... 6 3.1 REQUIREMENTS.....................................................................................................................6 3.2 PAYMENT.............................................................................................................................7 3.3 QUALITY CONTROL................................................................................................................ 7 3.4 GENERAL CONSIDERATIONS.....................................................................................................7 3.5 FIBER CHARACTERISTICS.......................................................................................................... 7 3.6 COLOR CODING..................................................................................................................... 9 3.7 GENERAL CABLE PERFORMANCE............................................................................................... 9 3.8 DROP CABLE....................................................................................................................... 10 3.9 FIBER PATCH CORDS............................................................................................................ 10 3.10 FIBER OPTIC FAN -OUT KITS................................................................................................... 11 3.11 FIBER OPTIC CONNECTORS.................................................................................................... 11 3.12 FIBER OPTIC INSTALLATION.................................................................................................... 12 3.13 SPLICING............................................................................................................................14 3.14 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 15 3.15 FIBER ASSIGNMENTS............................................................................................................ 16 3.16 FIBER OPTIC CABLE LINK TESTING........................................................................................... 16 3.17 INSERTION LOSS TEST EQUIPMENT FIBER OPTIC CABLE)............................................................. 19 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 19 3.19 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 20 3.20 #10 GREEN TRACER WIRE.................................................................................................... 20 4.0 Microduct................................................................................................................... 21 4.1 GENERAL........................................................................................................................... 21 4.2 REQUIREMENTS...................................................................................................................21 4.3 QUALITY CONTROL.............................................................................................................. 21 4.4 MATERIAL..........................................................................................................................21 4.5 INSTALLATION..................................................................................................................... 21 V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\specs\DOC\02_Traffi cSign a ISu p ple me nt. d ocx ii 5.0 Fiber Patch Panel/Wall Interconnect Unit................................................................... 22 5.1 GENERAL........................................................................................................................... 22 5.2 DESCRIPTION...................................................................................................................... 22 6.0 Fiber Distribution Unit (FDU) and Rack........................................................................ 23 6.1 GENERAL........................................................................................................................... 23 6.2 DESCRIPTION OF FDU.......................................................................................................... 23 6.3 DESCRIPTION OF RACK.......................................................................................................... 23 6.4 INSTALLATION..................................................................................................................... 24 7.0 Splice Closures............................................................................................................ 25 7.1 GENERAL........................................................................................................................... 25 7.2 INSTALLATION..................................................................................................................... 25 8.0 Ethernet System.......................................................................................................... 27 8.1 GENERAL........................................................................................................................... 27 8.2 CAT6-A CABLE................................................................................................................... 27 8.3 INSTALLATION..................................................................................................................... 27 8.4 TESTING.............................................................................................................................27 8.5 WARRANTY........................................................................................................................ 27 9.0 Power Strip................................................................................................................. 28 9.1 GENERAL........................................................................................................................... 28 9.2 WALL -MOUNTED POWER STRIP............................................................................................. 28 9.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................. 28 10.0 Ethernet Radio System................................................................................................ 30 10.1 GENERAL........................................................................................................................... 30 10.2 REQUIREMENTS...................................................................................................................30 10.3 TESTING.............................................................................................................................30 10.4 WARRANTY........................................................................................................................ 30 11.0 CCN System............................................................................................................... 31 11.1 GENERAL........................................................................................................................... 31 11.2 CCTV DOME CAMERA......................................................................................................... 31 11.3 CCTV VIDEO ENCODER........................................................................................................ 31 11.4 CCTV INTEGRATED CAMERA CABLE........................................................................................ 32 12.0 Conduit....................................................................................................................... 33 12.1 GENERAL........................................................................................................................... 33 12.2 REQUIREMENTS...................................................................................................................33 12.3 QUALITY CONTROL.............................................................................................................. 33 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 33 12.5 PVC SCHEDULE 80 CONDUIT................................................................................................. 34 12.6 INSTALLATION..................................................................................................................... 34 v:\2065\active\2065000140\Archive\H istory\15_1130-100%Submitta 1\specs\D0C\02_TrafficS igna IS up pI e me nt. d ocx iii 13.0 Pull Boxes................................................................................................................... 37 13.1 GENERAL........................................................................................................................... 37 13.2 PULL BOX AND PULL BOX COVER............................................................................................ 37 13.3 INSTALLATION REQUIREMENTS............................................................................................... 37 13.4 INSTALLATION DETAIL........................................................................................................... 38 14.0 Twisted Pair Cable....................................................................................................... 39 14.1 GENERAL........................................................................................................................... 39 14.2 REQUIREMENTS...................................................................................................................39 14.3 CABLE MARKING................................................................................................................. 39 14.4 QUALITY CONTROL.............................................................................................................. 39 14.5 GENERAL CONSIDERATIONS................................................................................................... 39 14.6 INSTALLATION..................................................................................................................... 40 14.7 COMMUNICATION LINK TESTING............................................................................................ 40 15.0 Controller Cabinet Assemblies.................................................................................... 41 15.1 GENERAL........................................................................................................................... 41 15.2 DOCUMENTATION............................................................................................................... 41 15.3 WARRANTY........................................................................................................................ 41 15.4 CABINET STANDARDS........................................................................................................... 41 15.5 CABINET WIRING................................................................................................................. 42 15.6 CABINET EQUIPMENT............................................................................................................ 44 16.0 Standards, Steel Pedestals, and Posts......................................................................... 47 16.1 GENERAL........................................................................................................................... 47 16.2 FOUNDATIONS........................................:...........................................................................47 16.3* PAINT AND POWDER COATING............................................................................................... 47 17.0 Service Enclosures....................................................................................................... 48 17.1 GENERAL........................................................................................................................... 48 18.0 Signal Faces................................................................................................................. 49 18.1 VEHICLE SIGNAL FACES......................................................................................................... 49 18.2 PEDESTRIAN SIGNAL FACES.................................................................................................... 49 18.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ 49 18.4 PAINT AND POWDER COATING............................................................................................... 49 19.0 Vehicle Detectors........................................................................................................ 50 19.1 INDUCTIVE LOOP DETECTORS................................................................................................. 50 20.0 Push Button Assemblies.............................................................................................. 51 20.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES.................................................................................. 51 20.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 51 20.3 PAINT AND POWDER COATING............................................................................................... 51 21.0 Lighting....................................................................................................................... 52 V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\O2_Tf afficSignalSupplement.docx iv 21.1 LED LUMINAIRES................................................................................................................ 52 21.2 PHOTOELECTRIC CONTROLS................................................................................................... 53 21.3 LED INTERNALLY ILLUMINATED STREET NAMESIGNS.................................................................. 53 21.4 PAINT AND POWDER COATING............................................................................................... 53 22.0 Opticom Priority Control System................................................................................. 54 23.0 Battery Backup System............................................................................................... 55 23.1 BATTERY BACKUP CABINET.................................................................................................... 55 24.0 Paint and Powder Coating........................................................................................... 56 25.0 Signs........................................................................................................................... 57 25.1 GENERAL........................................................................................................................... 57 ATTACHMENT A Vehicle Detector Loop Standard Plan ATTACHMENT B IISNS Sign Detail v:\2065\active\2065000140\Archive\History\25_1130-100%Submittal\Specs\DOC\02_TrafficSign aISu pplement.docx v 1.0 SUMMARY OF WORK 1.1 DESCRIPTION OF TRAFFIC SIGNAL WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Modify existing traffic signals at four Newport Boulevard intersections. • Furnish and install fiber optic signal interconnect cable (SIC) including testing, spicing, and terminating. • Furnish accurate project documentation, as specified in these Special Provisions. • Furnish and install new signing and striping as shown on the plans. 1.2 SCHEDULING OF TRAFFIC SIGNAL WORK No more than two traffic signals shall be in construction at one time. Work on three or more traffic signals concurrently will require approval of the project engineer. Traffic signal modification work shall be phased so that no more than one traffic signal shall be shut -down ("dark" or "red -flash") at the same time. Planned traffic signal outages ("dark" or "red -flash") shall be limited to the hours of 10:00 pm to 5:00 am, Sunday through Wednesday. The contractor shall make every effort to reduce the number of required outages and will be limited to a maximum of four, or as otherwise approved by the Engineer. Daytime lane closures will only be permitted from 9:00 am to 3:00 pm. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Existing street lighting shall remain in operation until new lighting is operational. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\02_TrafficSigna IS up pl a me nt. d ocx 1.3 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturers recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.4 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power -120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range - +50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. v:\2065\active\2065000140\Archive\H 1story\15_1130-100%submitta 1\specs\D0c\02_TrafficSigna IS up ple me nt. d ocx 2 All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.5 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.6 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. V:\2065\active\2065000140\Archive\H istory\15_1130-100%Submitta 1\Specs\D0C\02_TrafficS ig n a IS u pple me nt. docx 3 The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with adjacent contractors, if any, to minimize conflicting construction. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. The Contractor shall, at its own expense, coordinate with Econolite, Inc. for a technician to be present during a traffic signal turn -on at locations which receive new traffic signal cabinets. Additionally, the Contractor shall coordinate a manufacturer's representative to be present during the turn -on for Emergency Vehicle Preemption systems and Battery Backup systems. V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\O2_Traffi cS ig n a ISu p pl em e nt. d ocx 4 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCN cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\ooc\02_TrafficSignaISu pplement.docx 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be three (3) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers. 2. Drop cable which shall contain six (6) single -mode optical fibers. 3. Drop cable to City Facilities which shall contain twelve (12) single -mode optical fibers. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\02_TrafficS ig n a ISu p ple me nt.docx 6 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 35OG of the National Electrical Safety Code' (NESC), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 6. The cable shall be tagged in each pull box with size and direction. 3.2 PAYMENT The payment for the installation of the fiber optic cable will be allocated per the following: 50% of bid price - After fiber optic cable installation 30% of bid price - After fiber optic cable testing received by City Remainder - After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Acceptance and approval is achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results • Measured and approved quantities of installed cable • Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. 3.3 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.4 GENERAL CONSIDERATIONS Fiber optic cable installed shall be single mode fiber of the size as specified on the plans and shall be Corning ALTOS all -dielectric gel -free fiber optic cable, or approved equal. 3.5 FIBER CHARACTERISTICS v:\2065\active\2065000140\Archive\History\15_1130-100%submitta i\specs\Doc\02_TrafficS ig n a IS u p ple m e nt. docx One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.1) and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type Corning Altos or approved equivalent Core diameter 8.3 µm (nominal) Cladding diameter 125 µm ± 1.0 µm Core to Cladding Offset 5 0.7 µm Coating Diameter 240 µm ±0.5 µm Cladding Non -circularity defined as: [1- (min. cladding dia _ max. cladding dia.)]x100 < 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm <_ 0.35 dB/km < 0.31 dB/km <_ 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak <_ 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (A,,) Zero Dispersion Slope 1302 < Ao 5 1322 nm < z _ 0.092 ps/(nm ,km) Maximum Dispersion: <_ 3.5 ps/(nm,km) for 1285 -1330 nm < 18 ps/(nm,km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 ± 0.4 µm at 1310 nm 10.5±0.5µm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) v:\2065\active\2065000140\Archive\History\15_1130-loo%submittal\specs\Doc\02_Traffi cSign a (Su p pl em e nt. d ocx 8 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-59813 "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.7 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change v:\2065\active\2065000140\Archive\History\15_1130-100%submltta 1\specs\Doc\02_Traff icSign a IS up p lem a nt.docx 9 greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.8 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable between each mid - span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have two (2) or four (4) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed by the City and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 3.9 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\02_Traffi cSign alSu p ple me nt. d ocx 10 The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from Corning Cable System or approved equal. 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from Corning Cable System or approved equal. 3.11 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\Doc\02_TrafficS ign a IS u p p le m e nt. docx 11 Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <-0.3 dB change, 200 rematings. Tensile Strength ; 0.2 dB change, 10 Ib. Temperature Cycling <-0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A Corning Cable System GRP series or equivalent woven wire type of grip is recommended. v:\2065\active\2065000140\Archive\H istory\15_1 130- 100%submitta1\specs\Doc\02_TrafficSig na IS up p le me nt. docx 12 When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. Fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all installed fiber cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\02_Traff icSigna IS up ple me nt. docx 13 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions. All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\Doc\02_TrafficS ign a IS up p le me nt. d ocx 14 3.14 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-56 (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should. be < 0.30 dB. The.insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\DoC\02_Traffi cSig na ISu p pie me nt. d ocx 15 Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 IV.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.15 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided by the City. 3.16 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) v:\2065\active\2065000140\Archive\History\15_1130-100%submitta]\specs\Doc\02_TrafficSigna lSu p pl a me nt. d o cx 16 The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 OOD test set, a RIFOCS 263A visual fault finder, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be v:\2065\active\2065000140\Archive\History\15_1130-100%Submitta]\specs\Doc\02_TrafficSigna IS up pl e me nt. d ocx 17 compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (0). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOc\02_TrafficSignaISu pplement.docx 18 the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) v:\2065\active\2065000140\Archive\History\1s_1130-100%submittal\specs\Doc\02_Traff icS ign a IS up p l e me nt.docx 19 The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1 (dB) = Ref. Power 1 (d8m) — Test Power 1 (d8m) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.19 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. The cable shall be tagged in each pull box. 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. v:\2065\active\2065000140\Archive\History\15_1130-loo%submitta i\specs\Doc\02_TrafficS ig na IS u p ple me nt. docx 20 4.0 MICRODUCT 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smooth wall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct shall extend and be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct shall be Dura -Line or approved equivalent. 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\Doc\02_TrafficS ig n a IS u pple m ent. d ocx 21 5.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 5.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, Leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. V:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\ooc\02_Traffi cS ig n a IS u p p le m e nt. d ocx 22 6.0 FIBER DISTRIBUTION UNIT (FDU) AND RACK 6.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 6.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be OFS, Corning Cable System or approved equal. 6.3 DESCRIPTION OF RACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\02_Traff icS ig na ISu p pl e m e nt.d o cx 23 Specific requirements of the communication rack include: • Adjusts to a 23" racking width without extra hardware. • Adjustable depth from 10" to 18". • Ideal for high-density racking. • Extra -large 9.5" interior cabling channel between posts. • Corner posts allow for a 2.5" vertical cable channel and include pass-through holes for inner ganging. • Multiple mounting points for cable ties and cable management spools. • Side cutouts provide cable access between racks. • 12-24 tapped mounting holes. • Rack Units — 45 • Uninterrupted Power Supply (UPS) with at least 15 minutes capacity shall be installed in rack • Black in color • Warranty — Lifetime The Rack shall be Chatsworth Model #46353-701 with Cable Management Model #30530-719 and 11730-701 or approved equal. 6.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. V:\2065\active\2065000140\Archive\History\15_1130-100%Subm itta I\Specs\DOC\02_Traffi cS ig n a ISu p ple m e nt. docx 24 7.0 SPLICE CLOSURES 7.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. v:\2065\active\2065000140\Archive\History\15_1130-loo%submitta[\specs\Doc\02_Traffi cS igna ISu p pleme nt. d ocx 25 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from OFS, Corning Cable Systems, or approved equal. v:\2065\active\2065000140\Archive\H istory\15_1130-100%submitta[\specs\ooc\02_Traffi cSig n a ISu pple me nt. d ocx 26 8.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 8.1 GENERAL All Ethernet switches will be City -Furnished. The locations for the installation of Ethernet and aggregation switches are shown on the corresponding design plans. Aggregation Ethernet Switches will be Contractor- installed in City -Facilities as shown on the plans. The Ethernet Switches with power supplies shall be City -Furnished and installed by the Contractor. Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 8.2 CAT&A CABLE Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 8.3 INSTALLATION The Ethernet Switches and Aggregation Switches will be City -Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. 8.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 8.5 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. v:\2065\active\2065000140\Archive\History\15_1130-loo%submittal\specs\ooc\02_TrafficS ign a IS u p ple m e nt.d ocx 27 9.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 9.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 9.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting V:\2065\active\2065000140\Archive\H istory\15_1130-100%Submittal\Specs\Doc\02—Traffi cS ig n a (Su p pie me nt. d ocx 28 11. Rack mountable in 1U space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBAR8UItro-NEMA and ISOBAR12UItra-Rack-Mount, or approved equal. V:\2065\active\2065000140\Archive\History\15_1130-100%Submitta I\Specs\DOC\O2_TrafficSig n a IS u p p le me nt. d ocx 29 10.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 10.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 10.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK 8858INT or approved equal 10.3 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 10.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. v:\2065\active\2065000140\Archive\History\1s_1130-100%submitta]\specs\Doc\02_TrafficSigna IS up pl e me nt. d ocx 30 11.0 CCTV SYSTEM 11.1 GENERAL There are existing Closed Circuit Television (CCTV) dome cameras, cable (video/data/power), CCN camera mounting hardware, and video encoders installed with existing traffic signal improvements at the intersections of Newport Boulevard at 32nd Street and Via Lido. The CCN System work at these locations involves relocating or protecting -in-place existing cameras, relocation and reinstallation of video encoders and all miscellaneous appurtenant equipment in existing controller cabinets to be installed on new foundations at locations shown on the plans, and furnishing and installing new cable from the cameras to the new cabinet locations. 11.2 CCTV DOME CAMERA Cameras are existing and shall be re -used at the Newport Boulevard/32nd Street and Via Lido intersections as follows: 32nd Street — the existing dome camera and mounting hardware shall be reinstalled on a new traffic signal standard as shown on the plans. The camera shall be able to operate with a continuous 360° rotation (no stops). Camera shall use the existing pole -mounting hardware, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. Via Lido — the existing dome camera shall be protected -in-place on an existing traffic signal standard that will remain in place. 11.3 CCTV VIDEO ENCODER All video encoders and miscellaneous appurtenant equipment required to provide the operation described in this section are existing in the existing traffic signal controller cabinets. The existing controller cabinets complete with CCN System equipment will be reinstalled on new foundations at the locations shown on the plans. The Contractor shall verify that the existing system components when relocated to the new cabinet locations will provide the required system functionality and note any deficiencies to the Engineer. The one -channel video and data encoder (CODEC -1) shall provide compressed MPEG-1, MPEG-2 or MPEG -4 video streams onto an IP network. MPEG -4 will be used for as part of this project at the locations supported by fiber optic cable as shown on the Plans, unless otherwise specified by Engineer. The video streams shall have video latency of under 500ms (video delay) and a frame rate of 30 fps. Compression data rates shall be user selectable from 384 Kbits/second to 15 Mbits/second. The CODEC - 1 shall be a shelf or wall mounted when installed in a NEMA cabinet. Contractor shall recommend mounting procedures to Engineer for approval, including the Contractor furnishing and installing a 19 - inch rack mounted shelf in cabinets where communication equipment is installed. v:\2065\active\2065000140\Archive\H (story\15_1130-100%submittal\specs\Doc\02—TrafficS igna ISu p pl e me nt.docx 31 The CODEC -1 shall provide at least one video input for an NTSC CCN camera. Camera control shall be RS422/RS485 to interface with the CODEC -1. In addition, the CODEC -1 shall include a second COM port that can be utilized for RS232 or RS422 pass through of commands for other field equipment. Access to the CODEC -1, including the MPEG video streams, camera control and setup, shall be through the on board web server. The TMC computers operating the CCN camera video management software shall connect to the encoder's web server using Microsoft Internet Explorer (IE5 or above) or proprietary browser to access all functions of the CODEC -1. The web server shall at a minimum include the camera protocols for the CCTV cameras installed as part of this contract, and shall control pan, tilt, zoom, presets, and on-screen display. The CODEC -1 shall have optional support for ISDN, wireless 802.11 and T1 protocols. In addition, the CODEC -1 shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s. The CODEC -1 shall have the following features as a minimum: • NTSC or PAL video standards • Composite and S -Video inputs • One video input with optional two or four inputs • MPEG-1, MPEG-2 and MPEG -4 Video Compression • Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s • Resolution settings include: o SIF o NTSC @ 320X240, 640X480 and 720X480 o PAL @ 352X288 and 720X586 • NTSC frame rate is 30 fps and PAL frame rate is 25 fps • Analog audio at rates from 8 to 96 Kb/s o Output formats are MPEG-1 & 2 (1-1, L2), MP3 and AC3 • System management/setup and integrated camera control is through TCP/IP • TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast • Control 1/0 using COM port, RS232 protocol • Input power from 85 to 250 VAC (auto -ranging power supply) • Power supply rated at 250 watt maximum power consumption (60 — 80 watts typical) • Operating temperature range from -20 to +70 degrees Celsius • Standard 19" rack unit at 1U (Type 332 and 334 cabinets) or shelf mounted (NEMA cabinet) • System control via standard web browsers including IE 5.0 or better • Camera protocols for the vendor CCTV cameras installed as part of this contract. • Minimum camera controls include pan/tilt/zoom, presets (set/move to), OSD on/off The CODEC -1 shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port. 11.4 CCTV INTEGRATED CAMERA CABLE New cable will be required from each of the camera locations to the new location of the controller cabinet as shown on the plans. The integrated CCTV camera cable shall be procured from the CCTV camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU Model CA295M, or approved equal. v:\2065\active\2065000140\Archie\History\15_1130-100%Suemittai\specs\Doc\02_TrafficSign a IS pplement.docx 32 12.0 CONDUIT 12.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 12.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 12.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. V:\2065\active\2065000140\Archive\History\15_1130-100%Submitta I\Specs\DOC\O2_Traff icS ig na IS u p p le me nt. docx 33 The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equivalent. 12.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell' end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equivalent. 12.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\Doc\02_TrafficS ign a IS up p l e me nt. d ocx 34 by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 12.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 12.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: v:\2065\active\2065000140\Archive\History\15_1130-100%submitta]\specs\Doc\02_Traffi cSign a IS u p p le m e nt. d ocx 35 Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. V:\2065\active\2065000140\Archive\History\15_1130-100%Submitta 1\Spec5\DOC\02_TrafficS ig n a IS up p le me nt. d ocx 36 13.0 PULL BOXES 13.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 13.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy 836X12 Splice Box & Lid Armorcast A600197APCX12 13.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case V:\2065\active\2065000140\Archive\History\15_1130-100%Submitts I\Specs\DOC\02_Traff icSig n a IS u p p l e m e nt. d ocx 37 of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 13.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfillmaterial shall not contain rocks graded larger than one (1) inch. V:\2065\active\2065000140\Archive\History\15_1130-100%Submitta 1\Specs\D0C\02_Traffi cS igna IS u pple me nt. d ocx 38 14.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 14.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 14.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (%) of the diameter of the cable and must be permanent and weatherproof. 14.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 14.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid # 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding ) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage v:\2065\active\2065000140\Archive\History\15_1130-100%Submfttal\specs\ooc\02_TrafficSigna IS pplement.docx 39 Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 14.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 14.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Results of test to be submitted to the City in a CD. Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\Doc\02_TrafficS ig na IS u p p le m e nt. d ocx 40 15.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies" of the CALTRANS Specifications, and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "O", "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) • Bus Interface Units — detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. 15.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 15.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 15.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 15.4 CABINET STANDARDS 15.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "O", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-H32 0.125 -inch thick aluminum. v:\2065\active\2065000140\Archive\H f story\15_1130-100%submitta l\specs\DOc\02—Traff icSig n a ISu p p le me nt. d ocx 41 • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548-1(#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 15.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "O" and "R" cabinets shall have three (3) shelves. 15.5 CABINET WIRING 15.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 15.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. 15.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12'x 16") minimum. 15.5.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 15.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 15.5.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\Doc\02_TrafficS ig n a IS u p ple m e nt. docx 42 15.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 15.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 15.5.9 2 -POSITION AUTOIFLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 15.5.103 -POSITION AUTO/OFF/ON STOP TIME—SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 15.5.112 -POSITION CONTROLLER POWER ON10FF — SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 15.5.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 15.5.132 -POSITION SIGNALS ON/OFF SWeTCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 15.5.142 -POSITION AUTO/FLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 15.5.15 CABLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along; their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 15.5.16COLOR CODING All cabinet wiring shall be color coded as follows: v:\2065\active\2065000140\Archive\History\15_1130-100%suem ttai\specs\Doc\02—TrafficSign alSupplement.docx 43 • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground(return),(logic ground) • Black = AC+ • White = AC- • Green = Chassis 15.5.17MAIN-PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. 15.5.18FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 15.5.19 DETECTOR RACK AND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 15.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 15.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 15.5.22 FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 15.6 CABINET EQUIPMENT 15.6.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. v:\2065\active\2065000140\Archive\History\15_1130-100isuamittai\specs\OOc\02_TrafficSignaISu pplement.docx 44 15.6.2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 15.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 15.6.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all TS2-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 15.6.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 15.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRAX central control system. The interface panel shall also contain wiring for door open and flash alarms. 15.6.7 POWER BUS ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 15.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model # S66M1-50 and sub- base. 15.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 15.6.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 15.6.11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 15.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. v:\2065\active\2065000140\Archive\History\15_1130-100%Submitta 1\Specs\D0C\02_TrafficS ig na IS up pie me nt. d ocx 45 15.6.13 TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. 15.6.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. v:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\Doc\02_TraffIcSign a IS up pie ment.docx 46 16.0 STANDARDS, STEEL PEDESTALS, AND POSTS 16.1 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment as shown on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 16.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 16.3 PAINT AND POWDER COATING If shown on plans, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. V:\2065\active\2065000140\Archive\H i story\15_1130-100%S u bm itta I\Specs\DOC\02_Traff i cS i g n a I S u p p l e m e nt. d o cx 47 17.0 SERVICE ENCLOSURES 17.1 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type 11 Enclosures refer to State Standard Plans ES -213 and City Standard 910-L (P and R cabinets) and for Type I11 -BF Enclosures refer to State Standard Plan ES -2E for further details. Service enclosure shall be coated to match the traffic signal cabinet. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. if deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. v:\2065\active\2065000140\Archive\History\1s_1130-1oD%submittal\specs\Doc\02_TrafficSign a IS up p l e me nt. docx 48 18.0 SIGNAL FACES 18.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. if shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 18.2 PEDESTRIAN SIGNAL FACES Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 18.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 18.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. V:\2065\active\2065000140\Archive\H i story\15_1130-100%S ubm itta I\Specs\DOC\02_Tra ff i cS ig n a IS u p p l e m e nt. d o cX 49 19.0 VEHICLE DETECTORS 19.1 INDUCTIVE LOOP DETECTORS The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Detector loops shall be installed per Attachment A. Lead loops shall be modified Type E, and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -513. Bicycle loops shall be Caltrans 3'x 6' Type D loop detector. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. v:\2065\active\2065000140\Archive\H istory\15_1130-100%submitta 1\specs\D0c\02_TrafficS ign a IS up ple me nt. docx 50 20.0 PUSH BUTTON ASSEMBLIES 20.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button assemblies to be installed on pedestrian push button posts and "1A" shall be manufactured for a 5" x 7-1/2" sign. All other pedestrian push button assemblies shall be manufactured to accommodate a 9" x 12" sign which shall not extend beyond the mounting framework. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 20.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 20.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished coating per Section 24.0 of the Special Provision Supplemental. V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\02_TrafficSign a ISu ppiement.docx 51 21.0 LIGHTING 21.1 LED LUMINAIRES Luminaires shall conform to the provision in Section 86-6, "Lighting" of the SSS, the approved Caltrans LED Lighting Purchase Specification and these Special Provisions. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). Each luminaire shall be rated for a minimum operational life of 63,000 hours. Each luminaire will operate at an average operating time of 11.5 hours per night. Each luminaire is expected to have a minimum operational life of 180 months (15years). The luminaires to be installed shall be 120 volt with integral constant wattage ballast and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. The luminaire on -board circuitry shall include surge protection devices (SPD) to withstand high repetition noise transients as a result of utility line switching, nearby lightning strikes, and other interference. The luminaire shall be operationally compatible with currently used lighting control systems and photoelectric controls. The luminaire shall provide true ninety -degree (90 degree) cutoff with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, watertight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce a medium cutoff IES Type III light distribution. When the components are mounted on a down opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or lens frame. The door shall be secured to the housing in a manner to prevent its accidental opening. A safety cable shall mechanically connect the door to the housing. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the luminaires for a period of 84 months after acceptance of the luminaires. Replacement luminaires shall be provided promptly after receipt of luminaires that have failed at no cost to the City. All warranty documentation shall be given to the City. All LED luminaires shall be General Electric "EVOLVE" series 250W OR 20OW equivalents (see plans for exact wattage per location) approved equal, or as shown on the approved plans. Contractor shall have manufacturer technician on-site for final acceptance testing and approval of LED luminaires. v:\2065\active\2065000140\Archive\History\15_1130-100%submittal\specs\Doc\02_TrafficSign a IS up ple me nt, d ocx 52 21.2 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 21.3 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. IISNS shall be NuArt Edgel-it (NAIM-72-LED-D or NAIM-96-LED-D) with mounting brackets or approved equal. Sign legends shall be white on blue background with Newport Beach logo per Attachment B. 21.4 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished coating per Section 24.0 of the Special Provision Supplemental. V:\2065\active\2065000140\Archive\H istory\15_1130-100%Submitta 1\Specs\D0C\02_TrafficSign a IS up p le me nt. docx 53 22.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. V:\2065\active\2065000140\Archive\History\15_1130-100%Submittal\Specs\DOC\02_TrafficS ig n a IS u p p le m e nt. docx 54 23.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: • Inverter/Charger (with RS232 port): 24M11-WBE • Combined Manual Bypass Switch —511020-2 (closed back) • 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 • All necessary hardware and interconnect wiring • Shelf mount brackets #141418 (left and right) The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 23.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be P/N FCU104664 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. v:\2065\active\2065000140\Archive\H istory\15_1130-100rsubmittal\specs\Doc\02—Traffi cSig n a ISu p p l em e nt. d ocx 55 All custom LED luminaires and decorative scrolls will be finished using the coating system desired by the city and furnished to the contractor. New luminaire mast arms, receiving custom LED luminaires, where shown on the plans, shall be finished per the following coating system: • Galvanize: The product shall be galvanized in accordance with ASTM 123; • Surface Preparation: Brush blast exterior surface to SSP7 specifications; • Application Instructions: The product shall be coated prior to delivery to the job site. Apply in conformance to the manufacturer's instructions. The total application shall be 10 to 16 mils D.F.T. consisting of 5-8 mils of epoxy primer and 5-8 mils of gloss urethane color top coat. The color to be used shall be Fir Green - color code RAL6009 (PL -MG). • Touch Up: The manufacturer shall provide extra coating for field touch up due to transportation and handling. Existing luminaire mast arms, receiving custom LED luminaires, where shown on the plans and in Attachment D, shall be refinished in place per the following coating process: • Surface Preparation: Brush blast exterior surface to SSPC-SP 16 specifications; • Application Instructions: Apply in conformance to the manufacturer's instructions. The total application shall be 6 to 9 mils D.F.T. consisting of 4-6 mils of AMERLOCK 400 high solids epoxy coating and 2-3 mils of AMERSHIELD aliphatic polyurethane top coating (or approved equal). The color to be used shall be Fir Green - color code RAL6009 (PL -MG). Other standard traffic signal equipment shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D- 522. v:\2065\active\2065000140\Archive\H istory\15_1130-100%submitta 1\specs\D0c\02_TrafficSigna IS up pie me nt. d ocx 56 25.0 SIGNS 25.1 GENERAL Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 % inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. Signs installed on or adjacent to bicycle sidewalks, paths, or walkways should be installed at a clear height of eight feet. v:\2065\active\2065000140\Archive\History\1s_1130-100% submittal\specs\Doc\02_Traffi cSigna ISu p pl e m ent.d ocx 57 9 LIMIT LINE OR CROSSWALK PER PLAN N 001° 1 -OX 12 -OX NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LIMIT LINE LOOPS 2' IN ADVANCE OF CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DLC. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LOOP DETECTOR DETAIL SHEET 1 OF 2 LEGEND: ' 1-0X DETECTOR INPUT FOR THROUGH PHASES 0007 Im X 1� 1-0Y OXB DETECTOR INPUT FOR LEFT TURN PHASES BICYCLE LOOP DETECTOR INPUT 000, I CALTRANS TYPE E LOOP 3-1OX 1 0 DETECTOR LEFT TURN MODIFIED CALTRANS TYPE E LOOP O I I LANE THROUGH (3DETECTOR CALTRANS TYPE D LOOP LANES 0 DETECTOR (3'x6') BIKE LANE 0 e �� 1-oY �1� ( EDGE OF �l LI I GUTTER I ( CURB FACE N 001° 1 -OX 12 -OX NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LIMIT LINE LOOPS 2' IN ADVANCE OF CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DLC. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LOOP DETECTOR DETAIL SHEET 1 OF 2 TWISTED CLOCKWISE INTO �—� Start Finish A PAIR (AT LEAST 2 TURNS ►- PER FOOT) WINDING DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) Z -� OW W ry <o 2�Li- 0 0 0O SAWCUT DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LOOP DETECTOR DETAIL SHEET 2 OF 2 pz GOLD BORDER ALUMINUM WHITE FEDERAL BLUE IHOUSING / LETTERING/ BACKGROUND NOTES BACKGROUND COLOR TO BE HIGH FEDERAL BLUE (MATCH pANT0NE 300 [). LETTERING TO BE WHITE, ARIAL NARROW FONT, AND TO BE CENTERED VERTICALLY. LETTERING SIZE TO BE S" UPPER CASE CITY SAIL LOGO TO BE 11" TALL AND 8.75° WIDE. CITY SAIL LOGO TO BE SPACED 3^ HORIZONTALLY FROM THE EDGE OF THE GOLD BORDER. CITY SAIL LOGO TO BE GOLD COLORED /RGB EQUIVALENT /S 193.161.31\. A 1/2" GOLD BORDER (RGB EQUIVALENT IS 183.161,31) SHALL BE BETWEEN THE ALUMINUM HOUSING AND THE SIGN PANEL. Nevvport Boulevard Widening I December 1, 2015 TABLE OF CONTENTS 12 93 00 - SITE FURNISHINGS 3213 16 - DECORATIVE CONCRETE PAVING SECTION 12 93 00 SITE FURNISHINGS PART 1 —GENERAL 1.01 GENERAL Contractor shall provide all labor, materials, tools, equipment, and incidentals to furnish, assemble and install Site Furniture and Amenities as indicated on the drawings and specified herein, including but not limited to excavation and backfilling, fine grading, footings, painting, and related appurtenances. 1.02 SUBMITTALS Within fifteen (15) calendar days after award of Contract and at least thirty (30) days prior to installation, Contractor shall submit shop drawings or manufacturer's cut sheets to the Agency in triplicate. One (1) set will be returned to the Contractor. 1.03 SUBSTITUTIONS No substitution for Site Furniture and Amenities will be considered which is based on material delivery schedules, fabrication by Contractor, manufacturer carrying less than $1,000,000 product liability insurance or wood members of a different species, quality, or dimension. 1.04 REPAIR and REPLACEMENT A. Method of repair to damaged finished surfaces shall be as approved by the Agency and shall match the original finish. B. Costs incurred for repair or replacement of defective or damaged work, rejected materials or workmanship shall be the responsibility of the Contractor. PART 2 — PRODUCTS Basis of design: provide the products indicated on the drawings or an approved equal: A. Tree Grates B. Bike Rack C. Bench D. Trash Receptacle PART 3 — EXECUTION A. Contractor shall install all Site Furniture and Amenities in accordance with the manufacturer's recommendations for each item of work and as indicated on the drawings and specified herein. B. Staked locations for Site Furniture and Amenities shall be approved by the Agency prior to digging for footings or installation. C. Metal components, connections and fastenings shall be free of any burrs or sharp points and edges. 129300-1 SITE FURNISHINGS D. Touch-up galvanized surface blemishes with `galvalloy', or approved equal. Touch-up ungalvanized painted surfaces with red lead or zinc dust -zinc oxide primer and finished coat to match existing finish. END OF SECTION 12 93 00 129300-2 SITE FURNISHINGS SECTION 32 13 16 DECORATIVE CONCRETE PAVING PART 1 -GENERAL 1.01 GENERAL A. Contractor shall provide all labor, materials, tools, equipment and incidentals to construct all decorative concrete amenities as indicated on the drawings and specified herein. B. Contractor shall submit proposed mix design prior to order and delivery. 1.02 REFERENCES In addition to complying with all pertinent codes and regulations of local governing agencies, Contractor shall comply with all pertinent recommendations contained in "Recommended Practice for Concrete Formwork", publication #347-78 of the American Concrete Institute. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING Deliver material in timely manner to ensure uninterrupted progress. Store material by methods that prevent damage and permits ready access for inspection and identification. 1.04 REPAIR and REPLACEMENT Costs incurred due to repair or replacement of defective or damaged work, rejected materials, or workmanship shall be the responsibility of the Contractor. 1.05 PAYMENT No separate payment will be made for subbase materials or concrete used in footings. Compensation shall be as included in the unit price bid for the various items of work and no additional payment will be made. 1.06 MOCKUPS A. In order to determine slip resistance requirements are met, mockup panels of the Decorative Concrete Paving shall be prepared immediately after the contractor is selected and required submittals are approved, at the location selected by the Engineer and Architect of record and the City Field Inspector. Mockup shall be prepared in accordance with the approved submittal and installation procedures, and inspected. The mockup panels shall be tested for concrete finish for slip resistance in accordance with 3-6.1 (i) and 3-1.2.1 (g) of S-601-3. Average static coefficient of friction shall not be less than 0.6. No construction of the paving shall be allowed until the final approval of the concrete paving is made. B. One (1) 3' x 3' (three foot by three foot) mock up panel shall be prepared with the same color, texture and score lines as noted in the drawings. The mock up panel shall be prepared in accordance with the approved submittal and installation procedures, and shall be inspected. The mock up panel shall be tested and verified per Article 1.06.A of this section. 1.07 SUBMITTALS A. Statement of Mix Design: Submit one (1) copy of Statement of Mix Design prepared by batch plant or laboratory for each load delivered to Project, selected by Contractor and acceptable to the City and Owner for review and approval. Statement of Mix Design to contain following information: 321316-1 DECORATIVE CONCRETE PAVING 1. Name, address, and telephone number of batch plant preparing statement of mix design. 2. Date of mix design. 3. Project location. 4. Contractor requesting load delivery. 5. Mix design number. 6. Integral color used. 7. Gradations for sand and aggregate. 8. Material weights, specific gravity, and absolute volumes. 9. Basis of testing, i.e. UBC 2605 D4 and Title 24 2604 D4. 10. Water/cement ratio. 11. PSI rating. 12. Signature of testing laboratory manager. 13. Signed stamp from registered Project engineer or architect. B. Accompanying mix design, submit materials certificates signed by material producer and Contractor, certifying that each material item complies with, or exceeds, specified requirements. C. Submit evidence of licensed installer qualifications for experience, demonstration of square footage installed, number of projects, and contact information to verify experience as indicated in Quality Control section of this specification. D. Grace Top Cast surface retarder (extra stock): 1. One 1 -pound sample of each Grace Top Cast surface retarder specified. 2. One 100 -pound sealed bag of each Grace Top Cast surface retarder specified for use by Owner in future repairs of damaged concrete paving. E. Product documents of Grace Top Cast surface retarder to show compliance with required finish as indicated on Drawings. 1.08 QUALITY CONTROL A. Quality control to be maintained by licensed installers of Grace Top Cast surface retarder throughout duration of project. B. Paving Subcontractor Qualifications: provide evidence to indicate successful experience in providing Grace Top Cast surface retarder similar to that specified herein and demonstrate successful experience. C. As part of the bid submittal the General Contractor shall submit background information and/or qualifications on his Architectural Cast -in-place Contractor for Grace Top Cast installation. This information shall provide evidence to indicate successful experience in providing concrete work identical to that specified herein. A listing of projects shall be provided and shall be reviewed and approved as comparable projects to the specified work by the Owner or Architect prior to award of bid. Failure to provide this information or the submittal of incomplete or inaccurate information shall give cause to reject the entire bid as non-responsive and incomplete. The submittal shall provide the Owner and Architect with evidence of successful experience in Grace Top Cast surface retarder similar to that specified herein and can demonstrate successful experience through past project documentation and references. D. Demonstration of experience: provide a minimum of five (5) projects of installed Grace Top Cast surface retarder totaling at least 50,000 square feet with a reference list of each containing address of installation, contact person and phone number of project's architect or 321316-2 DECORATIVE CONCRETE PAVING owner's representation. Minimum size of each individual installation shall be 10,000 square feet. Provide two (2) color photos, 8" x 10" size, of each installation listed above representing the installation. Photo #1 shall show the approximate size of the installation. Photo #2 shall be taken approximately 2 to 3 feet from the paving service. See submittals portion of this section for additional information. E. Supervision: On site superintendent must have a minimum of 10 years of experience installing Grace Top Cast surface retarder or similar product. F. Slip Resistance: provide a finish with a slip resistance of equal or greater than 0.65 when tested by the owner in accordance with ASTM C1028. PART2-PRODUCTS 2.01 MATERIALS A. Portland Cement Concrete shall conform to the requirements of Sections 201-1, Portland Cement Concrete of the SSPWC, and these special provisions. B. Portland Cement Concrete mix designs shall be in accordance with Table 201-1.1.2(A) of the SSPWC. C. Cement shall be of the same brand and type used throughout the project. D. Sand shall consist of natural or manufactured granular material, free of deleterious amounts of organic material, mica, loam, clay, and other substances not suitable for portland cement concrete. Sand shall be thoroughly and uniformly washed. E. Coarse aggregate shall be composed of gravel or a blended mixture of crushed rock and gravel containing not more than fifty percent (50%) of crushed rock particles having all haves fractured and not less than twenty-five percent (25%) gravel. Aggregates shall not exceed a diameter of three-quarters inch (3/4"). Blending shall produce a uniform, consistent percentage of each. Rock products shall be clean, hard, sound, durable, uniform in quality and free of any detrimental quantity of soft, friable, thin, elongated or laminated pieces, disintegrated material, organic matter, oil, alkali or other deleterious substance. F. Water shall not contain deleterious substances or any amount of impurities that will cause a change in the time of setting. Water shall not contain more than 1000 parts per million chlorides calculated nor 1000 parts per million of sulfates calculated. The amount of water used in the mixture shall not exceed the amount necessary to permit material placement and consolidation. Total free water (the total water minus absorption by aggregate in a saturated surface -dry condition) shall not exceed an amount producing the maximum slump specified herein. G. Coarse aggregate for resurfacing material shall be of the classification, pea rock. H. Colored concrete, where indicated on the drawings, shall be colored with the proper proportion of admixture, as manufactured by Davis Colors. Surfaces shall be finished uniformly with the specified finish or texture and cured in accordance with Davis Colors specifications in the matching color. All batching, placing, finishing and curing shall be in accordance with Davis Colors Specifications. I. Protect existing -to -remain elements adjacent to new concrete work with Face -Off surface protectant by Dayton Superior or an approved equal. 321316-3 DECORATIVE CONCRETE PAVING 2.02 FORMS A. Forms shall be free of warp, set plumb and true to line and grade with upper edges flush with specified grade of finished surface of the constructed improvement, and not more than one- half inch (1/2") less in depth than the specified thickness of the edge of the concrete to be placed. B. Wooden forms shall have a net thickness of at least one and one-half inches (1 '/") and shall be free of imperfections which would impair the strength for the use intended. Edges and ends shall be square. Forms shall be secured by nailing to side stakes of sufficient length and cross-sectional area to adequately resist lateral displacement during placement of concrete, spaced not more than four feet (4) apart and driven into the subgrade vertically to a depth not less than twelve inches (12"), and so that the top will be below the upper edge of the form. Benders of thin plank forms may be used on curves. C. Wood forms shall be clean and shall receive a coat of light oil immediately prior to placing concrete. D. Metal forms shall have sufficient rigidity to resist springing during placement of concrete. Forms shall be secured by means of metal stakes spaced not more than five feet (5') apart and designed so as to be driven below the top of the forms through openings, locking them into position. E. Forms shall be inspected prior to placing of concrete. The City shall be notified a minimum of twenty-four (24) hours prior to inspection. F. Forms shall remain in place for a minimum of twelve (12) hours after concrete has been placed. 2.03 REINFORCEMENT A. Reinforcement shall conform to the dimensions and details indicated on the Plans and shall be cleaned thoroughly of all rust, mill scale, mortar, oil, dirt, or coating of any character which would be likely to destroy or impair its proper bonding with the concrete. B. Reinforcing steel shall be Grade 60 billet steel, conforming to ASTM A-615. Varying grades shall not be used interchangeably in any one (1) slab or pavement system. C. Reinforcement shall be accurately and securely positioned so that it will not be displaced by the placing of concrete. 2.04 TRANSIT MIXES A. Furnish ready -mixed concrete from an approved, licensed commercial off-site plant. Mix shall conform to ASTM C94, except materials, testing, and mix designs as specified herein. B. Use transit mixer trucks equipped with automatic devices for recording number of revolutions of drum. Mixing shall be commenced as soon as possible after the cement is placed in contact with aggregated but in no event shall the intervening time period exceed thirty (30) minutes. C. Concrete mixers shall be of such design and construction and so operated as to provide thoroughly and properly mixed concrete in which ingredients are uniformly distributed. 321316-4 DECORATIVE CONCRETE PAVING D. Transit mixers shall be of the type, capacity and manner of operation of the mixing and transporting equipment for ready -mix concrete conforming to current "Standards for Operation of Truck Mixers and Agitators of the National Ready -Mix Concrete Association" and the "Truck Mixers and Agitators Standards of the Truck Mixer Manufacturer's Bureau". E. Volume of mixing materials shall not exceed manufacturer's rated capacity of the mixer. Each mix shall be completely discharged and wash water emptied before succeeding load is placed in drum. F. Adequate control of ready -mix concrete shall provide for additional water to be added and mixed into the batch at the project site. Amount withheld shall not exceed two and one-half (2 %2) gallons of water per cubic yard of mix. G. The total elapsed time between the addition of water and the batch plant and discharging at project site shall not exceed ninety (90) minutes. H. When requested, Contractor shall furnish the Engineer with a legible certified weighmaster's certificate stating the quantity of cement, water, fine and coarse aggregates, time of departure and discharge time for each batch delivered to the project site. PART 3 - EXECUTION 3.01 PLACING CONCRETE A. Remove free water from forms before concrete is deposited. Remove hardened concrete, debris, and all foreign material from forms and from surfaces of mixing and conveying equipment. B. Install embedded items, including but not limited to, sleeves, anchor bolts or conduits, in their proper locations, secured against displacement, prior to placing concrete. C. Concrete shall be placed on native grade, a certified compacted subgrade, or subbase material, as indicated on the drawings, free of all loose and extraneous material, sufficiently dampened to ensure that no moisture will be absorbed from the fresh concrete. D. Concrete shall be deposited to the required depth over the entire width of the section, avoiding segregation or loss of ingredients. E. Concrete shall be thoroughly consolidated in a manner that will encase the reinforcement, fill the forms, and bring the surface true to grade and cross section. Surface shall be free of any unevenness greater than one-eighth inch (1/8") when checked with a ten foot (10) straightedge placed on the surface. Straightedge shall be available on the project site for use by the County. F. Concrete shall be distributed uniformly as it is placed, and struck off and tamped by means of mechanical tamper operated at right angles to the center line of the pavement. Number of vibrators employed shall be sufficient to consolidate the concrete within fifteen (15) minutes after depositing, then floated to a smooth flat uniform surface. G. Equipment used shall not have any aluminum components coming into direct contact with the cement. 3.02 FINISHING A. Concrete finishes shall be as indicated on the drawings. 321316-5 DECORATIVE CONCRETE PAVING B. Formed edges shall be rounded to a radius of one-half inch (1/2"). Edges at expansion joints shall be rounded to a radius of one-eighth inch (1/8"). C. No advertising impressions, stamp, or mark of any description will be permitted on surface of concrete. D. Concrete shall not be covered with plastic sheeting. E. Colored concrete, where indicated on drawings, shall be colored with the proper proportion of admixture, as manufactured by Davis Colors. Surfaces shall be finished uniformly with the specified finish or texture and cured in accordance with Davis Colors specifications in the matching color. All batching, placing, finishing and curing shall be in accordance with Davis Colors Specifications. F. Grace Top Cast surface retarder, where indicated on the drawings, shall be installed per most current manufacturer's installation instructions. G. All wasted water from the application shall be properly collected and disposed of. No wasted water to be drained to storm drain system or nearby street pavement. H. No water proofing sealer shall be applied on this project. 3.03 JOINTS A. Joints shall be as indicated on the drawings. B. Expansion joints for hardscape shall be as shown on the drawings and at corners, radius points, and at regular intervals not to exceed twenty feet (20) on center. Such joints shall be filled with a pre -molded joint filler of a non -extruding, durable, bituminous resilient material conforming to ASTM D-1751. Joint filler shall be a minimum thickness of one-quarter inch (1/4") and extend the full depth to within one-quarter inch (1/4") of the finished surface, and shall be placed in correct position before concrete is placed against it. Holes or joints in the filler shall be filled with mastic. Expansion joints shall be sealed with a polysulfide water- proof caulking. C. Control joint shall be either hand tooled or saw cut. Edges shall be finished to a radius of one-eighth inch (1/8") with a slit jointer tool. Control joints shall be at intervals not to exceed ten feet (10'). D. Saw cut joints for hardscape, where specified, shall be as shown on the drawings or at intervals not to exceed ten feet (10) on center, and shall be cut to a minimum depth of three- quarter inch (3/4") and a width not to exceed one-quarter inch (1/4"). 3.04 CURING A. Curing compound shall consist of a liquid complying with ASTM c-209, which when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the exposed surfaces of concrete. B. Curing compound shall be TK Bright Kure N Seal Merrimac Brown, a colored sealer solution of 100% methacrylate polymers, manufactured by Grace Products, or approved equal. C. Rate of application shall be such that the compound forms a continuous, unbroken film. 321316-6 DECORATIVE CONCRETE PAVING D. Curing shall commence as soon as free water leaves the surface but no later than three (3) hours following placement of concrete. E. Spraying equipment shall be of the fully atomizing type, equipped with a tank agitator of an approved type which provides for continual agitation of the compound during application. F. Curing compounds shall be compatible with intended finishes. END OF SECTION 32 13 16 321316-7 DECORATIVE CONCRETE PAVING Newport Boulevard Wiewe ning 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 Complete Legal Entity Name Fax Number: E-mail Address: Please include a site map List all Principal Owners / Major Shareholders of the site and/or business: Name Title Address Name Title Address Name Title Address For Corporations Only: City State Zip Code City State Zip Code Year of Incorporation State of Incorporation Corporate Identification No. 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 terms 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 Tue • ;;, =+Wed I i ■ Do you project this discharge to last longer than one year? F]Yes ❑ No ■ Projected duration: Of project: Of discharge: ■ Does the facility on this site have a Wastewater Discharge Permit issued by he Orange County Sanitation District? F]Yes ❑ No 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: _ ■ Rate of discharge: gpm ■ Hours of discharge: From: a. m. To: p.m. ■ Number of days per week of discharge: ■ Days of week of discharge (enter X): gallons Ml n a Tue • ;;, =+Wed I i Thu En } Sat i r, Sun h, ;ii 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 F] Instrumentation Calibration performed in situ? ❑ Yes F]No The calibration of an existing effluent meter may 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: Street City State Zip Code 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 I 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. 1 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: Page 5 of 9 Sewer Connection Verification Statement ❑ Connection to District's Sewer System (Trunklines) Connection Permit No.: Connection Address: Discharge Pipe Size: inches Maximum Flow Rate: Receiving Trunkline Name / Size: Date Connection/Inspection Fees Paid: 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: �) gpm i inches Page 6 of 9 Certification of Responsible Officer 1, the undersigned, do hereby certify that t meet the definition of a Responsible Officer, as outlined below: A responsible officer is defined 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. t 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 Print or Type) Title 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. 1 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 designated signatory is defined as; A duly authorized representative of the responsible officer if: 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. If 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. I 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: Title: 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 Submit this form only if the Responsible Officer is to be the Si( s Certification of Responsible Officer 1, the undersigned, do hereby certify that / 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. l 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 or 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. h:\wp.dta\ts\3590\forms\miscfrms\certification of responsible offcer.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) Title 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 Signature Title Company Name (Please Print or Type) 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. 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. I 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 Title 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. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\600 - WATER\C-5481 - Newport Blvd Water Main Rehabilitation CAP14- 0030\DESIGN PHASE\Appendix A3 - OCSD Designated Signatory.doc South Coast Air Quality Management District Form 400-A Instructions Section A — Operator Information 1. Facility Name A special format is used on the permit to identify both the legal entity and the business name. For example: Personal Name: Personal Name with DBA: Partnership: Partnership with DBA: Corporation: Corporation with Division Corporation with DBA: Coporation with Limited Liability Partnership: Governmental Agency: School: Colleges & Universities: John C. King ABC Store, John C. King DBA John C. King, Jim Day and Ann Smith ABC Store, J. Kin, J. Day and A. Smith DBA ABC Corporation or ABC, Inc. ABC Corporation, Office Products Division ABC Corporation, ABC Trucking Co. DBA ABC Corporation, LLC/LLP Any City, Public Works Dept. John Muir High School University of California at Los Angeles, Biochemistry Dept. 2. Valid AQMD Facility ID This is a unique 6 digit ID number assigned by the AQMD for a facility at a specific site location. If you have been previously assigned a facility ID number, enter it here. The facility ID number may be found on an invoice or a permit previously issued for the same location. For new businesses to the AQMD, leave this field blank. A facility ID number will be assigned to a new business by the AQMD. 3. Owner's business Name Enter the name of the owner of the business if it is different from the operator, using the same format as in Facility Name. Section B — Equipment Location Address 4. Choose whether the equipment will be operated at a fixed location or at various locations. For fixed locations, enter the equipment location address. For various locations, enter the address of the initial site where the equipment is to be operated or the site where the equipment will be stored. Enter the name of the contact person whom we may call for information regarding the equipment. Section C — Permit Mailing Address 5. The mailing address is for the postal delivery of permits, billing and other written correspondences. Check the box if the mailing address is the same as the equipment address. Otherwise, enter the mailing address. Enter the contact name of the person whom we may call regarding billing and other administrative issues. Form 400-A Instructions Section D —Application Type 6. Choose a type of facility. If you are unsure whether your facility is in RECLAIM or Title V programs, choose "Not in RECLAIM or Title V." 7. Choose only one selection from this section: 7a. New Equipment or Process Application New Construction (Permit to Construct) — new equipment which has not yet been constructed or on site and requires a Permit to Construct. Equipment On -Site but Not Constructed or Operational —for equipment already placed at the equipment location address but has not been constructed or operated. Equipment Operating Without a Permit — Equipment which has been in operation without a valid permit or equipment with a permit which has been expired for more than one year. Compliance Plan — For all compliance plans required by a rule, ie., Rule 403, Rule 1166, etc. Registration/Certification — Registration is to register equipment which has previously been issued a Certified Equipment Permit by the AQMD to the manufacturer. Certification is for equipment which the manufacturer would like to have certified by AQMD. Streamlined Standard Permit — For certain types of equipment or processes identified by AQMD with pre -determined permit conditions. 7b. Facility Permits Title V Application or Amendment — For all Title V permits and amendments to TV permits. Also submit Form 500 -TV and other applicable Title V forms. RECLAIM Facility Permit Amendment — For all RECLAIM or RECLAIM and Title V permit amendments. 7c. Equipment or Process with an Existing/Previous Application or Permit Administrative Change — For amendments to a permit which do not result in any emissions changes and require no engineering evaluation. Examples of administrative changes are changes to equipment model name, model or serial numbers and minor corrections to permit conditions. Alteration/Modification — For any physical changes to be made to an equipment or process or its operating conditions with an existing Permit to Construct or Permit to Operate. Alteration/Modification without Prior Approval — For any physical changes already made to an equipment or process or its operating conditions with an existing Permit to Construct or Permit to Operate. Change of Condition — For change of permit conditions that will not result in an emission increase. If the change of condition will result in an emission increase, select Alteration/Modification. Change of Condition without Prior Approval — For change of permit conditions without prior approval that will not result in an emission increase. If the change of condition will result in an emission increase, select Alteration/Modification without Prior Approval. Change of Location — For permitted equipment which will be relocated from one site location to another. Change of location permit is not required if the equipment is on one or more contiguous properties within the District, in actual physical contact or separated solely ©South Coast Air Quality Management District, AQMD Form 400-A Instructions.pdf (2010.09) Page 2 of 4 Form 400-A Instructions by a public roadway or other public right-of-way and are owned or operated by the same owner/operator. Change of Location without Prior Approval — For permitted equipment which has been relocated from one site location to another without prior approval. Equipment Operating with an Expired/Inactive Permit — For equipment operating with a permit which has been expired for over one year or a permit which is inactive. Existing or Previous Permit/Application — If you select one of the items in 7c, enter the existing or previous permit/application number. 8a. Estimated Start Date of Construction — Enter the estimated start date of construction of the equipment or process or the estimated date when the equipment is to be on site. 8b. Estimated End Date of Construction — Enter the estimated date of completion of construction. 8c. Estimated Start Date of Operation — Enter the estimated date of start of operation. This includes any equipment or process testing. 9. Description of Equipment or Reason for Compliance Plan —Provide a brief description of the equipment or process for which you are seeking a permit. For plans, briefly describe the reason for plan submittal. 10. Identical Equipment — Applications submitted at the same time for identical equipment qualify for lower permit processing fees as per Rule 301. If multiple identical applications are being submitted, enter the number of the additional applications. Note: This does not apply to certified equipment applications. 11. Small Business — Small businesses qualify for 50% reduced fees as per Rule 301. A small business is defined as a business with 10 employees or less AND total gross receipts of $500,000 or less. A not-for-profit training center also qualifies as a small business. 12. NOV or NC — If a Notice of Violation or a Notice to Comply was issued for your equipment of process, check "Yes" and enter the appropriate notice number. Section E — Facility Business Information 13. Type of Business — Provide a brief description of the type of business or operation at this facility. This information is used to determine which permit processing team will review your application. 14. NAICS (North American Industrial Classification System) Code—This is the new classification code which replaced the Standard Industrial Classification (SIC) used to classify the primary business activity. A primary business activity is based on the principal product or service rendered. Generally, the primary activity would generate 51% or more of the revenue for the business. You may obtain your business NAICS codes by visiting the Census Bureau NAICS Web site at http://www.census.gov/naics, by calling 1-888-75NAICS, or by e -mailing naics@census.gov. The AQMD uses the NAICS codes for variety of purposes, including, but not limited to, rule development, socio-economic analysis, and reports to the State Legislature. ©South Coast Air Quality Management District, AQMD Form 400-A Instructions.pdf (2010.09) Page 3 of 4 Form 400-A Instructions 15. Other Facilities Under Same Operator— Check "Yes" if there are other facilities operated by the same operator within SCAQMD jurisdiction. 16. Schools within 1000 ft — If there is a public or a private school from Kindergarten thru 12th grade within 1000 feet radius of the facility, check "Yes". Include Form 400 -PS (Plot Plan and Stack Information Form) with your application submittal. The information will be used to determine if a public notice pursuant to Rule 212 is required. Section F — Authorization/Signature 17. Signature of Responsible Official —A responsible official is the president, vice-president, director, manager, proprietor/owner, business partner or other person with legal authority to serve as representative of the business. For city, state, federal agencies or municipalities, a principal executive officer or ranking elected official may sign the form. 18. Title of Responsible Official — Provide the title for the Responsible Official signing the form. 19. Review of Permit — If you wish to review the permit before it is issued, check "Yes". This may cause a delay in the application process due to additional time in correspondence and revisions. 20. Print Name — Print the name of the responsible official. 21. Date — Provide the date the form is completed and signed. 22. Confidentiality —Pursuant to the California Public Records Act, your permit application and any supplemental documentation are public records and may be disclosed to a third party. If you wish to claim certain limited information as exempt from disclosure because it qualifies as a trade secret, as defined in the District's Guidelines for Implementing the California Public Records Act, you must make such claim at the time of submittal to the District. Check "Yes" if you claim that this form or its attachments contain confidential trade secret information. 23. Check List — The checklist is a reminder to date and sign the forms, complete and include Form 400-CEQA, complete and include any supplemental forms and information, and to include appropriate fees. OSouth Coast Air Quality Management District, AQMD Form 400-A I nstructions.pdf(2010.09) Page 4 of 4 South Coast Air Quality Management District Form 400-A Application Form for Permit or Plan Approval List only one piece of equipment or process per form, Mail To: SCAQMD P.Q. Box 4944 Diamond Bar, CA 91765-0944 Tel: (909) 396-3385 www_Anmd nav Secttlin A . ' Operator information» - 1. Facility Name (Business Name of Operator to Appear on the Permit): 2. Valid AQMD Facility ID (Available On Permit Or Invoice Issued By AQMD): 3. Owner's Business Name (If different from Business Name of Operator): Section B - Equipment Location Address Section C •Permit Mailing Address 4. Equipment Location Is: C' Fixed location (-,t Various Location 5. Permit and Correspondence Information: (For equipment operated at various locations, provide address of initial site.) j Check here if same as equipment location address Street Address __ _ Address - ,CA , y dip ity Eats'-��e`-����` i�� Contact Name a Contact Name TiBe Phone _UL- Fax Phone Ext Tax# E -Mat E -Mail: Section t1 = Appl_icatiort Type 6. The Facility Is: Ct Not In RECLAIM or Title V (7 In RECLAIM C In Title V €7 In RECLAIM & Title V Programs 7. Reason for Submitting Application (Select only ONE): 7a. New Equipment or Process Application: 7c. Equipment or Process with an Existing/Previous Application or Permit: C New Construction (Permit to Construct) C, Administrative Change Equipment On -Site But Not Constructed or Operational C, Alterafi"ification Existing or Previous (` Equipment Operating Without A Permit' (7, AlterationM aiification without Prior Approval ' Permit/Applicationckdany ( Compliancy Pian If you checked any of the items in tit (= Chancre of Condition 7c., you MUST provide an existing Ct RegistratiorXertification C t Change of Condition without Prior ApprovalPermit or Application Number Streamlined Standard Permit (`: Change of Location 7b. Facility Permits: t . Change of Location without Prior Approval " C Title V Application or Amendment (Refer to Title V Matrix) C, Equipment Operating with an Expired/Inactive Permit' (' RECLAIM Facility Permit Amendment ' A Nigher Permit Processing Fee and additional Annual Operating Fees (up to 3 full years) may apply (Rule 301(c)(1)(D)p)). 8a. Estimated Start Date of Construction (mmPddiyyyy): Hb. Estimated End Date of Construction (mmfddlyyyy): 8c. Estimated Start Date of Operation (mm,rddtyyyy): 9. Description of Equipment or Reason for Compliance Plan (list applicable rule): 10, For Identical equipment, how many additional applications are being submitted with this application? (Form 400-A required for each equipment I process) 11. Are you a Small Business as per AQMD's Rule 102 definition? 12. Hasa Notice of Violation (NOV) or a Notice to , No (10 employees or less and total gross receipts are Comply (NC) been issued for this equipment? Yes 5500,000 or less OR a not-for-profiit training center) f" . No C Yes If Yes, provide NOWNC#: Section E - Facility Business Information 13. What type of business is being conducted at this equipment location? 14. What is your business primary NAICS Code? (North Ame€ican Industrial Classification System) 15. Are there other facilities in the SCACIMD jurisdiction operated by the same operator? No Yes 16. Are there any schools (K•12) within 1000 feet of the facility property line? t No (7 Yes SectionF - Authorization!Signature lherebycertiythat affr"n%rImPoncontainedhminandinfr raffonsubtnted wth this applicationaretrireandearoet 17. Signature of Responsible Official: 18, Title of Responsible Official: 19.1 wish to review the permit prior to issuance, (This may cause a delay in the No application process.) (' Yes 20. Print Name: 21. Date: 22. Do you claim confidentiality of data? (If Yes, see instructions.) C: No {C ; Yes 23, Check List: 0 Authorized Signature/Date 0 Form 400-CEQA Supplemental Form(s) (ie., Form 400-E-xx) © Fees Enclosed r .a APPLICATION CHECK, AMOUNT RECEIVED PAYMENT MrMNG# VALIDa;TIGP3 DATE APP DATE APS' CLASS BASIC EQUIIMENTCATECG'RYCODE TEAM ENGINEER R114SONJACsIfl°41T`KEN Rt REJ I Ill CONTROL Q South Coast Air DualityManagement DIsM Form 400-A(2014.07) South Coast Air Quality Management District 21865 Copley Drive, Diamond Bar, CA 90765-4182 (909) 396-2000 • http://www.agmd.gov Rule 1166 Various Locations Applicant's Statement The Rule 1166 Various Locations plan is issued with standardized format and operating conditions that provide the plan holder with the benefit of conducting excavations at multiple sites under a single plan. Unfortunately, this "flexibility" precludes AQMD from evaluating each excavation site for potential public nuisance issues and impacts to schools and other sensitive receptors in the immediate area. Consequently, a number of restrictions have been placed on the Various Locations plan in order to minimize the nuisance potential from activities conducted under this plan. The following restrictions are non-negotiable; any person unable to operate in compliance with the following conditions should apply for a Site Specific plan. Applicant's Statement I have reviewed the following conditions and acknowledge that these restrictions are included in all Rule 1166 Various Locations plans issued by AQMD. I certify that the proposed activities for which I am requesting the Various Locations plan will not conflict with, nor will they preclude me from operating in compliance with, the conditions set forth below. 1. The total quantity of VOC-contaminated soil excavated and handled at each site in a calendar year will not exceed 2,000 cubic yards. 2. No excavation will be located within 1,000 feet of any outer boundary of a school. 3. The excavation, including all equipment used in conjunction with such operation will be operated in compliance with all applicable laws, ordinances, regulations and statutes. 4. The applicant/plan holder will operate in compliance with these conditions. I hereby certify under penalty of law that all of the information I have provided in conjunction with this application submittal is true and correct Name Of Responsible Official of Firm (Print): I Title of Responsible Official: Signature of Responsible Official of Firm: I Date Signed: Revised 12/07/05 � r - ------------ �a GEOTECHNICAL EVALUATION NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NEWPORT BEACH, CALIFORNIA PREPARED FOR: VA Consulting, Inc. 6400 Oak Canyon, Suite 150 Irvine, California 92618 Ninyo & Moore Geotechnical and Environmental Sciences Consultants 475 Goddard, Suite 200 Irvine, California 92618 October 23, 2013 Project No. 208665001 475 Goddard, 5, to 200 * 1rmne, Ca4bmia 92b? 8 Phone (949) 753-7070 . Fax {749, 753-7071 _ In+4`V - tris tr zees ._. xho Cs r,*ngd =�Qal aw • 5arr ria co • n!nt�e Cs2 viNa5 Phwnw * Tu=n R--, tY'3.q 'Deme2 = FfCuvon October 23, 2013 Project No. 208665001 Mr. Jeff Wilkerson VA Consulting, Inc. 6400 Oak Canyon, Suite 150 Irvine, California 92618 Subject: Geotechnical Evaluation Newport Boulevard and 32"d Street Modifications Newport Beach, California Dear Mr. Wilkerson: Enclosed please find our report presenting the results of our geotechnical evaluation for the Newport Boulevard and 32nd Street Modifications project in Newport Beach, California. Our evaluation was performed to assess the soil and pavement conditions at the project site and to develop geotechnical recommendations for the design and the construction of the proposed improvements. This report presents our geotechnical findings, conclusions, and recommendations relative to the project. Ninyo & Moore appreciates the opportunity to be of service on this project. Respectfully submitted, NINYO & MOORE Jennifer Schmidt, PG Project Geologist Lawrence Jansen, PQ CEG Principal Geologist JRS/LTJ/DBC/lr/sc y c�Ll Daniel Chu, PhD, PE, GE Chief Geotechnical Engin 55XpNAl. C'FO �NGE T ti �Q No. 1 i 98Ix �'fi CUs CERTIFIED Z —4 �E ENGINEERING GEIX.C}GIST Distribution: (1) Addressee (via e-mail) 475 Goddard, WaL, 2 0 . ice . Canto? is 926 i & F'fio'ne (949) 753-'070 - Fax (9x91753_707 i mare `^n �Lm e s.arrux°,,a oak:ana < s Fb.wx' s San S arr " tar vegan r'haer < Tucs x. s P� CES va3ev Demv - H is'on � Newport 0ou�vu��d32=Street Newport Beach, California TABLE OF CONTENTS October 23,2Ol3 Project No. 208665001 Tables lablel— Existing Pavement Scctk)ou.---.---.-----.--.—.------. ..3 10 Page l. INTRODUCTION ------_—.--.--.---.,—.------------..—.----.—.l 2. SCOPE OF SERVICES ............................................................................................................ l 3. SITE DESCRIPTION AND PROPOSED CONSTRUCTION ................................................ 4. SUBSURFACE EXPLORATIONAND LABORATORY TESTING .................................... 2 5. SUBSURFACE CONDITIONS ............................................................................................... 3 0. GROUNDWATER ................................................................................................................... 4 7. CONCLUSIONS ---.---~--.---.—.---.—...~.--.----------.—.--.—.'4 8. RECOMMENDATIONS --..--.---,.------------..—.--..—.—.-----.5 8lEarthwork ..................................................................................................................... 5 8l1. Conference .............................................................................. 5 8.1-2. Site Preparation --.----------.-------..-----._,____.5 0.1.I Excavation Characteristics .................................................................................. 6 8.1'4. Braced Excavations ............................................................................................. 6 8.1.5. C000buodnu Dewatering .---------.—.....—.—.—..—.------.—..7 8.1.6. Excavation Bottom Stability ............................................................................... 7 8.1.7. Trench Backfill .................................................................................................... Q 0.1.8. Modulus ofSoil Reaction for Pipe .-----.—.---.--.--.--8 8.1.9. Lateral Earth Pressures for Thrust Blocks .......................................................... 9 8.2. Pavement Improvements ---.—.---_.------.------.—.---.--.--9 8.2l Asphalt Overlay .-----.—.--.--.-----.---.-----.----..l0 0.2.2. New Pavement Construction ............................................................................. l\ 8.2.3. Material Specifications ...................................................................................... ll 0.3. Corrosion .................................................................................................................... l2 8'4. Concrete ...................................................................................................................... l2 9. CONSTRUCTION OBSERVATION .................................................................................... l3 10. LIMITATIONS ----..--------^---------.--.--.--,---------l3 lL REFERENCES .-------.—.-----------------.-------------l5 Tables lablel— Existing Pavement Scctk)ou.---.---.-----.--.—.------. ..3 10 Newport Boulevard and 32nd Street Newport Beach, California October 23, 2013 Project No. 208665001 Figures Figure 1 — Site Location Figure 2 — Boring Locations Figure 3 — Lateral Earth Pressures for Braced Excavation Below Groundwater (Granular Soil) Figure 4 — Thrust Block Lateral Earth Pressure Diagram Appendices Appendix A — Boring Logs Appendix B — Laboratory Testing 208665001 R Geo Eval.doc ii O - Newport Boulevard and 32nd Street Newport Beach, California 1. INTRODUCTION October 23, 2013 Project No. 208665001 In accordance with your request, we have performed a geotechnical evaluation for the proposed Newport Boulevard and 32nd Street Modifications project in Newport Beach, California (Figure 1). The project will include pavement improvements and roadway widening along Newport Boulevard and at the intersection of Newport Boulevard and 32nd Street. The purpose of our study was to evaluate the subsurface conditions and to provide geotechnical design parameters for the project. This report presents the results of our study, including our findings and recommendations relative to the geotechnical aspects of the project. 2. SCOPE OF SERVICES The scope of our geotechnical services included the following: • Attendance at a project kick-off meeting with the client and City of Newport Beach representatives to discuss project details. • Project coordination, planning, permit acquisition, and scheduling of the subsurface exploration. • Review of readily available background data, including in-house geotechnical data, published geotechnical literature, aerial photographs, geologic maps, and project -related plans provided by the client. • Reconnaissance of the site to locate proposed borings and coordinate with Underground Services Alert for underground utility location. • Traffic control in general accordance with the Work Area Traffic Control Handbook. • Subsurface exploration consisting of the drilling, logging, and sampling of six small - diameter hollow -stem auger exploratory borings. The borings were logged by our representative and bulk and relatively undisturbed samples were collected at selected intervals. The borings were backfilled with on-site soil after drilling and the soil samples were returned to our laboratory for testing. • Laboratory testing of selected, representative soil samples to evaluate R -value and corrosivity. • Data compilation and engineering analysis of the information obtained from our background review, subsurface evaluation, and laboratory testing. 208665001 R Geo Eval.doc 1 Newport Boulevard and 32nd Street October 23, 2013 Newport Beach, California Project No. 208665001 • Preparation of this geotechnical report presenting our findings, conclusions, and recommendations pertaining to the design and construction of the proposed roadway improvements. 3. SITE DESCRIPTION AND PROPOSED CONSTRUCTION The project site is located in a commercial area on the Balboa Peninsula. Outlying properties are predominantly residential. The proposed street modifications are located on Newport Boulevard between 30th Street and Via Lido and on 32nd Street at the intersection of Newport Boulevard. The site topography is relatively flat with ground surface elevations ranging from approximately 4 to 8 feet above mean sea level. Pavement distress observed on Newport Boulevard between 32nd Street and Finley Avenue included moderate longitudinal and alligator cracking, moderate raveling, and minor potholes. The majority of the cracking and potholes along this section have been previously patched and/or sealed. Pavements in the remainder of the roadway modification area are generally in good condition with some minor transverse cracking. Concept pians (VA Consulting, 2013) show proposed improvements consisting of the widening and modifications of Newport Boulevard and 32nd Street to include an additional through -lane on northbound Newport Boulevard from 30th Street to 32nd Street and on southbound Newport Boulevard from Via Lido to 32nd Street (Figure 2). Curbside parking stalls will be removed and concrete bike lanes will be added. An existing building at the northwest corner of Newport Boulevard and 32nd Street will be removed to accommodate road widening at this location and the addition of a parking lot with sixteen new parking stalls. Other improvements will include raised median island construction, median landscaping and irrigation, striping, signing, and minor utility trenching for laterals. 4. SUBSURFACE EXPLORATION AND LABORATORY TESTING Our subsurface evaluation was performed on September 12, 2013, and consisted of the drilling, logging, and sampling of six small -diameter borings. The borings were advanced to depths of up to approximately 6'/2 feet. A representative from our firm logged the borings and obtained bulk and relatively undisturbed soil samples at selected depths for laboratory testing. The approximate 208665001 R Geo Eval.doc 2 Newport Boulevard and 32°d Street October 23, 2013 Newport Beach, California Project No. 208665001 locations of the borings are presented on Figure 2. Logs of the borings are presented in Appendix A. Geotechnical laboratory testing was performed on representative soil samples to evaluate R - value and soil corrosivity. The results of the laboratory testing are presented in Appendix B. 5. SUBSURFACE CONDITIONS Review of referenced geologic maps (Morton, 2004) indicates that the site is underlain by eolian and estuarine alluvial deposits. These deposits are described as consisting of unconsolidated sand, silt, and clay with variable amounts of organic matter. The subsurface conditions encountered at our boring locations are summarized below. Detailed descriptions of the subsurface conditions are presented on the boring logs in Appendix A. Measurements of the existing pavement sections were obtained at our boring locations. The pavement sections encountered consisted primarily of asphalt concrete over aggregate base. Portland cement concrete (PCC) was encountered below the asphalt concrete in borings B-2 and B-5. The thickness of the PCC and presence of base at these locations is unknown due to drilling refusal in the concrete. Table 1 presents a summary of the existing pavement sections encountered in our exploratory borings. Variable thicknesses should be anticipated. Table 1— Existing Pavement Sections Boring No. Street Asphalt Concrete (inches) Aggregate Base (inches) B-1 Newport Boulevard - Southbound 10 4 B-2 Newport Boulevard - Northbound 11 Unknown* B-3 Newport Boulevard - Southbound 4.5 4 B-4 Newport Boulevard - Northbound 6 12 B-5 Newport Boulevard - Northbound 6 Unknown* B-6 32 nd Street - Westbound 6.5 5 *Drilling refusal in concrete; thickness unknown The pavements were underlain by fill soil and alluvial deposits to the depths explored. In general, the soil conditions beneath the pavements were comprised of moist to saturated, 208665001 R Geo Eval.doc3 = Newport Boulevard and 32°d Street October 23, 2013 Newport Beach, California Project No. 208665001 very loose to medium dense, silty sand. Scattered, relatively minor amounts of clayey sand, sandy silt and clayey silt were also observed at the boring locations. 6. GROUNDWATER Groundwater was encountered in borings B-1, B-3, B-4 and B-6 at depths ranging from approximately 3 to 5 feet below the ground surface at the time of drilling. It should be noted that the depths to groundwater were evaluated at the time of drilling and stabilized groundwater elevations were not established; therefore, groundwater may be shallower than encountered at the time of drilling. In addition, fluctuations in the level of groundwater will occur due to tidal fluctuations, variations in ground surface topography, subsurface stratification, rainfall, irrigation practices, and other factors which may not have been evident at the time of our field evaluation. 7. CONCLUSIONS Based on the results of our geotechnical evaluation, it is our opinion that the proposed improvements are feasible, provided the recommendations presented in this report are incorporated into the design and construction of the project. Our conclusions are based on the findings of this evaluation and are as follows: • The project site is underlain by fill and alluvium generally consisting of very loose to medium dense, silty sand with minor amounts of clayey sand and sandy to clayey silt. • The on-site granular soils are generally suitable for use as structural backfill provided deleterious materials are removed. Soil excavated from below groundwater levels will be wet and will involve drying to be suitable for compaction. • During our subsurface evaluation, groundwater was encountered at depths ranging from approximately 3 to 5 feet below the existing ground surface. Groundwater should be anticipated at depths of approximately 3 feet or less. Trench excavations that extend below groundwater will involve dewatering in order to construct the proposed improvements under a dry condition. • Trench excavations that extend below groundwater or deeper than 4 feet will involve temporary shoring to support the excavation sidewalls and to reduce the potential settlement that could affect the roadway and adjacent structures and/or pipelines. Shoring should be used in accordance with Occupational Safety Health Administration (OSHA) regulations. The on-site soils should be considered as Type C soils in accordance with OSHA regulations. 208665001 R Geo EvW.doc 4 Newport Boulevard and 32pd Street Newport Beach, California October 23, 2013 Project No. 208665001 • Existing utilities and structures are present along the project alignment that will involve protection in-place during construction. The contractor should take care to keep from damaging and/or undermining the utilities and adjacent structures. • Our limited laboratory corrosion testing indicates that the on-site soils should be considered non -corrosive based on California Department of Transportation (Caltrans, 2003) corrosion guidelines. 8. RECOMMENDATIONS The recommendations presented in the following sections provide general geotechnical criteria regarding the design and construction of the proposed roadway modification project. These recommendations are based on our evaluation of the site geotechnical conditions and our understanding of the planned improvements. 8.1. Earthwork We anticipate that earthwork for the project will include relatively shallow excavations of approximately 2 feet or less for new pavements, pavement subgrade preparation, trenching and backfill for utility laterals, and removal of foundations and abandoned utilities for new parking lot construction. Earthwork operations should be performed in accordance with the following recommendations, as well as the grading specifications of the governing agencies. 8.1.1. Pre -Construction Conference We recommend that a pre -construction conference be held. The owner and/or their representative, the governing agencies' representatives, the civil engineer, Ninyo & Moore, and the contractor should attend to discuss the work plan, project schedule, and excavation issues. 8.1.2. Site Preparation Prior to roadway improvements, the area should be cleared of existing surface obstructions, reflectors, and other deleterious materials. If pavement reconstruction is being performed, existing utilities should be re-routed or protected from damage by construction activities. Holes resulting from the removal of buried obstructions that extend below the finish grade should be backfilled with compacted fill. 208665001 R Geo Eval, doc 5 Newport Boulevard and 32nd Street Newport Beach, California 8.1.3. Excavation Characteristics October 23, 2013 Project No. 208665001 Based on our field exploration and experience, we anticipate that excavation within the existing fill and alluvium at the site may be accomplished with conventional earthmoving equipment in good condition. Excavations that extend below groundwater will be unstable and subject to caving. Shoring is anticipated for excavations that encounter groundwater. 8.1.4. Braced Excavations Trenches or other excavations that extend below groundwater and/or deeper than approximately 4 feet should be shored. Shoring systems should be installed prior to excavating below groundwater to avoid caving and undermining of adjacent improvements. Shoring systems with continuous sheeting should be provided. Shoring systems should be designed using the lateral earth pressures presented on Figure 3 for braced excavations below groundwater in granular soil. The recommended design pressures are based on the assumptions that the shoring system is constructed without raising the ground surface elevation behind the shoring, that there are no surcharge loads, such as soil stockpiles and construction materials, and that no loads act above a 1:1 (horizontal to vertical) plane extending up and back from the base of the sheet pile system. For shoring subjected to the above-mentioned surcharge loads, the contractor should include the effect of these loads on the lateral earth pressures against the shoring system. The contractor should retain a qualified and experienced engineer to design the shoring system. The shoring parameters presented in this report are minimum requirements, and the contractor should evaluate the adequacy of these parameters and make the required modifications for their design. We recommend that the contractor take appropriate measures to protect workers. OSHA requirements pertaining to worker safety should be observed. The on-site soils should be considered as soil Type C in accordance with OSHA requirements. 208665001 R Geo Evai.doc 6 & Newport Boulevard and 32nd Street Newport Beach, California October 23, 2013 Project No. 208665001 8.1.5. Construction Dewatering Groundwater is anticipated at depths of approximately 3 feet or less and excavations that extend below groundwater will involve dewatering. Dewatering may include pumping of groundwater from well points within or outside of the shored excavation. Dewatering should be limited to not more than approximately 2 feet below the bottom of excavations. The dewatering system design should be performed by a specialty dewatering contractor. Disposal of groundwater should be performed in accordance with guidelines of the Regional Water Quality Control Board. 8.1.6. Excavation Bottom Stability Excavations close to or below the groundwater (before or after dewatering) will encounter wet and potentially unstable ground conditions. Wet soils may be subject to pumping under equipment loading. Where new pavement construction occurs, subgrade soils close to groundwater may be subject to pumping under compaction equipment loads. Repeated compaction effort and/or vibratory compaction equipment may result in pumping and unstable subgrade conditions. In the event pumping/unstable subgrade conditions occur due to shallow groundwater conditions, we recommend no vibratory compaction equipment. Static smooth drum rollers or other non -vibratory equipment should be used for compaction. If unstable subgrade conditions persist, additional stabilization measures may be appropriate. Additional stabilization may involve geogrid reinforcement, over - excavation and replacement with crushed aggregate, or other methods. Recommendations for subgrade stabilization should be prepared by Ninyo & Moore at the time of construction based on evaluation of the conditions encountered. The bottoms of the trenches that are near or below groundwater will be relatively unstable. In general, unstable bottom conditions may be mitigated by overexcavating the trench bottom 1 to 2 feet and replacing with gravel wrapped in a geotextile filter fabric (Mirafi 140N or equivalent). Recommendations for stabilizing excavation 208665001 R Geo Eval.doc 7 Newport Boulevard and 32nd Street Newport Beach, California October 23, 2013 Project No. 208665001 bottoms should be based on evaluation in the field by Ninyo & Moore at the time of construction. 8.1.7. Trench Backfill Soils encountered at the site should generally be suitable for reuse as backfill for trenches provided they are free of organic material, clay lumps, debris, and rocks larger than approximately 4 inches in diameter. Excavations that extend to groundwater will involve wet soils. Wet soils should be processed to near -optimum moisture content prior to their placement as trench backfill. Fill material imported to the site (if any), should be granular, non -expansive soil, and free of trash, debris, roots, vegetation, or other deleterious materials. "Non -expansive" soils can be defined as having a "very low" expansion potential in accordance with the California Building Code (CBC) (an expansion index ranging from 0 to 20). Fill should generally be free of rocks or hard lumps of material in excess of 4 inches in diameter. Rocks or hard lumps larger than approximately 4 inches in diameter should be broken into smaller pieces or should be removed from the site. Materials for use as imported structural fill should be evaluated by Ninyo & Moore prior to importing. Backfill should be compacted to a relative compaction of 90 percent as evaluated ASTM International (ASTM) D 1557. Lift thickness for backfill will depend on the type of compaction equipment utilized, but fill should generally be placed in lifts not exceeding 8 inches in loose thickness. Special care should be exercised to avoid damaging utilities during compaction of the backfill. 8.1.8. Modulus of Soil Reaction for Pipe Design The modulus of soil reaction is used to characterize the stiffness of soil along the sides of buried flexible pipelines for the purpose of evaluating deflection caused by the weight of the backfill above the pipe. We recommend that a modulus of soil reaction of 1,000 pounds per square inch be used for design for access pits exposing granular soil in the pipe zone, provided that granular pipe zone backfill material is placed adjacent to the pipe, as previously recommended. 208665001 R Geo Eval.doc 8' Newport Boulevard and 32nd Street Newport Beach, California October 23, 2013 Project No. 208665001 8.1.9. Lateral Earth Pressures for Thrust Blocks Thrust restraint for water pressure inside the pipe may be achieved by transferring the thrust force to the soil outside the pipe through a thrust block. Thrust blocks may be designed using the lateral passive earth pressures presented on Figure 4. 8.2. Pavement Improvements Pavement designs were prepared for structural pavement overlays and new pavement construction. The pavement designs were based on our evaluation of existing pavement sections, the subgrade soil conditions and our laboratory testing. The R -value characteristics of the subgrade soils were evaluated from representative soil samples obtained from our exploratory borings. Laboratory R -value testing indicates that the R -values of the materials encountered in our borings ranged from 71 to 77. Considering the possible soil variation throughout the study area, an R -value of 60 was used for the design. Traffic index (TI) values were provided to us by VA Consulting and included a TI of 7.0 for the number I lanes and a TI of 9.5 for the number 2 and 3 lanes and all lanes south of 32nd Street. In addition, we assumed a TI of 5.0 for the new parking lot construction. Our pavement analysis was performed using the methodology outlined by the Institute for Transportation Studies (Institute for Transportation Studies, 1984) and the Highway Design Manual (Caltrans, 2008). The analysis assumes an approximately 10 -year design life for pavement overlays and a 20 -year design life for new pavements. Based on the design R -values and TIs, recommendations for pavement overlays and new pavement construction are provided in Table 2. The recommended pavement overlay thicknesses do not include pavement grinding. To maintain the recommended pavement section, the depth of grinding should be added to the pavement overlay thickness. It should be noted that the pavement overlay recommendations were based on the existing pavement section measured in boring B-3, which was the relatively thinner pavement section encountered. The pavement overlay recommendations also include a Rubberized Hot Mix Asphalt (RHMA) alternative. The RHMA alternative allows for thinner overlay that maintains the design structural section. Factors such as existing grade/drainage conditions, 208665001 R Geo Eval.doc 9 Newport Boulevard and 32nd Street Newport Beach, California October 23, 2013 Project No. 208665001 construction constraints, and economic considerations should be considered in selecting the appropriate pavement alternative. Table 2 — Structural Pavement Recommendations 8.2.1. Asphalt Overlay The purpose of an asphalt concrete overlay is to improve the performance and lengthen the remaining design life of the existing pavement structural section. Pavement grinding should be performed prior to the overlay to provide a fresh pavement surface. After grinding, cracks approximately 1/8 inch wide or more should be sealed with a crack sealant. Then the surface should be cleaned of loose debris and a tack coat of liquid asphalt consisting of a 0.1 gallon per square yard application of SS -1, or equivalent, should be applied. In order to maintain pavement grades along concrete gutters, existing pavements are typically cold -milled along the gutters to allow for the placement of the recommended overlay thickness while maintaining pavement grades at the gutter interface. A qualified subcontractor should install the asphalt overlay in accordance with the recommendations of the Asphalt Institute, or equivalent association. Routine 208665001 R Geo E—Woc 10 & Structural Overlay Options New Construction Traffic HMA RHMA-G/ AC/AB or Full Depth AC PCC Index (feet) DGHMA AC/CMB (feet) (feet) (feet) (feet) 5.0 -- -- 0.20/0.35 0.30 0.45 7.0 0.25 0.15/0 0.35/0.35 0.45 0.60 9.5 0.45 0.15/0.15 0.510.35 0.65 0.65 Notes: AC — Asphalt Concrete AB — Caltrans Class II Aggregate Base CMB — Crushed Miscellaneous Base DGHMA — Dense Graded HMA HMA — Hot Mix Asphalt PCC — Portland Cement Concrete RHMA-G — Gap Graded Rubberized HMA 8.2.1. Asphalt Overlay The purpose of an asphalt concrete overlay is to improve the performance and lengthen the remaining design life of the existing pavement structural section. Pavement grinding should be performed prior to the overlay to provide a fresh pavement surface. After grinding, cracks approximately 1/8 inch wide or more should be sealed with a crack sealant. Then the surface should be cleaned of loose debris and a tack coat of liquid asphalt consisting of a 0.1 gallon per square yard application of SS -1, or equivalent, should be applied. In order to maintain pavement grades along concrete gutters, existing pavements are typically cold -milled along the gutters to allow for the placement of the recommended overlay thickness while maintaining pavement grades at the gutter interface. A qualified subcontractor should install the asphalt overlay in accordance with the recommendations of the Asphalt Institute, or equivalent association. Routine 208665001 R Geo E—Woc 10 & Newport Boulevard and 32"d Street Newport Beach, California October 23, 2013 Project No. 208665001 maintenance should be expected including periodic sealing of the pavement and repair of cracks or other isolated distress. The selected alternative for the project depends on a number of variables, including availability and cost of different materials, construction requirements/constraints, and site-specific soil conditions. 8.2.2. New Pavement Construction In areas where the roadway will be widened or the existing pavement section is reconstructed, new pavement sections consisting of asphalt concrete over aggregate base, full -depth asphalt concrete, or PCC may be used as recommended in Table 2. Prior to placement of the new structural pavement section, the subgrade soils should be prepared appropriately. The upper approximately 12 inches of the subgrade beneath new pavements should be scarified, moisture conditioned, and re -compacted to a relative compaction of 90 percent as evaluated by ASTM test method D1557. If a full -depth AC section is selected, the pavement subgrade should be compacted to 95 percent or more relative compaction. The subgrade compaction should also result in a non -yielding condition to allow for pavement construction. In the event unstable subgrade conditions are encountered, as described in the previous earthwork sections of this report, stabilization measures should be performed to achieve a non -yielding condition for pavement construction. 8.2.3. Material Specifications Asphalt concrete should conform to the latest edition of the Standard Specifications for Public Works Construction Section 203-1 for asphalt and 203-6 for aggregates. Class 2 aggregate base should conform to the latest edition of the State of California Standard Specifications, Section 26-1.02A. Crushed Miscellaneous Base should conform to the latest edition of the Standard Specifications for Public Works Construction, Section 200-2.4. Hot -Mix Asphalt (HMA) materials should conform to the Standard Specifications for Public Works Construction "Greenbook," Section 203-6. Placement and rolling of HMA materials should conform to the Greenbook Section 302-5. RHMA materials should conform to Greenbook Section 203-11. 208665001 R Geo Eval.doc 1 1JV*7 fa Newport Boulevard and 32°a Street Newport Beach, California October 23, 2013 Project No. 208665001 Base material should be placed at a relative compaction of 95 percent or more as evaluated by ASTM D 1557. Grinding and recycling existing asphalt concrete and existing base material may be considered as a potential source of Crushed Miscellaneous Base material provided they meet the requirements in the Standard Specifications. 8.3. Corrosion Laboratory testing was performed to evaluate pH, minimum electrical resistivity, water- soluble chloride content, and water-soluble sulfate content of site soils. The pH and minimum electrical resistivity tests were performed in accordance with California Test Method 643. Sulfate and chloride content tests were performed in accordance with California Test Methods 417 and 422, respectively. The laboratory results are presented in Appendix B. The results of our limited corrosivity testing indicated an electrical resistivity of approximately 2,390 to 5,505 ohm -centimeters, a soil pH of approximately 8.5 to 8.8, a chloride content of approximately 80 to 260 parts per million (ppm), and a sulfate content of approximately 0.003 to 0.004 percent (25 to 40 ppm). Based on the laboratory test results and Caltrans (2003) corrosion criteria, the project site can be classified as non -corrosive, which is defined as having earth materials with less than 500 ppm chlorides, less than 0.20 percent sulfates (i.e., 2,000 ppm), an electrical resistivity of 1,000 ohm -centimeters or more, and a pH of 5.5 or greater. The site soils may, therefore, be considered to be non -corrosive to ferrous metals. Corrosion protection for improvements in contact with soil be designed by a corrosion engineer. 8.4. Concrete Concrete in contact with soil or water that contains high concentrations of soluble sulfates can be subject to chemical and/or physical deterioration. Based on the CBC criteria (2010) and American Concrete Institute (ACI) criteria (ACI, 2011), the potential for sulfate attack is negligible for water-soluble sulfate contents in soil ranging less than 1,000 ppm. As 208665001 R Geo Eval. doc 12 VA?&*QQrQ Newport Boulevard and 32nd Street October 23, 2013 Newport Beach, California Project No. 208665001 indicated above, the soil samples tested for this evaluation indicate a water-soluble sulfate content of 25 to 40 ppm. Accordingly, the on-site soils are considered to have a negligible potential for sulfate attack. In order to reduce the potential for shrinkage cracks in the concrete during curing, we recommend that the concrete be placed with a slump of 4 inches based on ASTM C 143. The slump should be checked periodically at the site prior to concrete placement. The structural engineer should be consulted for additional concrete specifications. 9. CONSTRUCTION OBSERVATION Ninyo & Moore should observe and test fill placement and compaction. The frequency of testing and the time of observation will vary depending on the contractor's method of operation and quality of work, as well as the requirements of the governing agency. The recommendations provided in this report are based on the assumption that Ninyo & Moore will provide geotechnical observation and testing services during construction. In the event that the services of Ninyo & Moore are not used during construction, we request that the selected consultant provide the City of Newport Beach Public Works with a letter (with a copy to Ninyo & Moore) indicating that they fully understand Ninyo & Moore's recommendations, and that they are in full agreement with the design parameters and recommendations contained in this report. 10. LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsurface evaluation will be performed 208665001 R Geo Eval.doc 13 Newport Boulevard and 32nd Street October 23, 2013 Newport Beach, California Project No. 208665001 upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of structural issues, environmental concerns, or the presence of hazardous materials. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only and may not provide sufficient data to prepare an accurate bid by some contractors. It is suggested that the bidders and their geotechnical consultant perform an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site can change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclusions, and/or recommendations of this report by parties other than the client is undertaken at said parties' sole risk. 208665001 R Cmo Eval.doc 14Maya-ffibure Newport Boulevard and 32"d Street October 23, 2013 Newport Beach, California Project No. 208665001 11. REFERENCES American Concrete Institute (ACI), 2011, ACI Manual of Concrete Practice. Asphalt Institute, 1989, The Asphalt Handbook, Manual Series No. 4 (MS -4), 1989 Edition. California Building Standards Commission, 2010, California Building Code (CBC): California Code of Regulations, Title 24, Part 2, Volumes 1 and 2. California Department of Conservation, Division of Mines and Geology, State of California, 1997a, (Revised 2001), Seismic Hazard Zone Report for the Anaheim and Newport Beach 7.5 -Minute Quadrangles, Orange County, California: Seismic Hazard Zone Report 003. California Department of Conservation, Division of Mines and Geology, State of California, 1997b, Seismic Hazard Zones Official Map, Newport Beach Quadrangle, 7.5 -Minute Series, Scale 1:24,000, Open -File Report 97-08, dated April 7. California Department of Transportation, 1995, Standard Specifications, dated July. California Department of Transportation, 2003, Corrosion Guidelines, Version 1.0, dated September. California Department of Transportation, 2008, Highway Design Manual: Fifth Edition, dated September 1. Google Earth, 2013, Website for Aerial Photographs; website: http://maps.google.com/ Institute for Transportation Studies, 1984, Pavement Maintenance and Rehabilitation: Techniques Using Asphalt, University of California Berkeley, Course Notes. Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and Southern California Districts of the Associated General Contractors of California, 2012, "Greenbook," Standard Specifications for Public Works Construction: BNI Building News, Los Angeles, California. Morton, D.M., 2004, Preliminary Digital Geologic Map of the Santa Ana 30'x 60' Quadrangle, Southern California, Version 2.0: United States Geological Survey, Open -File Report 99-172, Scale 1:100,000. Ninyo & Moore, 2012, Proposal for Geotechnical Consulting Services, Newport Boulevard and 32nd Street Modification Project, Newport Beach, California, Proposal No. P-15457, dated March 20. United States Geological Survey, 1965 (Photorevised 1981), Newport Beach, California Quadrangle Map, 7.5 Minute Series: Scale 1:24,000. VA Consulting, Inc., 2013, Concept Plan for Newport Boulevard and 32"d Street Widening, Alternative 5, dated July 2. 208665001 R Geo Evatdoc 15 Newport Boulevard and 32nd Street Newport Beach, California October 23, 2013 Project No. 208665001 AERIAL PHOTOGRAPHS Source Date Scale Flight Numbers USDA 6-2-53 1:20,000 AXK-6K--T 67 & 68 208665001 R Oreo Eval.doc 16 I r"'V� �su�w,cua�cwat e - 2 '.,1 a a n�sa eat L REFERENCE: 52ND EDITION, THOMAS GUIDE FOR LOS ANGELES/ORANGE COUNTIES, STREET GUIDE AND DIRECTORY N SCALE IN FEET e n 0 2,400 4,800 NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. Map © Rand McNally, R.1 -07S-129 //i ®� C SITE LOCATION FIGURE Q PROJECT NO. DATE NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS 208665001 10113 NEWPORT BEACH, CALIFORNIA movements to and from 31st turn only. FIGURE 2 716 REFERENCE: VA CONSULTING, INC., 2013, CONCEPT PLAN FOR NEWPORT BOULEVARD AND 32ND STREET WIDENING, ALTERNATIVE 5, DATEDJULY2. LEGEND z B-6 BORING; TD=3,5 TD=TOTAL DEPTH IN FEET SCALE IN FEETN%���&�oOCe BORING LOCATIONS 0 150 300 PROJECT NO. DATE NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. 208665001 10113 NEWPORT BEACH, CALIFORNIA FIGURE 2 Pp 1210111.40 3 NOTES: 1. APPARENT LATERAL EARTH PRESSURES, Pa1AND Pae Pal =24h1 psf Pae = 12 h2 psf 2. CONSTRUCTION TRAFFIC INDUCED SURCHARGE PRESSURE, Ps Ps = 120 psf 3. WATER PRESSURE, PW PW= 62.4 h2 psf 4. PASSIVE PRESSURE, Pp Pp = 180 D psf 5. SURCHARGES FROM EXCAVATED SOIL OR CONSTRUCTION MATERIALS ARE NOT INCLUDED 6, H, hl, h2 AND D ARE IN FEET 7. V GROUNDWATER TABLE, h IS ASSUMED TO BE 3 FEET NOT TO SCALE LATERAL EARTH PRESSURES FOR BRACED EXCAVATION BELOW GROUNDWATER (GRANULAR SOIL) PROJECT NO. DATE NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NEWPORT BEACH, CALIFORNIA 208665001 10113 1210111.40 3 GROUND SURFACE PE41E, =-I! III, -_,I11 WI h III III=111 111 d (VARIES) D (VARIES) PPI THRUST PP BLOCK -------- ----------------------- - i - A iPP2 NOTES: 1. GROUNDWATER BELOW BLOCK PP= 180 (DI d2) lb/ft 2. GROUNDWATER ABOVE BLOCK Pp = 1.5 (D - d)[ 125 h + 58 (D+d) ] lb/ft 3. ASSUMES BACKFILL IS GRANULAR MATERIAL 4. ASSUMES THRUST BLOCK IS ADJACENT TO COMPETENT MATERIAL 5. D. d AND h ARE IN FEET 6. GROUNDWATER TABLE NOT TO SCALE ®I%®& THRUST BLOCK LATERAL EARTH PRESSURE DIAGRAM FIGURE PROJECT NO. DATE NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS 208665001 10/13 NEWPORT BEACH, CALIFORNIA 4 I- 1 1, Newport Boulevard and 32nd Street Newport Beach, California APPENDIX A BORING LOGS October 23, 2013 Project No. 208665001 Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following method. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory borings. The samples were bagged and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following method. The Modified Split -Barrel Drive Sampler The sampler, with an external diameter of 3 inches, was lined with 1 -inch -long, thin brass rings with inside diameters of approximately 2.4 inches. The sampler barrel was driven into the ground with the weight of a 140 -pound hammer mounted on the drill rig in general accordance with ASTM International (ASTM) D 3550. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer or bar, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sampler barrel in the brass rings, sealed, and transported to the laboratory for testing. 208665001 R Geo Eval.doc U.S.C.S. METHOD OF SOIL CLASSIFICATION MAJOR DIVISIONS SYMBOL TYPICAL NAMES RANGE OF GRAIN CLASSIFICATION 1:W;::6 .Well Grain Size in graded gravels or gravel -sand mixtures, little or Sieve Size Millimeters *%R?. ....,. , ..� GW no fines +�• GP Poorly graded gravels or gravel -sand mixtures, little GRAVEL 3" to No. 4 76.2 to 4.76 GRAVELS 3" to 3/4" 76.2 to 19.1 or no lines 3/4" to No. 4 (More than 1/2 of coarse'fil SAND No. 4 to No. 200 4.76 to 0.075 Coarse GM Silty gravels, gravel -sand -silt mixtures C) 0 fraction > No. 4 sieve size o N N Fine No. 40 to No. 200 0.420 to 0.075 SILT & CLAY f GC Clayey gravels, gravel -sand -clay mixtures SW Well graded sands or gravelly sands, little or no fines c� o Y N Ln C 0 Z SP Poorly graded sands or gravelly sands, little or no C) U SANDS - fines (More than 1/2 of coarse fraction < No. 4 sieve size SM Silty sands, sand -silt mixtures I 01 U SC Clayey sands, sand -clay mixtures Inorganic silts and very fine sands, rock flour, silty or luML clayey fine sands or clayey silts with slight plasticity SILTS & CLAYSCL 5XI Inorganic clays of low to medium plasticity, gravelly 0 'o N Liquid Limit <50 /o clays, sandy clays, silty clays, lean clays Q N > f� OL Organic silts and organic silty clays of low plasticity �.`; oInorganic silts, micaceous or diatomaceous fine sandy �? o Z MH or silty soils, elastic silts V SILTS & CLAYS u" Liquid Limit >50 CH Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic ` OH silty clays, organic silts HIGHLY ORGANIC SOILS Pt [Peat and other highly organic soils GRAIN SIZE CHART RANGE OF GRAIN CLASSIFICATION U.S. Standard Grain Size in Sieve Size Millimeters BOULDERS Above 12" Above 305 COBBLES 12" to 3" 306 to 76.2 GRAVEL 3" to No. 4 76.2 to 4.76 Coarse 3" to 3/4" 76.2 to 19.1 Fine 3/4" to No. 4 19.1 to 4.76 SAND No. 4 to No. 200 4.76 to 0.075 Coarse No. 4 to No. 10 4.76 to 2.00 Medium No. 10 to No. 40 2.00 to 0.420 Fine No. 40 to No. 200 0.420 to 0.075 SILT & CLAY Below No. 200 Below 0.075 50 ao 30 20 I jV,1V7ff8&*1511r8 U.S.C.S. METHOD OF SOIL CLASSIFICATION Updated Nov. 2011 W O~ o U d z O v Q U)� O w (n m "" BORING LOG EXPLANATION SHEET CL O U) z w (0 CO cn = D J C0 Q m �' J Bulk sample. Modified split -barrel drive sampler. No recovery with modified split -barrel drive sampler. Sample retained by others. Standard Penetration Test (SPT). 5 No recovery with a SPT. xxixx Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Seepage. 10 Groundwater encountered during drilling. s Groundwater measured after drilling. SM MAJOR MATERIAL TYPE (SOIL): Solid line denotes unit change. -- — -- --- CL ---------— Dashed line denotes material chang—e. — — — — — — — — — — — — — — — — — — —Attitudes: Strike/Dip b: Bedding c: Contact 15 j: Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf. Shear Fracture sz: Shear Zone sbs: Shear Bedding Surface 90 The total depth line is a solid line that is drawn at the bottom of the boring. BORING LOG N SX _ Explanation of Boring Log Symbols )YIs PROJECT NO. DATE FIGURE Rev. 11/11 U) W W DATE DRILLED 9/12/13 BORING NO. B-1 LL ti, o w GROUND ELEVATION 6'± (MSL) SHEET 1 OF 1 W Q vi v� z METHOD OF DRILLING 8" Hollow -Stem Auger (JDK Drilling) W p Y iv >m O m p } U < DRIVE WEIGHT 140 lbs. (fathead) DROP 30" mo U p SAMPLED BY JRS LOGGED BY JRS REVIEWED BY LTJ DESCRIPTION/INTERPRETATION ASPHALT CONCRETE: Approximately 10 inches thick. SM BASE: SC Medium brown, moist, medium dense, silty SAND; few gravel; approximately 4 inches SM hick. IFII L: edium brown, moistzmedium dense, clays DLtra SANce pieces of brick. Medium brown moist medium dense, silty SAND; ockets of sand CLAY._ _ _ _ SM ALLUVIUM: Yellowish brown, moist, very loose, silty SAND. @ 4.5': Groundwater was encountered during drilling. 5 Gray; saturated. 5 Total Depth = 6.5 feet. Groundwater was encountered at 4.5 feet during drilling. Backfilled with on-site soils and capped with rapid -set concrete on 9/12/13. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. 10 15 90 BORING LUG NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665001 1 A-1 W DATE DRILLED 9/12/13 BORING NO. B-2 a) O a z GROUND ELEVATION 8'± (MSL) SHEET 1 OF t J co z METHOD OF DRILLING 8" Hollow -Stem Auger (JDK Drilling) W Y a) O p rn to p m ` m } DRIVE WEIGHT 140 lbs. (Cathead) DROP 30" p � U p SAMPLED BY .IRS LOGGED BY IRS REVIEWED BY LTJ DESCRIPTION/INTERPRETATION ASPHALT CONCRETE: Approximately 11 inches thick. SM FILL: edium brown, moist medium dense, silt SAND; a roximatel 1 inch thick. PORTLAND CEMENT CONCRETE: Approximately 1 inch thick. efusal. Total Depth = 1.1 feet (refusal). Groundwater was not encountered during drilling. Capped with rapid -set concrete on 9/12/13. Note: 5 Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. 10 15 BORING LOG NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665001 1 10/13 1 A-2 W W IL ii DATE DRILLED 9/12/13 BORING NO. B-3 <00 GROUND ELEVATION 7.5± (MSL) SHEET i OF 1 LLL W } O (n Q * F5 METHOD OF DRILLING 8" Hollow -Stem Auger (JDK Drilling) IL 0 m > O m cn cn = g DRIVE WEIGHT 140 lbs. (Cathead) DROP 30" � � U 0 SAMPLED BY JRS LOGGED BY JRS REVIEWED BY LTJ DESCRIPTION/INTERPRETATION 0 ASPHALT CONCRETE: GP pproximatel 4.5 inches thick. SM AGGREGATE BASE: Medium brown, moist, medium dense, poorly graded sandy GRAVEL; approximately 4 'nches thick. FILL: Medium brown, moist, medium dense, silty SAND; few gravel; trace pieces of metal and trash, trace shell fragments. -- — — --- SC ----K--------------- Medium bron w, moist,medium dense, clayey SAND. 5 5': Groundwater was encountered during drilling. SM ALLUVIUM: 25 Grayish brown, saturated, medium dense, silty SAND; vegetation; pinhole voids. Total Depth = 6.5 feet. Groundwater was encountered at 5 feet during drilling. Backfilled with on-site soils on 9/12/13. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. 10 15 20 BORING LOG y NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665001 10/13 A-3 co W J IL DATE DRILLED 9/12/13 BORING NO. B-4 O w LJ GROUND ELEVATION 7.5± (MSL) SHEET 1 OF 1 ¢ vi z � ai METHOD OF DRILLING 8" Hollow -Stem Auger (JDK Drilling) o c > O m U) to Z) J DRIVE WEIGHT 140 lbs. (Cathead) DROP 30" 0 SAMPLED BY JRS LOGGED BY JRS REVIEWED BY LTJ DESCRIPTION/INTERPRETATION 0 ASPHALT CONCRETE: 7GM roximatel 6 inches thick. AGGREGATE BASE: Medium brown, moist, dense, poorly graded sandy GRAVEL; approximately 12 inches SM thick. FILL: Medium brown, moist, medium dense, silty SAND; few shell fragments. @ 3.5': Groundwater was encountered during drilling. — — — — — — — —Gra ; saturated. ML Gray, saturated, loose, fine, sandy SILT and cla e SILT. _ _ _ _ _ _ _ _ _ _ — SM ALLUVIUM: 5 Grayish brown, saturated, loose, silty SAND; vegetation. 9 Total Depth = 6.5 feet. Groundwater was encountered at 3.5 feet. Backfilled with on-site soils and capped with rapid -set concrete on 9/12/13. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. 10 15 BORING LOG e NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS Gid NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665001 10/13 A-4 U) III J DATE DRILLED 9/12/13 BORING NO. B-5 CL lL cn 00 w °— J GROUND ELEVATION 8'± (MSL) SHEET 1 OF 1 O METHOD OF DRILLING 8" Hollow-Stein Auger (JDK Drilling) LU m wCO = m > Q DRIVE WEIGHT 140 lbs. (Cathead) DROP 30" � � U SAMPLED BY JRS LOGGED BY JRS REVIEWED BY LT! DESCRIPTION/INTERPRETATION 0 ASPHALT CONCRETE: �Approximately 6 inches thick. PORTLAND CEMENT CONCRETE: APproximately 3 inches thick. fusal. Total Depth = 0.8 feet (refusal). Groundwater was not encountered during drilling. Capped with rapid-set concrete on 9/12/13. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the 5 report. 10 is BORING LOG p NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS VA i *'anr NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665001 10/13 A-5 w DATE DRILLED 9/12/13 BORING NO. B-6 <O °� GROUND ELEVATION 4± (MSL) SHEET 1 OF 1 v w O Qui z � METHOD OF DRILLING 8" Hollow -Stem Auger (JDK Drilling) d vqi o m o m 0 U DRIVE WEIGHT 140 lbs. (fathead) DROP 30" SAMPLED BY JR3 LOGGED BY JRS REVIEWED BY LTJ DESCRIPTION/INTERPRETATION 0 ASPHALT CONCRETE: \Approximately 6.5 inches thick. GM AGGREGATE BASE: SM Park brownish gray,damp,densepoorly gradedgravel; approximately 5 inches thick. FILL: Medium brown, moist, medium dense, silty SAND; trace gravel. @ 3': Groundwater was encountered during drilling. Saturated. Total Depth = 3.5 feet. Groundwater was encountered at 3 feet during drilling. Backfilled with on-site soils and capped with rapid -set concrete on 9/12/13. 5 Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. 10 15 BORING LOG p. NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS 4 NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665001 10/13 A-6 Newport Boulevard and 32nd Street October 23, 2013 Newport Beach, California Project No. 208665001 LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs of the exploratory borings in Appendix A. R -Value The resistance value, or R -value, for site soils was evaluated in general accordance with California Test (CT) 301. Samples were prepared and evaluated for exudation pressure and expansion pressure. The equilibrium R -value is reported as the lesser or more conservative of the two calculated results. The test results are shown on Figure B-1. Soil Corrosivity Tests Soil pH, and resistivity tests were performed on representative samples in general accordance with CT 643. The soluble sulfate and chloride content of the selected samples were evaluated in general accordance with CT 417 and CT 422, respectively. The test results are presented on Figure B-2. 208665001 R Geo Evat.doc SAMPLE LOCATION SAMP(Er)DEPTH SOIL TYPE R -VALUE B-1 1.5-4.0 SM 72 B-4 1.5-3.5 SM 77 B-6 1.0-3.5 SM 71 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2844/CT 301 ` RNALUE TEST RESULTS FIGURE PROJECT NO. DATE NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NEWPORT BEACH, CALIFORNIA 208665001 10/13 208665001 Figure 8-1_ RVTABLExls SAMPLE LOCATION SAMPLE DEPTH (FT) PH RESISTIVITY' (Ohm -cm) SULFATE CONTENT 2 CHLORIDE CONTENT 3 (Ppm) N (Ppm) B-4 1.5-3.5 8.8 5,505 40 0.004 80 B-6 1.0-3.5 8.5 2,390 25 0.003 260 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 jy,/&7yll&*Ul%rP-CORROSIVITY TEST RESULTS FIGURE PROJECT NO. DATE NEWPORT BOULEVARD AND 32ND STREET MODIFICATIONS NEWPORT BEACH, CALIFORNIA ®2 208665001 10113 208665001 Figure B-2_CORROSIVITY B-4--13-6.xis VA Review July 25, 2015 0 W a ,02M, �Elm 2 oamm HAZARDOUS BUILDING MATERIAL SURVEY 3201 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA PREPARED FOR: Mr. Jeff Wilkerson VA Consulting 6400 Oak Canyon, Suite 150 Irvine, California 92618 Ninyo & Moore Geotechnical and Environmental Sciences Consultants 475 Goddard, Suite 200 Irvine, California 92618 November 23, 2015 Project No. 208665003 475Goddard, Suite 200 - Imine, CaVDmLa926!8 s Phone ,1949753-7070 - Fax (949J753 -707t San i)iego = 1we LvsA-A*s Pw"C",moNa oakwd - Sar Rzoma, s3nio-'R, - saaarriento U-11,tuas ftiocf* Ttjcwn - PrescmVaj�ey = Demw - E!,-*mAefd- NORM 201 M"w7w November 23, 2015 Project No. 208665003 Mr. Jeff Wilkerson VA Consulting 6400 Oak Canyon, Suite 150 Irvine, California 92618 Subject: Hazardous Building Material Survey 3201 Newport Boulevard Newport Beach, California Dear Mr. Wilkerson: In accordance with your authorization, Ninyo & Moore has performed a hazardous building material survey for VA Consulting at 3201 Newport Boulevard, Newport Beach, California. The attached report presents our methodology, findings, conclusions, and recommendations regarding our survey. We appreciate this opportunity to be of service to you on this important project. Sincerely, NINYO & MOORE t.0 i fer Project Environmental Scientist Certified Asbestos Consultant No. 11-4711 Lead Inspector/Risk Assessor #16953 MSC/NA/mlc Distribution: (1) Addressee (via e-mail) Nancy J. An ' t/�' Principal Engineer 475 CWd,3rd, Suiie 200 = irvnI 92bi 5 d h ire {949) 753-7070 = Fax(949)753-7071 Sars �7 c � hine = �Ws Mgdes mrdnat ,, Cmarrm0arva Oakland _. = San FsaaxsZo _ Sank -'I _ - Sacramento €.,:$Vegas K3M'ru Tw.}n ° PresmtVatl r Dernv €3rojmw F .a;tcttt 3201 Newport Boulevard Newport Beach, California November 23, 2015 Project No. 208665003 TABLE OF CONTENTS Page 1. INTRODUCTION....................................................................................................................1 2. PURPOSE AND SCOPE OF SERVICES................................................................................1 3. SITE DESCRIPTION...............................................................................................................2 4. FIELD LIMITATIONS............................................................................................................2 5. SAMPLE COLLECTION........................................................................................................2 5.1. Asbestos Survey............................................................................................................3 5.2. LCS Survey...................................................................................................................3 5.3. Miscellaneous Hazardous Building Materials Survey..................................................4 6. SURVEY RESULTS................................................................................................................4 6.1. Asbestos........................................................................................................................4 6.2. Lead -Containing Surfaces............................................................................................5 6.3. Miscellaneous Hazardous Building Materials..............................................................5 7. RECOMMENDATIONS..........................................................................................................5 8. LIMITATIONS.........................................................................................................................7 Tables Table 1 —Asbestos Survey Results Table 2 — XRF Readings for Lead Containing Substances Table 3 — Universal Waste Inventory Figures Figure 1 — Site Location Figure 2 through 4 — Sample Locations Appendices Appendix A— Inspector Certification Documentation Appendix B — Asbestos Analytical Results and Chain -of -Custody Records Appendix C — XRF Testing Methodology Appendix D — California Department of Public Health Form 8552 208665003 R HBMS-rev2 1 3201 Newport Boulevard November 23, 2015 Newport Beach, California Project No. 208665003 1. INTRODUCTION hi accordance with your request and authorization, Ninyo & Moore has performed a hazardous building material survey (HBMS) in support of the upcoming demolition activities at the structure at 3201 Newport Boulevard, Newport Beach, California (site; Figure 1). The work was performed in support of upcoming demolition activities associated with the Building. Our services included performing an asbestos -containing materials (ACM) survey, a lead - containing surfaces (LCS) survey, and survey of miscellaneous hazardous building materials including materials that potentially contain polychlorinated biphenyls (PCBs), and materials listed under the California Department of Toxic Substances Control Universal Waste Rule. This report has been prepared in accordance with generally accepted environmental science and engineering practices. This report is based on conditions at the site at the time of the sampling activities and provides documentation of our findings and recommendations. 2. PURPOSE AND SCOPE OF SERVICES The objective of the survey is to provide information about current conditions within the building regarding the potential presence ofACMs, LCSs, and other hazardous building materials. For the purposes of this evaluation, LCS refers to both lead -bearing substances, as defined in Los Angeles County Code, Title 11, Chapter 11.28, lead-based paint, as defined by the California Department of Public Health (CDPH) and United States Department of Housing and Urban Development (HUD), and other potential lead containing materials (ceramic tile, porcelain, lead vent pipes, etc.). Our scope of services is identified as follows. • Perform a visual reconnaissance of the interior and exterior areas of the building to evaluate the possible presence of ACMs and LCS. • Collect 44 samples of building material bulk samples and submittal of these samples to an independent laboratory for analysis of asbestos content. Samples were analyzed via the United States Environmental Protection Agency (EPA) recommended method of Polarized Light Microscopy (PLM) in accordance with EPA Test Method 600/R-93/116 July 93. • Collect 22 X -Ray fluorescence (XRF) readings of potential LCS (including calibrations). 208665003 R HBMS-rev2 1 3201 Newport Boulevard Newport Beach, California November 23, 2015 Project No. 208665003 • Prepare a site plan and figures showing suspect asbestos bulk sample and LCS sample locations. • Perform a visual assessment and quantification of miscellaneous hazardous building materials including but not limited to wet electrical transformers (possible PCB containing oils), fluorescent light bulbs (possible mercury), fluorescent light ballasts (possible PCB -containing oils), high intensity light bulbs (possible mercury), thermostat switches (possible liquid mercury and/or batteries), emergency lighting and exit signs (possible lead acid or other metal containing batteries or tritium), heating, ventilation, and air conditioning (HVAC) and refrigeration systems (possible chlorofluorocarbon [CFC] gas), and other possible hazardous materials. • Prepare this HBMS report which summarizes our field activities, presents our survey data, and summarizes descriptions and estimated quantities of evaluated materials. This report includes a sample location map, a general description of the building, a summary of our field activities, laboratory testing information, conclusions and recommendations. 3. SITE DESCRIPTION The building is an approximately 12,000 square -foot, two-story structure. The concrete flooring substrate is covered with vinyl floor tiles or carpeting. Interior and exterior perimeter walls are either brick or stucco. Interior partition walls are drywall. The roof is made up of asphalt roll sheeting. The plumbing piping was observed to be uninsulated and the HVAC duct work was wrapped with fiberglass. 4. FIELD LIMITATIONS Since non-destructive sampling techniques were used, there is a possibility that additional ACMs and LCSs may be encountered in inaccessible areas (e.g., interstitial wall and ceiling spaces as well as roof areas) during building demolition activities. 5. SAMPLE COLLECTION The surveys followed the EPA National Emission Standards for Hazardous Air Pollutants (NESHAP) and HUD guidelines, within the limits of the field survey. The asbestos and lead surveys were conducted and performed by a California Department of Occupational Safety and Health (DOSH) Certified Site Surveillance Technician and a CDPH Lead Sampling Technician. The surveys consisted of visually locating suspected ACMs, inventorying and quantifying 208665003 R HBMS-reO 2 3201 Newport Boulevard Newport Beach, California November 23, 2015 Project No. 208665003 homogeneous sampling areas, and collecting suspect building materials from the homogeneous sampling areas. The surveys were performed under the supervision of a DOSH Certified Asbestos Consultant, and a CDPH Lead Related Construction Inspector/Assessor. The surveys were performed on May 12, 2015. Inspector certification documentation is presented in Appendix A. 5.1. Asbestos Survey A preliminary visual evaluation and bulk -sampling survey of suspect ACMs within the interior and exterior of the building was performed. Representative samples of the suspect ACMs were collected after identification of homogeneous sampling areas (areas in which the materials are uniform in color, texture, construction or application date, and general appearance). Each homogeneous area was observed for material type, location, condition, and friability. Representative samples were collected from each homogeneous area except areas that were inaccessible or areas of assumed ACM, within the limits of the project scope of work. Samples were collected using EPA's NESHAP recommended sampling procedures. A total of 41 samples of suspect ACMs were collected from the building. Samples were transferred to LA Testing for asbestos analysis. LA Testing is an accredited laboratory in the National Voluntary Laboratory Accreditation Program for bulk asbestos fiber analysis. The samples were analyzed using PLM with dispersion staining for the presence and quantification of asbestos fibers, in general accordance with EPA method 600/R-93/116 July 93. 5.2. LCS Survey Lead testing was conducted using a portable NITON XLp 300A XRF spectrum analyzer in accordance with accepted environmental science and engineering practices for renovation projects. The testing methodology used is presented in Appendix B. A total of 22 XRF readings (including calibrations) were collected from the representative testing combinations (e.g., unique combination of room equivalent, building component, and substrate) within the building. 208665003 R HBMS-rev2 3 - 3201 Newport Boulevard November 23, 2015 Newport Beach, California Project No. 208665003 5.3. Miscellaneous Hazardous Building Materials Survey Ninyo & Moore conducted a visual survey and inventory of miscellaneous hazardous building materials for the clubhouse. Materials of potential concern included, but not limited to, wet electrical transformers (possible PCB -containing oils), fluorescent light bulbs (possible mercury), fluorescent light ballasts (possible PCB -containing oils), high intensity light bulbs (possible mercury), thermostat switches (possible liquid mercury and/or batteries), emergency lighting and exit signs (possible lead acid or other metal containing batteries or tritium), HVAC and refrigeration systems (possible CFC gas). In accordance with the scope of work, positive identification of the suspect miscellaneous hazardous materials, via analytical testing, was not performed. 6. SURVEY RESULTS The following sections present the survey results. 6.1. Asbestos The lower limit of reliable detection for asbestos using the PLM method is approximately one (1) percent by volume. California regulations define asbestos containing construction materials (ACCMs) as those materials having asbestos content of greater than one tenth of 1 percent (0.1) but less than 1 percent. Materials in which no asbestos was detected are defined in the laboratory report as "None detected." Materials containing asbestos, but in amounts less than 1 percent, are defined as containing "trace" amounts and for the purpose of this report are assumed to be ACCM. Based on observations and the analytical results of bulk samples collected during this survey, ACMs were found on the roof of the building. Asbestos analytical results are presented in Table 1. The approximate locations of suspect bulk asbestos samples collected by Ninyo & Moore are presented on Figure 2. A copy of the laboratory report and chain -of - custody record from our sampling is presented in Appendix C. 205665003 R HBMS-rev2 4 3201 Newport Boulevard Newport Beach, California 6.2. Lead -Containing Surfaces November 23, 2015 Project No. 208665003 The CDPH stipulates that paint or other surface coatings containing an amount equal to or in excess of one milligram per square centimeter (1.0 mg/cm2), or more than one-half of one percent (0.5 percent) by weight, constitute a LBP. The HUD guideline for designating a painted surface as lead -containing is consistent with the CDPH. The United States Consumer Products Safety Commission considers lead containing paint at 600 parts per million. For the purpose of this survey a LBS is also considered a LCS. In addition, under California Occupational Safety and Health Administration (OSHA) Construction Safety Orders, Lead Title 8, Section 1532.1 CA, "Lead In Construction Standard," specific worker protection measures are required in construction projects where lead is present. The standard covers construction work where employees may be exposed to lead during such activities as demolition, removal, surface preparation for repainting, renovation, clean-up, and routine maintenance. The LCS detection limit used for the survey was 1.0 mg/cm2. XRF analytical results are presented in Table 2. The surfaces found to be LCS are depicted on Figure 3. The CDPH Form 8552 is presented in Appendix D. 6.3. Miscellaneous Hazardous Building Materials Miscellaneous potential hazardous building materials observed within the structure included fluorescent light bulbs, light ballasts, HVAC units, and exit signs. An inventory of miscellaneous building materials found within the structure is presented in Table 3. 7. RECOMMENDATIONS Since ACMs, LCSs, and other hazardous materials were identified within the building, the following recommendations are provided: • The identified ACMs and LCSs should not be disturbed. Prior to demolition activities which would disturb identified ACMs, and LCSs (porcelain sinks), a licensed abatement removal contractor should remove the ACMs and LCS. The licensed abatement contractor must maintain current licenses (Division of Occupational Safety and Health Certificate of Registration for Asbestos Related Work, State of California {DOSH} Contractor Licensure) 208665003 R HBMS-rev2 5 3201 Newport Boulevard November 23, 2015 Newport Beach, California Project No. 208665003 as required by applicable state or local jurisdictions for the removal, transporting, disposal, or other regulated activities. • Applicable laws and regulations should be followed, including those provisions requiring notification to regulatory agencies (DOSH), CDPH Form 8551, building occupants, renovation contractors, and workers of the presence of asbestos. The South Coast Air Quality Management District does not need to be notified based on the limited quantities of ACMs found within the structure. • Any lead related removal activities should be performed in accordance with the OSHA Lead in Construction Standard, Title 8 California Code of Regulations (CCR) 1532.1. • The lead containing toilets and window frames could be recycled by a facility that accepts lead coated building materials. A bill of lading would be needed for the City of Newport Beach. • If the toilets or exterior window frames are planned for disposal, proper LCS waste stream categorization is required. The sinks should be analyzed for total lead for comparison with the Total Threshold Limit Concentration in accordance with EPA reference method SW -846. If the concentration of total lead is greater than or equal to 1,000 milligrams per kilogram (mg/kg), the LCS waste material must be disposed at a landfill which can receive such wastes. If the concentration is less than 50 mg/kg the sample may be disposed as construction debris, if it is to remain in California. If the total lead result is greater than or equal to 50 mg/kg and less than 1,000 mg/kg, the sample must be further analyzed for soluble lead by the Waste Extraction Test for comparison with the Soluble Threshold Limit Concentration as described in Title 22 CCR 66261.24a. Additionally, if the result is greater than or equal to 100 mg/kg the sample must be further analyzed for leachable lead by the Toxicity Characteristic Leaching Procedure for comparison with the Resource Conservation and Recovery Act (RCRA) limits. Based on the results of the soluble and leachable analysis the waste material may require disposal as a RCRA-Hazardous waste or non-RCRA- (California-) Hazardous waste. Miscellaneous hazardous building materials discussed in this report, should be removed and recycled or disposed in accordance with local, state, and federal regulations by a licensed contractor prior to demolition and disposal activities. The removal of the refrigerant in the HVAC equipment must comply with the EPA's Refrigerant Recovery Rule (hq://www3.e2a.gov/ozone/title6/608/608fact.html). Light bulbs and ballasts must be recycled and disposed at a facility that accepts mercury and metals containing wastes. Documentation of all recovery and disposal will be required to be provided to the City of Newport Beach. Batteries which may be present within the exit signs must also be removed and disposed and recycled at a facility that accepts wastes containing metals. Abatement monitoring consulting services should be performed by a third party environmental consultant during the abatement of the asbestos containing roofing materials. 208665003 R HBMS-rev2 6 3201 Newport Boulevard November 23, 2015 Newport Beach, California Project No. 208665003 Air monitoring and visual clearances are recommended to verify the complete removal of ACMs, and preparation of a closeout letter report summarizing the abatement activities. 8. LIMITATIONS Ninyo & Moore's opinions and recommendations regarding environmental conditions, as presented in this report, are based on limited sampling and chemical analysis. Further assessment of potential adverse environmental impacts may be accomplished by a more comprehensive assessment. The samples collected and used for testing, and the observations made, are believed to be representative of the area(s) evaluated. However, if additional suspect ACMs or LCSs are encountered during renovation/demolition activities, these materials should be sampled by a qualified person, and analyzed for content prior to further disturbance. In addition, please note that quantities of ACMs and LCSs are approximate. These numbers should be confirmed prior to removal or repair activities. The environmental services described in this report have been conducted in general accordance with current regulatory guidelines and the standard -of -care exercised by environmental consultants performing similar work in the project area. No warranty, expressed or implied, is made regarding the professional opinions presented in this report. Variations in site conditions may exist and conditions not observed or described in this report may be encountered during subsequent activities. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires any additional information, or has questions regarding content, interpretations presented, or completeness of this document. The environmental interpretations and opinions contained in this report are based on the results of laboratory tests and analyses intended to detect the presence and concentration of specific chemical or physical constituents in samples collected from the subject site. The testing and analyses have been conducted by an independent laboratory which is certified by the State of California to conduct such tests. Ninyo & Moore has no involvement in, or control over, such 203665003 R HBMS-rev2 3201 Newport Boulevard Newport Beach, California November 23, 2015 Project No. 208665003 testing and analysis. Ninyo & Moore, therefore, disclaims responsibility for any inaccuracy in such laboratory results. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. It should be understood that the conditions of a site can change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. 208665003 R HBMS-reO 8 3201 Newport Boulevard Newport Beach, California TABLE 1— ASBESTOS SURVEY RESULTS November 23, 2015 Project No. 208665003 Sample ID Sample Location HA No. Sampled Material Result (Asbestos content) Approximate Quantity I Roof, center 1 Roof assembly None detected NA 2 Roof, north corner 1 Roof assembly None detected 3 Roof, south corner 1 Roof assembly None detected 4 Roof, center 2 Roof penetration mastic 4% Chrysotile 10 SF 5 Roof, center 2 Roof penetration mastic 2% Chrysotile 6 Roof, edge 2 Roof penetration mastic 2% Chrysotile 7 Exterior south window 3 Exterior window sealant None detected NA 8 Exterior west window 3 Exterior window sealant None detected 9 Exterior east window 3 Exterior window sealant None detected 10 1St Floor office 4 Carpet glue None detected NA 11 1" Floor entry way 4 Carpet glue None detected 12 1St Floor behind counter 4 Carpet glue None detected 13 Women's restroom 5 16" x 16" Vinyl floor tile Vinyl floor tile — none detected & glue Glue — none detected 14 Vault room 5 16" x 16" Vinyl floor the Vinyl floor tile — none detected & glue Glue — none detected NA 15 1St Floor back room 5 16" x 16" Vinyl floor tile Vinyl floor tile — none detected & glue Glue — none detected 16 2nd Floor 5 16" x 16" Vinyl floor the Vinyl floor tile — none detected main area & glue Glue — none detected 17 2nd Floor main 5 16" x 16" Vinyl floor tile Vinyl floor tile— none detected area & glue Glue — none detected 18 1St Floor back room 6 2'x2' Ceiling tile None detected 19 1" Floor vault room 6 2'x2' Ceiling file None detected NA 20 1" Floor behind counter 6 2'x2' Ceiling tile None detected 21 2nd Floor northwest corner 6 2'x2' Ceiling tile None detected 22 2nd Floor southwest corner 6 2'x2' Ceiling tile None detected Drywall & joint Drywall — none detected 23 Vault room 7 compound &tape Joint compound — none detected Tape — none detected Drywall & joint Drywall — none detected 24 Men's restroom 7 compound & tape Joint compound — none detected Tape — none detected Drywall &joint compound Drywall — none detected 27 Back room 7 &tape Joint compound — none detected NA Tape — none detected Drywall &joint Drywall — none detected 28 1St Floor main area 7 compound &tape Joint compound — none detected Tape — none detected 29 2nd floor main area 7 Drywall & joint Drywall — none detected Joint compound — none detected compound &tape Tape — none detected 30 1St Floor main area 8 2'x 6' Ceiling panel None detected 31 1St Floor main area 8 2'x 6' Ceiling panel None detected NA 32 1" Floor main area 8 2'x 6' Ceiling panel None detected 208665003 R HBMS-rev2 1 of 2 3201 Newport Boulevard Newport Beach, California TABLE 1— ASBESTOS SURVEY RESULTS November 23, 2015 Project No. 208665003 Sample ID Sample Location HA No. Sampled Material Result (Asbestos content) Approximate Quantity 33 1St floor Back room, above 9 1'x 1' Ceiling the & Ceiling the — none detected drop ceiling mastic Mastic — none detected 34 1S` floor Back room, above 9 1'x1' Ceiling tile & Ceiling tile — none detected drop ceiling mastic Mastic — none detected 35 1 S` floor Back room, above 9 1'x1' Ceiling tile & Ceiling tile — none detected drop ceiling mastic Mastic — none detected NA 36 1St floor Back room, above 9 1'x1' Ceiling tile & Ceiling the — none detected drop ceiling mastic Mastic — none detected 37 1S` floor Back room, above 9 1'x1' Ceiling the & Ceiling tile— none detected drop ceiling mastic Mastic — none detected 38 1St Floor area 10 Stair case None detected NA 39 1St floor main area 11 Cove base & glue Cove base — none detected NA Glue — none detected 40 2nd floor roof access room 12 HVAC duct tape None detected NA 41 2nd floor roof access room 13 HVAC insulation None detected NA 42 Exterior overhang 14 Stucco None detected NA 43 Exterior overhang 14 Stucco None detected 44 Exterior overhang 14 Stucco None detected Notes: ACM - asbestos containing material HA - homogeneous area ID - identification NA - not applicable No. - number SF - square feet foot " - inch 208665003 R HBMS-re 2 2 of 2 &: 3201 Newport Boulevard Newport Beach, California November 23, 2015 Project No. 208665003 TABLE 2 - XRF READINGS FOR LEAD CONTAINING SUBSTANCES Reading Action Estimated Lead No. Side Room Component Substrate Condition Color Level Quantity Results Reading (mg/cm2) (mg/cm2) 1 A Exterior Window Metal Intact Grey 0.7 80 each Positive 5.00 frame 2 D Exterior Railing Metal Intact Grey 0.7 Negative 0.00 3 D Exterior Brick wall Ceramic Intact Brown 0.7 Negative 0.00 4 C Exterior Brick floor Ceramic Intact Brown 0.7 Negative 0.00 5 B Interior Doors Metal Intact Grey 0.7 Negative 0.00 6 D Interior Floor tile Ceramic Intact Brown 0.7 Negative 0.00 7 B Interior Wall Drywall Intact Tan 0.7 Negative 0.00 8 C Interior Wall Drywall Intact Brown 0.7 Negative 0.00 9 C Interior Wall Drywall Intact Brown 0.7 Negative 0.00 10 D Interior Doors wooden Intact Tan 0.7 Negative 0.00 11 D Interior Door frames Metal Intact Tan 0.7 Negative 0.00 12 D Interior Door frames Metal Intact Black 0.7 Negative 0.00 13 D Interior Beams Metal Intact Grey 0.7 Negative 0.00 14 A Men's Wall tile Ceramic Intact Grey 0.7 Negative 0.00 restroom 15 C Men's Wall tile Ceramic Intact Brown 0.7 Negative 0.00 restroom 16 D Men's Sink Porcelain Intact White 0.7 Negative 0.00 restroom 17 D Men's Toilet Concrete Intact White 0.7 2 total Positive 4.35 restroom 18 D Men's Wall Drywall Intact White 0.7 Negative 0.00 restroom 19 C Interior Stair case Metal Intact Tan 0.7 Negative 0.00 railing 20 C Interior Electrical box Metal Intact Grey 0.7 Negative 0.00 cover 21 D Interior Sink Porcelain Intact White 0.7 Negative 0.00 22 C Interior Cabinets Wood Intact Orange 0.7 Negative 0.00 Notes: mg/cm2 - milligrams per square centimeter 203665003 R HBMs-rev2 1 of 1 : 3201 Newport Boulevard Newport Beach, California TABLE 3 — UNIVERSAL WASTE INVENTORY November 23, 2015 Project No. 208665003 Hazardous Material Location Hazardous Material Description Estimated Quantity Throughout building Air conditioning units 5 Fluorescent light bulbs 88 Fluorescent light ballasts 44 Exit signs 8 Wall mounted heater 1 208665003 R HBMS-rev2 1 of 1 mi $ riVf. i i nx, LIM- NEST a€ a'A &,a REFERENCE: 52ND EDITION, THOMAS GUIDE FOR LOS ANGELES/ORANGE COUNTIES, STREET GUIDE AND DIRECTORY SCALE IN FEET 0 2,400 4,800 NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. Map ® Rand McNally, R.L.07-5-129 PROJECT NO. DATE 208665003 11/15 MUN SITE LOCATION IFIGURE NEWPORT BOULEVARD AND 32ND STREET NEWPORT BEACH, CALIFORNIA :SITE € � i 92 t I i� A I test � gys NLe F s IaOKIs , mi $ riVf. i i nx, LIM- NEST a€ a'A &,a REFERENCE: 52ND EDITION, THOMAS GUIDE FOR LOS ANGELES/ORANGE COUNTIES, STREET GUIDE AND DIRECTORY SCALE IN FEET 0 2,400 4,800 NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. Map ® Rand McNally, R.L.07-5-129 PROJECT NO. DATE 208665003 11/15 MUN SITE LOCATION IFIGURE NEWPORT BOULEVARD AND 32ND STREET NEWPORT BEACH, CALIFORNIA EXTERIOR AND ROOF G) ENTRANCE s C8 44 7 43 42 NEWPORT BOULEVARD LEGEND O SUSPECT ASBESTOS BULK SAMPLE LEAD CONTAINING SURFACE N SCALE IN FEETjJ%�j%&/h©ore SAMPLE LOCATIONS FIGURE 0 15 30 PROJECT NO. DATE 3201 NEWPORT BEACH BOULEVARD NOTE:DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. 208665003 11115 NEWPORT BEACH, CALIFORNIA FIRST LEVEL 19 17IA (!5) 08 MENS RESTROOM 24 39 13 WOMENS 36 RESTROOM 33 VAULT ROOM 12 37 23 35 104 34 15 20 30 26 25 32 ENTRANCE 31 C39 6 11 OFFICES NEWPORT BOULEVARD LEGEND 39 SUSPECT ASBESTOS BULK SAMPLE LEAD CONTAINING SURFACE SCALE IN FEET FIGURE SAMPLE LOCATIONS 0 15 30 PROJECT NO. DATE 3201 NEWPORT BEACH BOULEVARD 3 NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. 208665003 11/15 NEWPORT BEACH, CALIFORNIA SECOND LEVEL as at is 21 ROOF ACCESS ROOM 17 2t 27 STORAGE ROOM 29 22 ELECTRICAL ROOM 28 8 LEGEND 41 SUSPECT ASBESTOS BULK SAMPLE rt N SCALE IN FEET In�yo�/�oore SAMPLE LOCATIONS FIGURE 0 15 30 PROJECT NO. DATE 3201 NEWPORT BEACH BOULEVARD A = NOTE:DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE 208665003 11/15 NEWPORT BEACH, CALIFORNIA �t 3201 Newport Boulevard Newport Beach, California APPENDIX A November 23, 2015 Project No. 208665003 INSPECTOR CERTIFICATION DOCUMENTATION 208665003 R HBM5-rev2 Mr. Brian K. Ford 2028 Clearwaters Place Chula Vista, California 91913 3201 Newport Boulevard Newport Beach, California APPENDIX B November 23, 2015 Project No. 208665003 ASBESTOS ANALYTICAL RESULTS AND CHAIN -OF -CUSTODY RECORDS 208665003 R HBMS-rev2 EMSL Analytical, Inc, EMSL Order: 161507641 2001 East 52nd St., Indianapolis, IN 46205 CUStomerlD: 32ninm50 Phone/Fax: (317) 803-2997 / (317) 803-3047 CustomerPO: http:/Iwww.EMSL.com indianaoolislabCc).emsl.com ProjectlD: Attn: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 20866500313201 Newpor Beach CA roof assembly White/Black/Yello 2% Glass Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 1 roof assembly White/Black/Yello 2% Glass 98% Non-fibrous (other) None Detected central w 161507641-0001 Non -Fibrous Homogeneous 2 roof assembly n Black 10% Glass 90% Non-fibrous (other) None Detected 161507641-0002 comer Non -Fibrous Homogeneous 3 roof assembly s Black 10% Glass 90% Non-fibrous (other) None Detected corner Non -Fibrous 161507641-0003 Homogeneous 4 roof pene mastic Brown/White 96% Non-fibrous (other) 4% Chrysotile central Non -Fibrous 161507641-0004 Homogeneous 5 roof pene mastic White/Black 8% Cellulose 90% Non-fibrous (other) 2% Chrysotile sw central Non -Fibrous 161507641-0005 Homogeneous 6 roof pene mastic White/Black 5% Cellulose 90% Non-fibrous (other) 2% Chrysotile 161507641-0006 s edge Non -Fibrous 3% Glass Homogeneous 7 ext wdw sealant s Clear 100% Non-fibrous (other) None Detected wdw Non -Fibrous 161507641-0007 Homogeneous 8 ext wdw sealant w Clear 100% Non-fibrous (other) None Detected wdw Non -Fibrous 161507641-0008 Homogeneous Analyst(s) Craig Nixon (17) Ross Mattock (41) Melissa Newkirk (8) Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM EMSL Analytical, Inc. 2001 East 52nd St., Indianapolis, IN 46205 Phone/Fax: (317) 803-29971(317) 803-3047 htto://www.EMSL.com indianaoolislab Wemsl.com EMSL Order: 161507641 CUStomerlD: 32ninm50 CustomerPO: Project) D: Attn: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: ext wdw sealant e 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 208665003 / 3201 Newpor Beach CA 10 carpet glue office Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 9 ext wdw sealant e Gray 100% Non-fibrous (other) None Detected wdw Non -Fibrous 161507641-0009 Homogeneous 10 carpet glue office Gray/Yellow 100% Non-fibrous (other) None Detected 1st fl Non -Fibrous 161507641-0010 Homogeneous 11 carpet glue entry Yellow/Green 100% Non-fibrous (other) None Detected 161507641-0011 1stfl Non -Fibrous Homogeneous 12 carpet glue beh Gray/Yellow 100% Non-fibrous (other) None Detected 161507641-0012 counter 1 st fl Non -Fibrous Homogeneous 13 -Floor Tile 16x16 vft/glue os Beige 100% Non-fibrous (other) None Detected 161507641-0013 women IT Non -Fibrous Homogeneous 13 -Mastic 16x16 vft/glue os Gray/Yellow 5% Cellulose 95% Non-fibrous (other) None Detected 161507641-0013A womens rr Non -Fibrous Homogeneous 14 -Floor Tile 16x16 vft/glue volt Beige 100% Non-fibrous (other) None Detected 161507641-0014 rm 1stfl Non -Fibrous Homogeneous 14 -Mastic 16x16 vft/glue volt GrayNellow 5% Cellulose 95% Non-fibrous (other) None Detected 161507641-0014A rm 1st fl Non -Fibrous Homogeneous Analyst(s) Craig Nixon (17) Ross Matlock (4 1) Melissa Newkirk (8) XZ--/ �/X4 -7 Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM EMSL Analytical, Inc. EMSL Order: 161507641 2001 East 52nd St., Indianapolis, IN 46205 CUStomerlD: 32ninm50 Phone/Fax: (317) 803-2997 / (317) 803-3047 CustomerPO: htto://www.EMSL.com indianaoolislab@emsl.com ProjectlD: Ann: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 475 Goddard Received: 05/15/159:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 208665003 / 3201 Newpor Beach CA 16x16 vft/glue Tan Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-931116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 15 -Floor Tile 16x16 vft/glue Tan 100% Non-fibrous (other) None Detected back rm 1st fl Non -Fibrous 161507641-0015 Homogeneous 15 -Mastic 16x16 vft/glue Gray/Yellow 5% Cellulose 95% Non-fibrous (other) None Detected back rm 1 st fi Non -Fibrous 161507641-0015A Homogeneous 16 -Floor Tile 16x16 vft/glue Beige 100% Non-fibrous (other) None Detected main area 2nd fl Non -Fibrous 161507641-0016 Homogeneous 16 -Mastic 16x16 vft/glue Gray/Yellow 100% Non-fibrous (other) None Detected main area 2nd fl Non -Fibrous 161507641-0016A Homogeneous 17 -Floor Tile 16x16 vft/glue Brown 100% Non-fibrous (other) None Detected main area 2nd fl Non -Fibrous 161507641-0017 Homogeneous 17 -Mastic 16x16 vft/glue Gray/Yellow 100% Non-fibrous (other) None Detected main area 2nd fl Non -Fibrous 161507641-0017A Homogeneous 18 2x2 acp sw back Black/Beige 60% Cellulose 15% Perlite None Detected 161507641-0018 rm corner 1st fl Fibrous 20% Min. Wool 5% Non-fibrous (other) Homogeneous 19 2x2 acp ne volt White/Beige 60% Cellulose 15% Perlite None Detected 161507641-0019 rm 1st fl Fibrous 20% Min. Wool 5% Non-fibrous (other) Homogeneous Analyst(s) Craig Nixon (17) Ross Matlock (4 1) Melissa Newkirk (8) r Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretationand use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM 3 EMSL Analytical, Inc. EMSL Order: 161507641 2001 East 52nd St., Indianapolis, IN 46205 CUStomerlD: 32ninm50 Phone/Fax: (317) 803-2997 / (317) 803-3047 CustomerPO: http://www.EMSL.com indianapolislabnaemsl.com ProjectlD: Attn: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 208665003 / 3201 Newpor Beach CA % Non -Fibrous % Type Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 20 2x2 acp beh main White/Beige 60% Cellulose 15% Perlite None Detected 161507641-0020 counter 1st fl Fibrous 20% Min. Wool 5% Non-fibrous (other) Homogeneous 21 2x2 acp nw Gray/White 50% Cellulose 15% Perlite None Detected 161507641-0021 comer 2nd fl Fibrous 30% Min. Wool 5% Non-fibrous (other) Homogeneous 22 2x2 acp sw corner Gray/White 50% Cellulose 15% Perlite None Detected 161507641-0022 2nd fl Fibrous 30% Min. Wool 5% Non-fibrous (other) Homogeneous 23 -Drywall dw/jc/tape volt rm Brown/White 20% Cellulose 70% Gypsum None Detected 161507641-0023 Fibrous 2% Glass 8% Non-fibrous (other) Heterogeneous 23 -Joint Compound dw/jc/tape volt rm White 100% Non-fibrous (other) None Detected Non -Fibrous 161507641-0023A Homogeneous Inseparable paint / coating layer included in analysis 23 -Tape dw/jc/tape volt rm Tan 95% Cellulose 5% Non-fibrous (other) None Detected Fibrous 161507641-00238 Homogeneous 24 -Drywall dw/jc/tape mens IT Brown/White 25% Cellulose 70% Gypsum None Detected 161507641.0024 Fibrous 5% Non-fibrous (other) Heterogeneous 24 -Joint Compound dw/jc/tape mens IT White 100% Non-fibrous (other) None Detected Non -Fibrous 161507641-0024A Homogeneous Inseparable paint / coating layer included in analysis Analyst(s) Craig Nixon (17) Ross Matlock (4 1) Melissa Newkirk (8) XZ--/ � X_0� Y_ Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM 4 EMSL Analytical, Inc. 2001 East 52nd St., Indianapolis, IN 46205 Phone/Fax: (317) 803-2997 / (317) 803-3047 htto://www.EMSL.com indianaoolislabaemsl.com EMSL Order: 161507641 CustomerlD: 32ninm50 CustomerPO: ProjectlD: Attn: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 208665003! 3201 Newpor Beach CA Fibrous Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Tvpe 24 -Tape dw/jc/tape mens IT Tan 95% Cellulose 5% Non-fibrous (other) None Detected 161507641-00248 Fibrous Homogeneous 25 -Drywall dw/jc/tape back rrn Brown/White 25% Cellulose 70% Gypsum None Detected 161507641-0025 Fibrous 5% Non-fibrous (other) Heterogeneous 25 -Joint Compound dw/jc/tape back rm White 100% Non-fibrous (other) None Detected Non -Fibrous 161507641-0025A Homogeneous Inseparable paint / coating layer included in analysis 25 -Tape dw/jc/tape back rm Tan 95% Cellulose 5% Non-fibrous (other) None Detected 161507641-0025B Fibrous Homogeneous 26 -Drywall dw/jc/tape main Brown/White 25% Cellulose 70% Gypsum None Detected 161507641-0026 area Fibrous 5% Non-fibrous (other) Heterogeneous 26 -Joint Compound dw/jc/tape main White 100% Non-fibrous (other) None Detected 161507641-0026A area Non -Fibrous Homogeneous 26 -Tape dw/jc/tape main Tan 95% Cellulose 5% Non-fibrous (other) None Detected 161507641-00268 area Fibrous Homogeneous 27 -Drywall dw/jc/tape main Brown/White 25% Cellulose 70% Gypsum None Detected area 2nd fl Fibrous 5% Non-fibrous 161507641-0027 (other) Heterogeneous Analyst(s) Craig Nixon (17) Ross Matlock (41) Melissa Newkirk (8) - Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM EMSL Analytical, Inc. EMSL Order: 161507641 2001 East 52nd St., Indianapolis, IN 46205 CustomerlD: 32ninm50 Phone/Fax: (317) 803-2997 / (317) 803-3047 CUStomerPO: htto://www.EMSL.com indianaoolislabaemsl.com ProjectlD: Atm: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 208665003 / 3201 Newpor Beach CA dw/jc/tape main White Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 27 -Joint Compound dw/jc/tape main White 100% Non-fibrous (other) None Detected area 2nd fl Non -Fibrous 161507641-0027A Homogeneous 27 -Tape dw/jc/tape main Tan 95% Cellulose 5% Non-fibrous (other) None Detected area 2nd fi Fibrous 161507641-00278 Homogeneous 28 -Drywall dw/jc/tape elec trm Brown/White 20% Cellulose 70% Gypsum None Detected 161507641-0028 Fibrous 10% Non-fibrous (other) Heterogeneous 28 -Joint Compound dw/jc/tape elec trm White 100% Non-fibrous (other) None Detected Non -Fibrous 161507641-0028A Homogeneous 28 -Tape dw/jc/tape elec trm White 45% Cellulose 55% Non-fibrous (other) None Detected Fibrous 161507641-0026B Homogeneous 29 -Drywall dw/jc/tape Brown/White 25% Cellulose 70% Gypsum None Detected 161507641-0029 storage rm Fibrous 5% Non-fibrous (other) Heterogeneous 29 -Tape dw/jc/tape White 45% Cellulose 55% Non-fibrous (other) None Detected storage rm Fibrous 161507641-0029A Homogeneous 30 2x6 ceil panels White 95% Glass 5% Non-fibrous (other) None Detected main area 1st fl Fibrous 161507641-0030 Homogeneous Analyst(s) Craig Nixon (17) Ross Matlock (4 1) Melissa Newkirk (8) Y_ Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM 6 EMSL Analytical, Inc. EMSL Order: 161507641 2001 East 52nd St., Indianapolis, IN 46205 CUStomerlD: 32ninm50 Phone/Fax: (317) 803-2997 / (317) 803-3047 CustomerPO: htto://www.EMSL.com indianaoolislab()emsl.com ProjectlD: Attn: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 20866500313201 Newpor Beach CA Fibrous % Non -Fibrous Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 31 2x6 cell panels White 95% Glass 5% Non-fibrous (other) None Detected main area 1 st fl Fibrous 161507641-0031 Homogeneous 32 2x6 cell panels White 95% Glass 5% Non-fibrous (other) None Detected main area 1st fl Fibrous 161507641-0032 Homogeneous 33 -Ceiling Tile 1x1 act/m back Gray/White 30% Cellulose 15% Perlite None Detected 161507641-0033 abv drop cell rm 1stfl Fibrous 50% Min. Wool 5% Non-fibrous (other) Homogeneous 33 -Mastic 1x1 act/m back Brown 100% Non-fibrous (other) None Detected abv drop cell rm Non -Fibrous 161507641-0033A 1stfl Homogeneous 34 -Ceiling Tile 1x1 act/m back Gray/White 20% Cellulose 15% Perlite None Detected 161507641-0034 abv drop cell rm 1 st fl Fibrous 60% Min. Wool Non-fibrous( 5% Non-fibrousother ) Homogeneous 34 -Mastic 1x1 act/m back Brown 100% Non-fibrous (other) None Detected abv drop cell rm Non -Fibrous 161507641-0034A 1st fl Homogeneous 35 -Ceiling Tile 1x1 act/m back Gray/White 20% Cellulose 15% Perlite None Detected 161507641-0035 abv drop cell rm 1st fl Fibrous 60% Min. Wool 5% Non-fibrous other (other) Homogeneous 35 -Mastic 1x1 act/m back Brown 100% Non-fibrous (other) None Detected abv drop cell rm Non -Fibrous 161507641-0035A 1st fl Homogeneous Analyst(s) Craig Nixon (17) Ross Matlock (41) Melissa Newkirk (8) XZ__-/_ ��Iig - Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM 7 EMSL Analytical, Inc. EMSL Order: 161507641 2001 East 52nd St., Indianapolis, IN 46205 CUStomerlD: 32ninm50 Phone/Fax: (317) 803-2997 / (317) 803-3047 CustomerPO: htto:/hnwvv.EMSL.com indianaoolislab(Wemsixom ProjectlD: Attn: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 1x1 act/m back 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 2086650031 3201 Newpor Beach CA 36 -Mastic 1x1 act/m back Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 36 -Ceiling Tile 1x1 act/m back Gray/White 30% Cellulose 15% Perlite None Detected 161507641-0036 abv drop ceil rim 1st fl Fibrous 50% Min. Wool 5% Non-fibrous (other) Homogeneous Homogeneous 37 -Mastic 36 -Mastic 1x1 act/m back Brown 100% Non-fibrous (other) None Detected abv drop ceil rm Non -Fibrous 161507641-0036A 1 St fl Homogeneous Homogeneous 37 -Ceiling Tile 1x1 act/m back White/Beige 30% Cellulose 15% Perlite None Detected 161507641-0037 abv drop ceil rim 1stfl Fibrous 50% Min. Wool 5% Non-fibrous (other) Homogeneous 37 -Mastic 1x1 act/m back Brown 100% Non-fibrous (other) None Detected abv drop ceil rm Non -Fibrous 161507641-0037A 1 St fl Homogeneous 38 -Stair Tread stair case 1st fl Black 100% Non-fibrous (other) None Detected 1 6150 764 1-0038 Non -Fibrous Homogeneous 38 -Mastic staircase 1 st fl Beige 100% Non-fibrous (other) None Detected Non -Fibrous 161507641.0038A Homogeneous 39 -Cove Base cb/glue main area Gray 100% Non-fibrous (other) None Detected 1stfl Non -Fibrous 161507641-0039 Homogeneous 39 -Mastic cb/glue main area BrownNellow 100% Non-fibrous (other) None Detected 1st fl Non -Fibrous 161507641-0039A Homogeneous Analyst(s) Craig Nixon (17) Ross Matlock (41) Melissa Newkirk (8) Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without writtenapproval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, AZ0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM 8 EMSL Analytical, Inc. 2001 East 52nd St., Indianapolis, IN 46205 Phone/Fax: (317) 803-2997 / (317) 803-3047 htto://www.EMSL.com indianaoolislabng emsl.com EMSL Order: 161507641 CUStomerlD: 32ninm50 CustomerPO: ProjectlD: Attn: Brian Ford Phone: (949) 753-7070 Ninyo & Moore Fax: 475 Goddard Received: 05/15/15 9:20 AM Suite 200 Analysis Date: 5/15/2015 Irvine, CA 92618 Collected: 5/12/2015 Project: 208665003 / 3201 Newpor Beach CA Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Tvioe 40 hvac duct glue Gray 100% Non-fibrous (other) None Detected roof access rm Non -Fibrous 161507641-0040 2nd fl Homogeneous 41 hvac insul roof Yellow 99% Glass 1 % Non-fibrous (other) None Detected 161507641-0041 access rm 2nd fl Fibrous Homogeneous Analyst(s) Craig Nixon (17) Ross Matlock (4 1) Melissa Newkirk (8) Richard Harding, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1 Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN NVLAP Lab Code 200188-0, A7_0939, CA 2575, CO AL -15132, TX 300262 Initial report from 05/15/2015 10:56:24 Test Report PLM -7.28.9 Printed: 5/15/2015 12:23:28 PM THIS IS THE LAST PAGE OF THE REPORT. I OrderID: 161507641 I �j 0 0 p N U V co F b °Q X N c � V QOD r \ �L Of1m, E S i i N \4 ! IS 0 .mac m 0co as �� \ .V �, `• L m iu c o V � 5 W c U3 z m... 'C c o O N c i G pt z Z g E22 J - ❑ co 2 J a a m a` n`_ w >> LILJ n. c N 4 Lm m I a a o N cn M N z 7 W Qd (!1 Q ti~ 0 8 '" c, o t �- ��'' LLL UJ ots p U v a a 1 j m y (D ai rn z (1n x ¢ 1 j Q Z It F tii U Page 1 Of 5 OrderID: 161507641 LL m 0 U - Ll a QL ti E v} Ro o co r - a CO <D co co CL 0 E E CZ 'D to 2 E E 0 tv 0 E E rN E Cl) 0 OR, LU r0 E 0 ui ILUU z ID U) 0 , C-4 to E 0 tv a. 0 °c_' z Li z 2 Q to Z E E CL O E Ev -d M ED Z -0O WE LU < m CL M LU z 0 CL E Cl) cr 0 D U) m < C4 Q w .6 0ol O (9W.— z Lo < Page 2 Of 5 0 en z z LL m 0 U - Ll a QL ti E v} Ro o co r - a CO <D co co CL 0 E E CZ 'D to 2 E E 0 tv 0 E E rN E Cl) 0 OR, LU r0 E 0 ui ILUU z ID U) 0 , C-4 to E 0 tv a. 0 °c_' z Li z 2 Q to Z E E CL O E Ev -d M ED Z -0O WE LU < m CL M LU z 0 CL E Cl) cr 0 D U) m < C4 Q w .6 0ol O (9W.— z Lo < Page 2 Of 5 OrderID: 161507641 6 w U) H LL 2 to cl W J CL a W J D a1 fO f W d Page 3 Of 5 fs LL � y `y : ` Y I L aCL e amm Q NE i s n nrnc� E y CL �... 14 d N o t'' o Z�oas z J o a �`► w e N C R l+l a i � ua Z Z0 E o .Q 'o E m z n Q ` m o O m 1 J } d �? u? m h O a N O d v d n ti ?. 0 N Z � x z v z ti Page 3 Of 5 fs OrderID: 161507641 0, E E mz JE a. C -L Lij z 0 cn co �8 E C) co U. to C4 z 0 "o 0 W n co 0) J LL o (D o Page 4 Of 5 0 U) :5 z 4� ui 7E U.. U) J Fes- LL IQI E co co E E 6 E E E 0 0 OE CL @ to C: 0 co A) t q -co a W W 0, otSZ P, s q 0, E E mz JE a. C -L Lij z 0 cn co �8 E C) co U. to C4 z 0 "o 0 W n co 0) J LL o (D LL Page 4 Of 5 V7 OrderID: 161507641 JJ r 6Ek5-FM-010-1: Sample Transfer-OneTime '__J. 1 Rpvkinn d 1 Controlled Document Confidential Business Information/Property of EMSL A Page 5 Of 5 Page 1 of 1 Revision Date: 7/29/2013 Effective Date: 8/12/2013 EMSL Analytical, Inc. Sample Transfer Form Receiving tab: EMSL- Garden Grove Phone 714x82 -4999 Number: Fax I -- Number: Relinquished to: EMSL- Indy Phone Numbe : Fax I _ Numbe : Does new Lab hold equivalent or additional accreditation* ®Y�s No EMSL Customer 1D # _ 32ninm50 (if known): Ninyo & Moore Client Name: i Client Project: 208665003 - 3201 Newport Beach, C Date Received: 5/12/15 4:05pm Date Relinquished: 5/14/15 i i Date Due: 5/15/05 4:05pm Special Instructions:_---- (e.g. Work Order #, required qualifications, project specific procedures/modifications) . j Relinquishedby ( Hato Date: Received b ignatur4) Date: Relinquished by (si na re): Date: Received by (Signature) Date: Customer Agreement- Please sign form and send to the receiving laboratory, By sipnin below you agree to permit the above named receiving lab to transfer samples to a separate EMSL lab with equivalentqualifications* for analysis. The final report will be issued from the: analyzing laboratory. Ensure any req -- irements ore listed in special instructions. Name (please Print) Signature A rent of: _ Dater If this is a recurring project or sample type that may require samples to be relrnquishtd I on a regular basis a Standing Agreement form must be completed. * Receiving and analyzing labs shall be aware of required qualifications of project nor to transfet of samples. Note: If customer has been notified and approved this transfer verbally or by e-m il, the recejvin lab must sign for the customer above. EMSL employee filling out form on behalf of customer shall print name of ersan to who they spoke, date agreement was received and then sign under Signature. i Controlled Document Confidential Business Information/Property of EMSL A Page 5 Of 5 Page 1 of 1 LA Testing LA Testing Order: 331510525 11652 Knott Street Unit F5, Garden Grove, CA 92841 CustomerlD: 32ninm50 j'.jAPhone/Fax: (714) 828-4999 / (714) 828-4944 CustomerPO: TESTINCI htto://www.LATestina.com aardenarovelab(aNatesting.com ProjectlD: Attn: Michael Cushner Phone: (949) 753-7070 Ninyo & Moore Fax: 3% Quartz None Detected 475 Goddard Received: 0611 011 5 2:55 PM Suite 200 Analysis Date: 6/10/2015 Irvine, CA 92618 Collected: 6/10/2015 Project: VA Consulting - 3201 Newport Blvd. 1208665003 Non -Fibrous 97% Non-fibrous (other) Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized Light Microscopy Non -Asbestos Asbestos Sample Description Appearance % Fibrous % Non -Fibrous % Type 42 -Finish Coat Stucco - Stucco Gray 3% Quartz None Detected 331510525-0001 Non -Fibrous 97% Non-fibrous (other) Heterogeneous 42 -Stucco Stucco - Stucco Gray 3% Quartz None Detected 331510525-OOOIA Non -Fibrous 97% Non-fibrous (other) 3% Quartz Homogeneous 331510525-0002A 43 -Finish Coat Stucco - Stucco Gray 3% Quartz None Detected 331510525-0002 Non -Fibrous 97% Non-fibrous (other) Homogeneous 43 -Stucco Stucco - Stucco Gray 3% Quartz None Detected 331510525-0002A Non -Fibrous 97% Non-fibrous (other) Homogeneous 44 -Finish Coat Stucco - Stucco Gray 3% Quartz None Detected 331510525-0003 Non -Fibrous 97% Non-fibrous (other) Homogeneous 44 -Stucco Stucco - Stucco Gray 3% Quartz None Detected 331510525-0003A Non -Fibrous 97% Non-fibrous (other) Homogeneous Analyst(s) Christopher Miranda (6) Michael DeCavallas, Laboratory Manager or other approved signatory EMSL maintains liability limited to cost of analysis. This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. Non -friable organically bound materials present a problem matrix and therefore EMSL recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1% Samples analyzed by LA Testing Garden Grove, CA NVLAP Lab Code 101384-0, CA ELAP 1406 Initial report from 06/10/2015 15:26:25 Test Report PLM -7.28.9 Printed: 6/10/2015 3:26:25 PM THIS IS THE LAST PAGE OF THE REPORT. OrderID: 331510525 Page 1 Of 1 S M U_ vl� Z� CL fl U lo CL cq •� CA U) M )�,,l" rA 0 CL Y UU E c E s z ci ._ t� S' �` "^ CL [i a. z� a UJ 4� j 0 Lo C K Page 1 Of 1 S M 3201 Newport Boulevard Newport Beach, California APPENDIX C XRF TESTING METHODOLOGY 208665003 R HEMS-rev2 November 23, 2015 Project No. 208665003 3201 Newport Boulevard Newport Beach, California XRF TESTING METHODOLOGY November 23, 2015 Project No. 208665003 To evaluate the painted surfaces for future contractor worker safety, X -Ray fluorescence (XRF) testing technologies were utilized. The testing was conducted in general accordance with the following regulation: Title 17, California Code of Regulations, Division 1, Chapter 8, Accreditation Certification, and Work Practice in Lead Related Construction, Section 36000. After a visual evaluation, accessible painted surfaces were screened for lead content with a NITON XLp 300A XRF spectrum analyzer. XRF readings were taken using the standard paint mode. Standard paint mode measurements have no predetermined testing length, and automatically adjust to account for various types of substrates and material's densities. In the standard paint mode, the NITON 300A XLp XRF collects an XRF assay until either a K -shell or L -shell result is indicated as either positive or negative, compared to the threshold level based on the current precision of the test. Correction for paint matrix and substrate effects is performed automatically by the XRF analyzer. XRF readings were made on testing combinations in all room equivalents in an effort to test typical materials that are representative of the room equivalent. Testing combinations were tested non-destructively by holding the shutter of the XRF against the surface being tested. At each XRF assay location, the trigger is depressed to open the shutter, and one reading was made using the standard paint testing mode. Results of each assay were recorded in the memory of the XRF spectrum analyzer and downloaded via the software provided by the manufacturer. In addition, the results of each assay were read and recorded on the XRF Data Sheet field data sheet. The XRF testing orientation is depicted on the attached sample location maps. The "A" direction was initially assigned to the direction of the street, and the subsequent directions (`B," "C," and "D") were assigned clockwise from the "A" direction. Should the subject site be located on the corner of two streets, the "A" direction is assigned to the direction of the street address of the subject site. To confirm that the XRF equipment was working properly, various quality control tests were performed before, during, and after the on-site work. At the beginning of the work day, three start-up validation measurements were made in the K and L calibration mode, using the calibration check standard associated with the particular XRF that was used. This painted standard contains a known quantity of lead and allows the XRF operator to determine whether the instrument is functioning within acceptable tolerance ranges for accuracy and precision, as determined by the manufacturer. Calibration checks were generally collected on the red 1.06 mg/cm2 and/or yellow 1.57 mg/cm2 Standard Reference Material (SRM) paint film, developed by the National Institute of Standards and Technology (NIST). In addition to the three start-up tests, calibration readings are collected between each building, after four hours, and at the completion of XRF testing. Results of each calibration reading were recorded within the memory of the XRF spectrum analyzer and on the XRF Data Sheet. The quality control tests taken during testing at the subject site were within the acceptable performance range prescribed by the XRF equipment manufacturer. Documentation of the quality control calibration check is included in the Table 2. 208665003 R HBMS-rev2 3201 Newport Boulevard Newport Beach, California APPENDIX D November 23, 2015 Project No. 208665003 CALIFORNIA DEPARTMENT OF PUBLIC HEALTH FORM 8552 208665003 R HEMS-rev2 .qJY- Slaty D of Calli'Dirrila — Health and Human SarAces Agency California Department of Pubic Health Section I — Date of Lead Hazard Evaluation *Kq Y I e — f '75 - Section 2 — Type of Lead Hazard Evaluation (Check one box only) 2a Lead Inspection Risk assessment Clearance Inspection 1:1 Other (specify) Section 3 — Structure Where Lead Hazard Evaluation Was Conducted Address [number, street, apartment (11 applicable)) City County Zip Code 3 S-0 jV4et_VP 1L.4 . I Construction date (year) Type of structure _15hioran living in siructu re -i of struclurt E] Malta -unit build ing chcael or daycare, EJ Yes Single fairilly dwelling Other 191*6400 Gon't Know Section 4 — Owner of Structure (it busineSS/agioncy, list contact person) Address [number, slreeL apartment (it applicable)) City too Section 5 — Results of Lead Hazard Evaluation (check all that apply) No lead-based pain] detected 0 Intact lead -lamed paint detected Deteriorated lead-based paint detected No lead hazards detected 0 Lead-contaminaled dust found [j Lead -contaminated soil found F 1. 11NOT11111 IffM ( )J2 '-'7,-) Ts's—(niumber, sioal, apartment �(ii applicable)) COPH certification number Warne and CDPH certification number of any Section 7 — Attachments Telephone number It 0 7V City State dip Cade Signature Date .dMiduals conducting sampling or` in A. A foundation diagram or sketch of the structure indicating the specift: locations of eaal lead hazard or presence ct lead-based paint; 8, Each testing method, device, and sampling procedure used; C. All data collected, Including quality control data, laboratcl results, including labora tory name, address, and phone number. First copy and attachments retained by Inspector Second copy and attachments retain ed by owner CD, PH esil iWwj Third oopy only (no attachments) mailed or taxed to, California Department of Nbllc Health Chiidhood Lead Poisoning Prevention Branch Rapaits a5l) Marina Say Parkway, Building P, Third Floor A Ic hmon d, CA 9480"40. 3 Fax. (5110) 620-5656 VA Review November 19, 2015 AERIALLY DEPOSITED LEAD AND LIMITED SITE INVESTIGATION NEWPORT BOULEVARD AND 32ND STREET MODIFICATION PROJECT NEWPORT BEACH, CALIFORNIA PREPARED FOR: VA Consulting 6400 Oak Canyon, Suite 150 Irvine, California 92618 Ninyo & Moore Geotechnical and Environmental Sciences Consultants 475 Goddard, Suite 200 Irvine, California 92618 November 23, 2015 Project No. 208665003 475 GWdaxf, Suite 200 g 1rWreCah1'rrn!a92618 - Phare (949)753-7070 - Fax(949)753-7071 WvAeps FUx"k, TL�zon - AmatVdfwy - Derwer - 8K*--MWJ - Hauw)n November 23, 2015 Project No. 208665003 Mr. Jeff Wilkerson VA Consulting 6400 Oak Canyon, Suite 150 Irvine, California 92618 Subject: Aerially Deposited Lead and Limited Site Investigation Newport Boulevard and 32nd Street Modification Project Newport Beach, California Dear Mr. Wilkerson: In accordance with your request, Ninyo & Moore has prepared this Aerially Deposited Lead and Limited Site Investigation report to document the procedures and results of soil sampling conducted along Newport Boulevard and 32nd Street, in Newport Beach, California. The following report documents our methodologies, findings, conclusions, and recommendations. We appreciate the opportunity to provide service on this project. Sincerely, NINYO & MOORE Mi us er Project Environmental Scientist , R. Scott Kurtz Director, Environmental Sciences DWF/MSC/JJR/RSK/mlc Distribution: (1) Addressee (via e-mail) J Jay e , PG, CEG Senior Geologist 475 Goddard, Suite 200 $ I - Ane, Ca i nia 92618 Phone ?949) 753-7070 • Fax (9 {9) 753-7071 San+"sc Nrk La;A,geLs %n:2of-ucamon aOaWnd { 5ankandscosanibse — Srcwmer'3.ri Lary as phfmix 7u r Rea rooc:vdliey - Lw"Ver , Bromk-ld HOW'0r, Newport Boulevard and 32nd Street Newport Beach, California November 23, 2015 Project No. 208665003 AERIALLY DEPOSITED LEAD AND LINIITED SITE INVESTIGATION REPORT This report was prepared by the staff of Ninyo & Moore Geotechnical and Environmental Sciences Consultants under the supervision of the Engineer and/or Geologist whose signature appears hereon. The findings, recommendations, specifications, or professional opinions are presented within the limits described by the client, after being prepared in accordance with generally accepted professional engineering and geologic practice. No warranty is expressed or implied. Yohn Yay Roberts, PG, CEG Senior Geologist 208665003 R ADL & SI-rev2 Newport Boulevard and 32nd Street Newport Beach, California November 23, 2015 Project No. 208665003 Tables Table 1 — Soil Sample Analytical Results — Total Lead Table 2 — Soil Sample Analytical Results — TPH, Title 22 Metals, and VOCs Table 3 — Groundwater Sample Analytical Results — TPH, Title 22 Metals, and VOCs Fi ures Figure 1 — Site Location Figure 2 — Boring Locations Appendices Appendix A— Field Procedures Appendix B — Boring Logs Appendix C — Waste Manifest Appendix D — Laboratory Report 208665003 R ADL & SI-rev2 1 TABLE OF CONTENTS Page 1. INTRODUCTION....................................................................................................................1 2. ENVIRONMENTAL BACKGROUND..................................................................................1 3. OBJECTIVE.............................................................................................................................1 4. SCOPE OF WORK...................................................................................................................2 4.1. Site -Specific Health and Safety Plan (HSP).................................................................2 4.2. Permits..........................................................................................................................2 4.3. Traffic Control..............................................................................................................2 4.4. Boring Location Mark Out and Underground Service Alert (USA) Notification ........ 2 4.5. Soil and Groundwater Sampling...................................................................................2 4.5.1. ADL....................................................................................................................2 4.5.2. SI and Groundwater............................................................................................3 4.6. Decontamination...........................................................................................................4 4.7. Investigative Derived Wastes.......................................................................................4 4.8. Laboratory Analysis.................................................................................................. 4 5. ANALYTICAL RESULTS......................................................................................................4 6. CONCLUSIONS AND RECOMMENDATIONS...................................................................6 7. LIMITATIONS.........................................................................................................................7 8. REFERENCES.........................................................................................................................8 Tables Table 1 — Soil Sample Analytical Results — Total Lead Table 2 — Soil Sample Analytical Results — TPH, Title 22 Metals, and VOCs Table 3 — Groundwater Sample Analytical Results — TPH, Title 22 Metals, and VOCs Fi ures Figure 1 — Site Location Figure 2 — Boring Locations Appendices Appendix A— Field Procedures Appendix B — Boring Logs Appendix C — Waste Manifest Appendix D — Laboratory Report 208665003 R ADL & SI-rev2 1 Newport Boulevard and 32nd Street Newport Beach, California 1. INTRODUCTION November 23, 2015 Project No. 208665003 Ninyo & Moore conducted an aerially deposited lead (ADL) survey and a site investigation (SI) for the Newport Boulevard/32nd Street Modification Project at Newport Boulevard between Via Lido and 30a' Street in the city of Newport Beach, California (site, Figure 1). The site includes full right-of-way (ROW) acquisitions of 3201 Newport Boulevard and 3204 Marcus Avenue, and partial dedications of 3300 and 3531 Newport Boulevard. Ninyo & Moore was contracted by VA Consulting (VA) to conduct this evaluation on behalf of the City of Newport Beach (City). 2. ENVIRONMENTAL BACKGROUND Ninyo & Moore prepared an Initial Site Assessment for the site (Ninyo & Moore, 2013). The findings were: • The long term use of the site as a roadway prior to the ban on leaded gasoline in 1992 represents a recognized environmental condition (REC) based on the potential presence of ADL. In addition, lead and chromium are suspected to be present in street traffic striping. The roadway traffic striping was re -striped in 2000 according to information provided from the City, so environmental sampling for lead and chromium was not conducted. • The presence of the Southern Pacific railroad adjacent to the west of the site and crossing the 3201 Newport Boulevard portion of the site represents a REC based on the common applications of pesticides, petroleum hydrocarbons, and metals in railroad ROWs. • The following former facilities identified in Sanborn Fire Insurance Maps represent RECs: gasoline stations at 2920, 3020, and 3201 Newport Boulevard; a printing business at 3011 Newport Boulevard; and an auto repair shop at 3010 Newport Boulevard. • The open leaking underground storage tank case at 3001 Newport Boulevard represents a potential vapor encroachment condition and a REC. 3. OBJECTIVE The objective of this ADL survey and SI was to evaluate and characterize soil and groundwater at select locations that may be encountered within project limits of proposed construction activities. The soil analytical and groundwater analytical results were used to evaluate the management of excess soil and provide waste handling and disposal options. 208665003 R ADL & SI-rev2 l a Newport Boulevard and 32nd Street Newport Beach, California 4. SCOPE OF WORK November 23, 2015 Project No. 208665003 Ninyo & Moore performed the ADL survey and SI on June 18, 2015, in general accordance with the Ninyo & Moore proposal (Ninyo & Moore, 2014), and under the supervision of a Ninyo & Moore California Professional Geologist. 4.1. Site -Specific Health and Safety Plan (HSP) Ninyo & Moore prepared a site-specific HSP dated May 26, 2015. The site-specific HSP was reviewed and approved by a Ninyo & Moore Certified Industrial Hygienist. The HSP was reviewed by field personnel prior to the start of site activities. 4.2. Permits No permits were required, because the ADL survey and SI were conducted on behalf of the City. 4.3. Traffic Control Pedestrian and general traffic control was provided by E -NOR Innovations, Inc. (ENOR), a licensed subcontractor. 4.4. Boring Location Mark Out and Underground Service Alert (USA) Notification On June 15, 2015, Mr. Michael Cushner from Ninyo & Moore conducted a site walk to review the proposed boring locations to be sampled and used white marking paint to mark the boring locations. On June 15, 2015 Ninyo & Moore notified USA, and obtained inquiry identification numbers (A51661415, A51661419, A51661421, A51661424, A51661438, and A51661413) prior to starting work at the site. 4.5. Soil and Groundwater Sampling The following sections present the site sampling activities. Field procedures are described in Appendix A. Copies of the boring logs are included in Appendix B. 4.5.1. ADL On June 18, 2015, Ninyo & Moore advanced six soil borings within the City ROW (Figure 2). The borings were advanced using a 3 -inch stainless hand auger and sampled 208665003 R ADL & SI-reQ 2 Newport Boulevard and 32nd Street Newport Beach, California November 23, 2015 Project No. 208665003 to a depth of approximately 4 feet below ground surface (bgs) to collect samples for lead evaluation. Samples were collected at the surface, 1.5, 3 and 4 feet bgs. A total of 24 ADL soil samples were collected, and each placed in two 4 -ounce glass jars. 4.5.2. SI and Groundwater Four of the six soil borings were also advanced and sampled to first encountered groundwater for the SI. A soil sample was collected at surface and 5 feet bgs. Soil samples were also collected at 10 feet bgs in soil boring SII. Groundwater was encountered between 4 and 8 feet bgs. A total of 9 SI soil samples were collected using United States Environmental Protection Agency (EPA) preservation Method 5035 for volatile organic compound (VOCs) analysis and then the samples were placed in two 4 -ounce glass jars. A total of four groundwater samples were collected via HydroPunchTm. Samples were transferred to laboratory provided containers. Soil samples were logged in accordance with the Unified Soil Classification System (USCS) and field screened for VOCs using a photo -ionization detector, calibrated with 100 parts per million (ppm) hexane. Sample containers were labeled with the boring number and sample depth. Sampling information, time, date of sample collection, sample matrix type, turn -around -time, container type, requested analysis, and other information were recorded on the chain -of - custody (COC) form. Soil and groundwater samples were stored in an ice cooled chest and transported under signed COC to Orange Coast Analytical, Inc. (OCA), a laboratory certified by the State of California, Department of Health Services Environmental Laboratory Accreditation Program. After sampling was completed, the soil borings were backfilled with hydrated bentonite to 0.5 feet of existing ground surface and capped with native soil or patched with concrete to match original grade. 208665003 R ADL & SI-reQ 3 . Newport Boulevard and 32nd Street Newport Beach, California 4.6. Decontamination November 23, 2015 Project No. 208665003 Clean and decontaminated sampling equipment was used for each borehole location. Sampling equipment was either new or decontaminated before each sample to prevent introduction of foreign materials and cross -contamination. 4.7. Investigative Derived Wastes Soil cuttings and decontamination water generated during the advancement of soil borings and soil sampling were containerized in a 55 -gallon Department of Transportation -approved drums, labeled, and stored in a secure on-site location designated by the City pending off- site disposal. The drums were transported by a licensed waste hauling subcontractor on July 22, 2015, to an appropriate waste handling facility following proper waste characterization. The waste manifests are included in Appendix C. 4.8. Laboratory Analysis ADL soil samples were analyzed for total lead in accordance with EPA Method 6010B. SI soil samples were analyzed for Title 22 Metals by EPA Method 6010B/7471A; VOCs by EPA Method 5035/8260B; and TPH as gasoline, diesel, and oil (TPHg, TPHd, and TPHo) by EPA Method 8015B, respectively. SI groundwater samples were analyzed for Title 22 Metals by EPA Method 6010B/7471A; VOCs by EPA Method 8260B; and TPHg, TPHd, and TPHo by EPA Method 8015B. The laboratory homogenized the samples prior to analysis for lead or CAM 17 Title 22 Metals. Samples submitted for TPH and VOC analysis were not homogenized. 5. ANALYTICAL RESULTS Laboratory analytical results of soil and groundwater samples collected are summarized in Tables 1 through 3. Analytical report is presented in Appendix D. Analytical results for the soil and groundwater samples are summarized as follows: • Groundwater was encountered in borings from approximately 4 to 8 feet bgs. 208665003 R ADL & SI,eQ 4 Newport Boulevard and 32nd Street November 23, 2015 Newport Beach, California Project No. 208665003 • Detectable concentrations of lead were reported in the ADL samples from depths ranging from 0.5 to 4 feet bgs, but not at levels that would cause the soil to be hazardous when disturbed (Table 1). Lead concentrations ranged from non-detectable to 31 milligrams per kilogram (mg/kg). The lead concentrations are below the regulatory screening criteria and, based on these results, soluble or leachable tests were not required. • Detectable concentrations of various Title 22 Metals were reported in the SI samples from depths ranging from 0.5 to 5 feet bgs, but not at levels that would cause the soil to be hazardous when disturbed. • Concentrations of VOCs were not detected above practical quantitation limits (PQLs) in the SI soil samples analyzed with the exception of samples SII -5 and SII -10 as presented in Table 2. • Concentrations of TPHs of C4 to C12 (gasoline range) were not detected above the PQL in the soil samples analyzed with the exception of samples SI1-5 and SII -10 with concentrations of 1,400 and 1,100 mg/kg, respectively. These concentrations exceeded their regulatory screening levels for protection of groundwater at depths of less than or equal to 20 feet (RWQCB, 1996). Concentrations of TPHs in the carbon range of C13 to C22 (diesel range) and C23 to C32 (oil range) ranged from non -detect to 79 mg/kg. The remaining TPH (> C32) concentrations were not detected above the PQL. Soil concentration detections are presented in Table 2. Detectable concentrations of various Title 22 Metals were reported in the groundwater samples, but not at levels that would cause the water to be hazardous. Groundwater concentration detections are presented in Table 3. Concentrations of VOCs were not detected above PQLs in the groundwater samples ana- lyzed with the exception of relatively low levels of benzene, ethylbenzene, isopropylbenzene, naphthalene, n-propylbenzene, total xylenes, and 1, 3, 5— trimethylbenzene detected in sample SII -GW. The VOC concentrations detected were not at levels that would cause the groundwater to be hazardous. However, concentrations of ben- zene detected in SI1-GW and SI3-GW exceeds the State of California's maximum contaminant level (MCL) drinking water standard of 1 gg/L. • Concentrations of TPHs of C4 to C12 (gasoline range) were not detected above the PQL in the groundwater samples analyzed with the exception of samples SII -GW and SI4-GW with concentrations of 3,000 and 1,100 milligrams per liter (mg/L), respectively. Concentrations of TPHs in the carbon range of C13 to C22 (diesel ranges), C23 to C32 (oil ranges), and > C32 ranged from non -detect to 0.46 mg/L. 208665003 R ADL & SI-rev2 S & Newport Boulevard and 32nd Street November 23, 2015 Newport Beach, California Project No. 208665003 6. CONCLUSIONS AND RECOMMENDATIONS Based on the results of this ADL survey and SI, soil concentrations of lead, VOCs and TPH were reported below the screening criteria with the exception of TPH gas range detected in sample SIl at approximately 5 and 10 feet bgs at concentrations of 1,100 and 1,400 mg/kg. If soil is excavated at this location, it should be managed and disposed of as TPH-impacted non- hazardous waste at an appropriate landfill or treatment facility. Due to the presence of VOCs soil excavated in the vicinity of boring SIl should be monitored on a full time basis by the contractor in accordance with the South Coast Air Quality Management District (SCAQMD) Rule 1166. The limits of soil to be monitored are the proposed right of way and bike lane to the northern site location boundary, and 280 feet to the south of boring SI1 along the proposed bike lane on the western portion of Newport Boulevard. A "Various Locations 1166 Permit" will be required. In addition, if any discolored or odiferous soil is encountered in other areas during construction, work at this location should stop, and the soil should be monitored and handled in accordance with SCAQMD Rule 1166. Detectable concentrations of various Title 22 Metals were reported in the groundwater samples, but not at levels that would cause the groundwater to be hazardous or require treatment. Benzene concentrations (in SIl and SI3) were reported to exceed the MCL value of 1 gg/L in groundwater. Constituents analyzed were based on what was most likely anticipated based on previous field investigations for the project and did not include all constituents tested per the Orange County Sanitation District (OCSD) special discharge permit. None of the constituents analyzed exceeded the maximum OCSD permit limits. An OCSD permit will be required to discharge any groundwater encountered from these locations (SII, SI3, and SI4). This permit requires submitting a groundwater sample to be analyzed and if any constituents are found at that time which exceed the OCSD permit limits, then the contractor must either dispose of the groundwater offsite or treat it so the constituent levels are lower than the OCSD permit limits. 208665003 R ADL & SI- 0 6 Newport Boulevard and 32"d Street November 23, 2015 Newport Beach, California Project No. 208665003 If the contractor chooses to treat the groundwater on site, the process should be monitored in accordance with the site specific OCSD special discharge permit. 7. LIMITATIONS The services outlined in this report have been conducted in a manner generally consistent with current regulatory guidelines. No warranty, expressed or implied, is made regarding the professional opinions presented in this report. Ninyo & Moore's opinions are based on an analysis of observed conditions and on information obtained from third parties. It is likely that variations in soil conditions may exist which were beyond the scope of work. The samples collected and chemically analyzed and the observations made are believed to be representative of the general area evaluated; however, conditions can vary significantly between sampling locations. The interpretations and opinions contained in this report are based on the results of laboratory tests and analyses intended to detect the presence and measure the concentration of certain chemical or physical constituents in samples collected from the site. The analyses have been conducted by an independent laboratory, which is accredited by the United States EPA and/or certified by the State of California to conduct such analyses. Ninyo & Moore has no involvement in, or control over, such analyses and has no means of confirming the accuracy of laboratory results. Ninyo & Moore, therefore, disclaims any responsibility for inaccuracy in such laboratory results. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires any additional information, or has questions regarding content, interpretations presented, or completeness of this document. Opinions and judgments expressed herein, which are based on our understanding and interpretation of current regulatory standards, should not be construed as legal opinions. 208665003 R ADL & SI-reQ 7 Newport Boulevard and 32nd Street Newport Beach, California 8. REFERENCES November 23, 2015 Project No. 208665003 California Regional Water Quality Control Board (RWQCB), 1996, Interim Site Assessment and Cleanup Guidebook, Los Angeles and Ventura Counties, Region 4, May. Ninyo & Moore, 2013, Initial Site Assessment, Newport Boulevard/32nd Street Modification Project, Newport Beach, California, dated October 30. 208665003 R ADL & SI -rev? g Newport Boulevard and 32nd Street November 23, 2015 Newport Beach, California Project No. 208665003 TABLE 1- SOIL SAMPLE ANALYTICAL RESULTS - TOTAL LEAD Sample ID Date Sampled Lead by EPA Method 6010B (mg/kg) ADL 1-0.5 6/18/2015 3.5 ADL 1-1.5 6/18/2015 4.4 ADL1-3.0 6/18/2015 9.1 ADL 1-4.0 6/18/2015 13 ADL2-0.5 6/18/2015 3.7 ADL2-1.5 6/18/2015 12 ADL2-3.0 6/18/2015 7.4 ADL24.0 6/18/2015 5.6 ADL3 -0.5 6/18/2015 9.2 ADL3-1.5 6/18/2015 1.8 ADL3-3.0 6/18/2015 1.7 ADL3-4.0 6/18/2015 2.0 ADL4-0.5 6/18/2015 13 ADL4-1.5 6/18/2015 ND<0.5 0 ADL4-3.0 6/18/2015 ND<0.50 ADL4-4.0 6/18/2015 0.63 ADL5-1.0 6/18/2015 1.4 ADL5-1.5 6/18/2015 ND<0.50 ADL5-3.0 6/18/2015 3.6 ADL5-4.0 6/18/2015 1.8 ADL6-0.5 6/18/2015 23 ADL6-1.5 6/18/2015 31 ADL6-3.0 6/18/2015 1.1 ADL6-4.0 6/18/2015 1.0 SSLs TCLP (mg/1) STLC (mg/1) TTLC (mg/kg) 5 5 1,000 Regulatory Screening Criteria CHHSLs - Residential 80 CHHSLs - Commercial/Industrial 320 RSLs - Residential 400 RSLs - Industrial 800 Notes: EPA - United States Environmental Protection Agency CHHSLs - California Human Health Screening Levels (January 2005) RSLs - EPA Region 9, Regional Screening Levels (June 2015) ID - identification ND - not detected above the Practical Quantitation Limit - see laboratory report for additional details mg/1- milligrams per liter mg/kg - milligrams per kilogram SSLs - soil screening levels for Federal (RCRA - TCLP) and State (Title 22 - STLC, TTLC) Hazardous Waste Criteria STLC - Soluble Threshold Limit Concentration TCLP - Toxicity Characteristic Leaching Procedure TTLC -total threshold limit concentration 208665003 T ADL & LSI -r-3 Newport Boulevard and 32nd Street November 23, 2015 Newport Beach, California Project No. 208665003 TABLE 2 - SOIL SAMPLE ANALYTICAL RESULTS - TPH, TITLE 22 METALS, AND VOCs Sample ID Dn4 Sampled Sll-05 6(18/2015 Sil-5 6/18x015 88U 51lC m+q i - - - - IS 5 IW 0.75 t 5 80 25 IS U.2 350 20 I 5 ' 24 25U - - - - - - - - - TTLC(m )1 500 1 1 10,(80 1 ]S 1 IW 1 2500 1 83100 1 2.500 1 LOW 1 20 1 3,500 1 2,W0 I IW 1 500 1 700 1 2400 1 5,—_ _ _ -it - RepuhtmvSclvmin Cri4ria CaIEM CHMU - 1 30 1 007 1 5,200 I I50 1 L7 100.0W 660 3,Wp 1 80 1 IH 1 380 1 1.600 1 380 1 5 1 53U 1 23.W0 CaI EPA CNHSIa-IndunVial Cal EPA 380 0.24 63,IXq 1,700 7.5 100.000 ?,200 38.000 x20 180 4,800 1G,OW 4.800 4,800 63 6.700 IW,WO s -Residential 31 0.6R IS,Om 160 ]I 120.000 23 3,100 400 9J 590 I.im J9U 3Y0 0.78 3Y0 23.Om ]80.000 3,Yp0,Wp 5,800 1,9m,000 3,800 3,ROp,Om 650.000 Lm EPA RBLc-L,doctnni1 470 1 3 122U,OW 2,300 9" 1 1,8f10,W01 350 47,OW 800 m 5,8W 22,Om S,WD 1 5,800 1 12 1 5,800 1350.Mi 12,OW()OV 1 58,0W,WD 1 25,000 1 9,9W,O00 1 17,W0 1 24,WO,W0 I 2,800,W0 5,1W DISC Back mlmd Concenirafion - - - - NA 12 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA - _ RWQC6 MSSts 100 IOO I'mO I,- NA NA NA NA NA NA NA NA NA NANA NA NA NA NA NA NA NA nTSC-D.tmm�wwTwa s�m.w,w•M c®mn nTsce,<I:,,amdc«,e,+�a�,m-DTsc<n<nnn,.n,;,.,w, s,,,u,w„ c,nc.,�a Da<q�rm.w v,<m<cm<wmnn„madm+.,=t,2000) udtN N� F.w6mm,em� ew«tim, Ap<m' Awwm,d<xmnana<auns„<mi,�rr<er ,Aimaml,�<am.�,r29Ds1 eP.s RSIs-erw Ren�„9, x�aw s�<nn,�:1.<.nn rx�idnnml «,d <nm,mal,nu �..,,nd<,<a ID-idemifatim l,.0 201s NA-rca andante aaiW Q,c,nitatim,l,uv4�<u lal,malmvrgnl(m addriaald4ih myn-vunyn� irtR Pv ,qh-m Pxlnn 5-m m FN<i»I fRCRA-TCLP) aW:Na,v(Talv22-STLC. TTI.C)Haaardos Wnn<Cmau a,vl Pewiwn,tHvia<,Lwn � Eto�oev TTG' -Tool Tlvwimid ti,ni[cu aum e mn<InnQiN � P ftN'QCB-reµimul waer9,nlm<,nnrnl M1,mN M581s-,muvnwn <alaomwp limn �:rswl ba,Mn Yl,va e�.ne8rewtlwa,m(RWQCE. 1996) 2DR66sop3rADLersl.r<�a ,���' �®�'� Newport Boulevard and 32nd Street Newport Beach, California TABLE 3 - GROUNDWATER SAMPLE ANALYTICAL RESULTS - TPH, TITLE 22 METALS, AND VOCs November 23, 2015 Project No. 208665003 ugrl.ID Dnm S.mped2 TP!!(ngjl3 ➢eel90um CvdMwn Chromium Co0v0 TIUe22 MewN by EPA MetMd 6UlU➢(mgyL) Meleury Molybdenum TM1aRmn Vamdium 1,314 TrMwt vlbereme TrMtt yOCe q'EPA h(eNod 82608 (up/1) IJ,S- 4CM1bro- n➢utyl sec-➢Wyl IwproM- rvProlr34 Toml 140pra19'4 bemebo ml0ene -henme -0enxem FahY➢m�e w.me„e M12'➢H NvpM1lhvkrc benrm Xvlenm �� uD!S.0 b15 J,Orq bu NP'OJ ND!0.3 NOm to Dos NP:OUIo NIY .¢0444 NOm 0010 Np-0030 0 NDm. NDm.010 ND!o.10 ND�0.0 ND<5.0 14 <. 160 ND6.0 SL 6/IFI2415 BOy9 NM.SU NSTU,I NP03 MT0.a f�010 038 MX0010 NP9-OaU U4i1 4.0! 0f1's9 0041 NDW 0010 ND.O.OsO 00# NO<0.40 ND�QDID WD.410 0.09510 0.11 NDc0.50 WSU ND:¢50 ND:U SU NOW.SU NbN.50 ND.45U ND.O. SU MI:O_50 ND<Ll1 NPL,50 Np. O NIX4.50 SI?-Ol4 6/IPR015 ND!5l� NN0.1 ND=O? MY.03 NMO.YO 0.04 OOPI N1N-9010 MY -O IX40 ¢413 NIY-0010 NfY0.010 NU�4.040 ND�0.00I0 NO<0050 NIH0.010 ND<U.10 MYLOIO MY -D.10 NP<0.010 ND<OOM OSf n53 X0.50 ND!0.50 ND!0.50 tt 14 50 9.2 to 26 OS> 4.6 S1401V 6II32015 S,{6D N(J<01 NIX03 NIXO? MK0.10 iJIX0.010 014 ND<0.010 Np<90014 0.01'1 I.M<O.OIO 0.42 NDW.040 -.00f0 NfA0030 NDN.O10 NDW.10 NOw 010 ND<010 U.Ui9 0.028 068 13 !A.50 1.} 0.1? 2.0 -1.9 I^ 22 089 NA050 1.6 ."..2 NPDES Diaehu;e L�miwli, D.I 01 01 Nfi 6.3 036 Pl NL 00094 005 Nfi 0.0031 0.0035 0.000051 Th O.00R3 0011 4003: O.W6} NL OOP6 NH NE tJi. T2 NL 20 NL M t.1 NL NE I: mmnWd Pe�emw iPmry nl pmmnOm wend ,.. nuono.r..w1 ta.OmOmd dnvb MN-a�w�canitiMvn lelell nMyl bald Nre1 �u.omnpnmN 208665003 T ADL & LSI-ree3%7yyV- 'Msr% r— �4Gs'�` r 66 a i r.' wV REFERENCE: 52ND EDITION, THOMAS GUIDE FOR LOS ANGELES/ORANGE COUNTIES, STREET GUIDE AND DIRECTORY SCALE IN FEET 0 2,400 4,800 NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. Map 0 Rand McNally, 81.07-S-129 PROJECT NO. DATE 208665003 11/15 SITE LOCATION 3201 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA r S�`usra FIGURE 1 { t FIGURE 1 Newport Boulevard and 32nd Street Newport Beach, California APPENDIX A FIELD PROCEDURES 208665003 R ADL & SI-rev2 November 23, 2015 Project No. 208665003 Newport Boulevard and 32nd Street Appendix A Newport Beach, California Project No. 208665003 FIELD PROCEDURES Hand Auger Soil Sampling Procedures A 3 -inch stainless steel hand auger bucket is attached to an extension rod and "T" handle using threaded nuts or locking pins. If concrete or asphalt is present it must be cored prior to hand- augering. The auger is advanced into the soil by hand while simultaneously rotating and putting downward pressure on the T -handle. The bucket is retrieved periodically (typically every 3 to 5 inches). The sample is collected, once the target sample depth is reached, by emptying the contents (i.e., soil cuttings) of the bucket into a laboratory provided 4 -ounce glass sample jar with Teflon lid. Care will be exercised to collect samples from the bucket representative of the sampling target depth. Soil cuttings will be profiled and disposed in accordance with the Soil Classification and Investigative Derived Waste Standard Operating Procedures see below. Soil Classification Soil cuttings, the soil from the shoe of the sampler, and the remaining sleeves will be examined and logged. Soil characterization information, including soil type (e.g., fill, native soil, or bedrock) will be recorded on boring logs in accordance with the Unified Soil Classification System. Soil descriptions, sample type and depth, blows per foot, texture, color, density or consistency, odor, an estimate of soil moisture content, and related drilling information will be recorded in general accordance on boring logs. Boring logs will be reviewed by a Ninyo & Moore California licensed Professional Geologist or Civil Engineer. EPA 5035 Soil Sampling Procedures If a soil sample is to be analyzed for volatile organic compound, the sample will be collected in accordance with United States Environmental Protection Agency (EPA) Method 5035 and following the California Department Toxic Substances Control (DISC) Method 5035 Guidance Document, dated November, 2004. 208665003 R ADL & SI-rev2 1 Newport Boulevard and 32nd Street Appendix A Newport Beach, California Project No. 208665003 Soil collected in glass jars or the soil remaining in the acetate tubing will be used for the EPA Method 5035 sample preservation. An Encore or plastic syringe will be used to collect three samples of approximately 5 grams of soil from the sample. If using the plastic syringe, two of the 5 -gram soil samples are ejected into two pre -weighed, laboratory supplied, 40 -milliliter volatile organic analysis (VOA) vials containing sodium bisulfate preservative and one 5 -gram soil sample is ejected into a 40 -milliliter VOA vile containing methanol. A new Encore TM or syringe is used for each sampling interval. A sample label is placed on the EncoreTM bag or VOA vials with the sample number, location, and date recorded on the label. The EncoreTM bags or VOA vials are placed in a zip -lock bag. Encores TM or VOA vials collected at a specific sample location and depth were placed in one zip - lock bag. The zip -lock bag and its contents will be stored in a cooler chilled using ice to a temperature of approximately 4 degrees Celsius. Decontamination Procedures Reusable equipment will be decontaminated prior to each use by brushing and/or washing with a non -phosphate detergent and tap water; followed by two tap water rinses. The equipment will be allowed to air dry or dried with paper towels prior to reuse. Disposable equipment intended for one-time use will not be decontaminated but will be packaged for appropriate disposal. Investigative Derived Waste Handling Procedures Soil cuttings, waste groundwater, and decontamination water from the investigation will be stored on site in Department of Transportation -approved 55 -gallon drums or 10 -yard bins. The containers will be labeled with generator information including: site name and address, generator name and phone number, contents, date of accumulation, and hazardous waste classification. Contents will be classified as hazardous or non -hazardous before disposal of the waste to a licensed recycling facility by a licensed transporter. Other investigative -derived waste will be collected in large trash bags and disposed as normal non -hazardous waste. 208665003 R ADL & SI-mQ 2JV'J7-V0-*U'3rP- Newport Boulevard and 32nd Street Newport Beach, California APPENDIX B BORING LOGS 208665003 R ADL & Sl,2 November 23, 2015 Project No. 208665003 SOIL CLASSIFICATION CHART PER ASTM D 2488 CLEAN GRAVEL less than 5% fines GRAVEL SAND with GRAVEL with GRAVEL with more than 50% of DUAL GRAINED CLASSIFICATIONS coarse 5% to 12% fines fraction 12% fines retained on SILT and No. 4 sieve No. 200 sieve SAND SAND with GRAVEL with COARSE- of coarse FINES GRAINED 5% to 12% fines more than SOILS No. 4 sieve 12% fines more than SILT and INORGANIC No. 200 sieve CLAY 50% retained SW CLEAN SAND on No. 200 poorly graded SAND less than 5% fines sieve SP -SM Highly SAND SAND with 50% or more DUAL of coarse CLASSIFICATIONS fraction 5% to 12% fines passes 50% or No. 4 sieve poorly graded GRAVEL with clay SAND with FINES more than 12% fines SILT and INORGANIC CLAY liquid limit FINE- less than 50% GP GRAINED GW -GM ORGANIC SOILS poorly graded GRAVEL with silt GW -GC 50% or GP -GC poorly graded GRAVEL with clay more passes SILT and INORGANIC No. 200 sieve CLAY silty, clayey GRAVEL SW liquid limit SP poorly graded SAND 50% or more ORGANIC SP -SM Highly Organic Soils GW well -graded GRAVEL GP poorly graded GRAVEL GW -GM well -graded GRAVEL with silt GP -GM poorly graded GRAVEL with silt GW -GC well -graded GRAVEL with clay GP -GC poorly graded GRAVEL with clay GM silty GRAVEL GC clayey GRAVEL GC -GM silty, clayey GRAVEL SW well -graded SAND SP poorly graded SAND SW -SM well -graded SAND with silt SP -SM poorly graded SAND with silt SW -SC well -graded SAND with clay SP -SC poorly graded SAND with clay SM silty SAND SC clayey SAND SC -SM silty, clayey SAND CL lean CLAY ML SILT CL -ML silty CLAY OL (PI > 4) organic CLAY OL (PI < 4) organic SILT CH fat CLAY MH elastic SILT OH (plots on or above "A" -line) organic CLAY OH (plots below W -line) organic SILT PT Peat APPARENT DENSITY - COARSE-GRAINED SOIL > 12" > 12" Larger than prAUTOMATIC Fl� Cobbles 3.12" 3 -12" Fist -sized to lt�- # 3 !t�� f�5��€ Coarse 3/4 - 3" 3/4 - 3" Thumb -sized to fist -sized Gravel Fine #4 - 3/4" 0.19 - 0.75" Pea-sized to thumb -sized Coarse #10 - #4 0.079 - 0.19° Rock -salt -sized to pea-sized Sand Medium ®® 0.017 - 0.079" 1 ® 1 GRAIN SIZE Boulders > 12" > 12" Larger than prAUTOMATIC basketball -sized Cobbles 3.12" 3 -12" Fist -sized to lt�- # 1 �€i E 4II basketball -sized f�5��€ Coarse 3/4 - 3" 3/4 - 3" Thumb -sized to fist -sized Gravel Fine #4 - 3/4" 0.19 - 0.75" Pea-sized to thumb -sized Coarse #10 - #4 0.079 - 0.19° Rock -salt -sized to pea-sized Sand Medium #40 - #10 0.017 - 0.079" Sugar -sized to rock -salt -sized Fine 9200 - #40 0.0029- Flour -sized to 0.017" sugar -sized Fines Passing #200 < 0.0029" Flour -sized and smaller PLASTICITY CHART 70 e 60 50 X CH or OH W 0 40 Z >- 30 ~ CL or OL MH or OH U F 20 W J 10 a. 7 �_Z_CL-ML ML or OL 4 0 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT (LL), % USCS METHOD OF SOIL CLASSIFICATION Explanation of USCS Method of Soil Classification CONSISTENCY'SOIL 4 prAUTOMATIC TRIP HAMMER Lip !Iglu lii �y lt�- # 1 �€i E 4II f�5��€ p .. i..iE:3i>L ESiMIN, ( �{ I! USCS METHOD OF SOIL CLASSIFICATION Explanation of USCS Method of Soil Classification U) � (L E o Y Z O U) = ° BORING LOG EXPLANATION SHEET _ o U U) ZUi W :E�Ui co LU 5> m0 m O o J U D Bulk sample. Modified split -barrel drive sampler. No recovery with modified split -barrel drive sampler. Sample retained by others. Standard Penetration Test (SPT). 5 No recovery with a SPT. XX/XX Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Seepage. 10 SZ Groundwater encountered during drilling. s Groundwater measured after drilling. SM MAJOR MATERIAL TYPE (SOIL): Solid line denotes unit change. -- — -- --- CL --------------------------------- Dashed line denotes material change. Attitudes: Strike/Dip b: Bedding c: Contact 15 j: Joint f. Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Shear Bedding Surface The total depth line is a solid line that is drawn at the bottom of the boring. BORING LOG #07 Explanation of Boring Log Symbols PROJECT NO. DATE FIGURE W W a DATE DRILLED 6/18/15 BORING NO. S11/ADLI o o Cl) a W z GROUND ELEVATION 5'± (MSL) SHEET I OF 1 W > E m U vi �? n U a tL u� METHOD OF DRILLING Hand Auger/Direct Push a O Q z p c}n o 5 >m J DRIVE WEIGHT NA DROP NA [0 U O SAMPLED BY JEy LOGGED BY JEy REVIEWED BY JJR DESCRIPTION/INTERPRETATION 0 ADL1-0.5 0.0 SM FILL: S11-0.5 Brown, moist, silty SAND. ADLl-1.5 ADLI-3.0 ADLl-4.0 SI1-5.0 64.6 5 Dark gray; petroleum odor. Groundwater encountered at 8 feet below ground surface. SI1-10 84.3 10 Total Depth = 12 feet. Groundwater sample SI1-GW collected at approximately 12 feet. Backfilled with hydrated bentonite on 6/18/15. Note: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the I S report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. 20 • p BORING LOG NEWPORT BOULEVARD AND 32ND STREET MODIFICATION PROJECT CX NEWPORT BEACH, CALIFORNIA PROJECTNO. DATE FIGURE 208665003 11115 B-1 0) W W DATE DRILLED 6/18/15 BORING NO. s12/ADL2 oo N a Z o GROUND ELEVATION 5'±(MSL) SHEET I OF 1 E W 7 J M U� �? (LCL �_ g u v� METHOD OF DRILLING Hand Auger/ Direct Push CL o S ,> m g DRIVE WEIGHT NA DROP NA m� O U SAMPLED BY JEv LOGGED BY JEv REVIEWED BY JJR DESCRIPTION/INTERPRETATION 0 ADL2-o.s 0.0 ASPHALT: s12-o.s SW roximatel 5 inches thick. FILL: Reddish brown, moist, well -graded SAND. ADL2-1.5 ADL2-3.0 ADL2-4.0 s12-5.0 0.0 _ Groundwater encountered at 4.5 feet below ground surface. 5 - Total Depth = 8 feet. Groundwater sample SI2-GW collected at approximately 8 feet. Backfilled with hydrated bentonite on 6/18/15. Note: 10 Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. 15 20 BORING LOG p_ NEWPORT BOULEVARD AND 32ND STREET MODIFICATION PROJECT GX NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665003 11/is B-2 U) uJ DATE DRILLED 6/18/15 BORING NO. S13/ADL6 5 O o W a wGROUND z ELEVATION 5'±(MSL) SHEET 1 OF 1 v O LL w ¢ — O 6(n �? n—'.U a METHOD OF DRILLING Hand Auger/ Direct Push n' O Q zv O a) cn �_ o 5> m m J DRIVE WEIGHT NA DROP NA mo W v O SAMPLED BY JEy LOGGED BY JEy REVIEWED BY JJR DESCRIPTION/INTERPRETATION o ASPHALT: 4 inches thick. ADL645 1.7 SW'Approximately ROCK BASE: S13-0.5 ADL6-1.5 proximately 2 inches thick. FILL: Reddish brown, moist, well -graded SAND. ADL6-3.0 ADL6-4.0 5--N SI3-5.0 0.0 Groundwater encountered at 5 feet below ground surface. Total Depth = 8 feet. Groundwater sample S13 -GW collected at approximately 5 to 8 feet. Backfilled with hydrated bentonite on 6/18/15. Note: to Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. IS 20 BORING LOG p NEWPORT BOULEVARD AND 32ND STREET MODIFICATION PROJECT CX NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665003 1 11!15 B-3 w J (LCK DATE DRILLED 6/18/15 BORING NO. SI4/ADL3 < O o a uJ J 'O Z o ¢vi GROUND ELEVATION 5'±(MSL) SHEET I OF I v ui Q-� _ _ 0) tL co METHOD OF DRILLING Hand Auger/ Direct Push CL O Q z Q O t i � o > m ( ¢ DRIVE WEIGHT NA DROP NA O SAMPLED BY JEv LOGGED BY JEv REVIEWED BY JJR DESCRIPTION/INTERPRETATION 0 ASPHALT: SI4-0.50 o SW roximatel 5 inches thick. FILL: ADL3-0.5 Reddish brown, moist, well -graded SAND. ADL3-1.5 ADL3-3.0 -- SC ----------------- 'Dark gray, moist, clayey SAND; petroleum odor. Groundwater encountered at 4.5 feet below ground surface. 5- S14-5.0 >9999 Total Depth = 8 feet. Groundwater sample SI4-GW collected at approximately 4 to 8 feet. Backfilled with hydrated bentonite on 6/18/15. Note: 10 Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. 1s 20 BORING LOG Ma p NEWPORT BOULEVARD AND 32ND STREET MODIFICATION PROJECT CX NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665003 11115 B-4 U) W DATE DRILLED 6/18/15 BORING NO. ADL4 O o 0 w Z - GROUND ELEVATION 5'± (MSL) SHEET 1 OF 1 v O wCO o 6-.4 U¢- a LL (? METHOD OF DRILLING Hand Auger/ Direct Push 0- W 'm < zv W = ; m < DRIVE WEIGHT NA DROP NA p U 0 SAMPLED BY JEV LOGGED BY JEy REVIEWED BY JJR DESCRIPTION/INTERPRETATION 0 CONCRETE: SW roximately 4 inches thick. ADL4-0.5 FILL: Reddish brown, moist, well -graded SAND. ADL4-1.5 ADL4-3.0 ADL4-4.0 Total Depth = 4 feet. Groundwater was not encountered. 5 Backfilled with hydrated bentonite on 6/18/15. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. 10 1s 20 o BORING LOG NEWPORT BOULEVARD AND 32ND STREET MODIFICATION PROJECT NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665003 1 11!15 B-5 to Uj DATE DRILLED 6/18/15 BORING NO. ADL5 (D V) 0 0 U) 0 z 0 GROUND ELEVATION 5'±(MSL) SHEET 1 OF I 0 LU0 CL § co - CL o V) rL METHOD OF DRILLING Hand Auger/ Direct Push CL0 Lu e < 5; 2— < 3 U) U) a) -, 'S . > U) DRIVE WEIGHT NA DROP NA 0 SAMPLED BY JEV LOGGED BY jEv REVIEWED BY JJR DESCRIPTION/INTERPRETATION 0 ASPHALT: J_ pproximately 3 inches thick. ADL5-1,0 SW CONCRETE SLURRY: ADL5-1.5 roximatel 6 inches thick. FILL: Reddish brown, moist, well -graded SAND. ADL5-3.0 ADL5-4.0 Total Depth = 4 feet. Groundwater was not encountered. 5 Backfilled with hydrated bentonite on 6/18/15. Note: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. 10 15 20 BORINGLOG NEWPORT BOULEVARD AND 32ND STREET MODIFICATION PROJECT OL NEWPORT BEACH, CALIFORNIA PROJECT NO. DATE FIGURE 208665003 11/15 1 B-6 Newport Boulevard and 32nd Street Newport Beach, California APPENDIX C WASTE MANIFEST November 23, 2015 Project No. 208665003 208665003 R ADL & SI-rev2 - Newport Boulevard and 32nd Street Newport Beach, California APPENDIX D LABORATORY REPORT 208665003 R ADL & SI -re 2 November 23, 2015 Project No. 208665003 ,1 Orange Coast Analytical, Inc. 1W 3002 Dow, Suite 532, Tustin, CA 92780 (714) 832-0064 Fax (714) 832-0067 vagggft 4620 E. Elwood, Suite 4, Phoenix, AZ 85040 (480) 736-0960 Fax(480)736-0970 LABORATORY REPORT FORM ORANGE COAST ANALYTICAL, INC. 3002 Dow Suite 532 Tustin, CA 92780 (714) 832-0064 Laboratory Certification (FLAP) No.: 2576 Expiration Date: 2017 Los Angeles County Sanitation District Lab ID# 10206 Laboratory Director's Name: Mark Noorani Client: Ninyo & Moore Laboratory Reference: NAM 20063 Project Name: Newport Project Number: Date Received: 6/18/2015 Date Reported: 6/26/2015 Chain of Custody Received: Se Analytical Method: 80158, 8260B, 6010B, 7471 A, 7470A, Mark Noorani, Laboratory Director ©This report may only be reproduced in full. Any partial reproduction of this report requires written permission from Orange Coast Analytical, Inc. Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Case Narrative Sample Receipt: All samples on the Chain of Custody were received by OCA at OQC, on ice. Holding Times: All samples were analyzed within required holding times unless otherwise noted in the data qualifier section of the report. Analytical Methods: Sample analysis was performed following the analytical methods listed on the cover page. Data Qualifiers: Within this report, data qualifiers may have been assigned to clarify deviations in common laboratory procedures or any divergence from laboratory QA/QC criteria. If a data qualifier has been used, it will appear in the back of the report along with its description. All method QA/QC criteria have been met unless otherwise noted in the data qualifier section. Definition of Terms: The definitions of common terms and acronyms used in the report have been placed at the back of the report to assist data users. Comments: None ©Orange Coast Analytical, Inc 2 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Client Sample Summary Client Sample ID Lab Sample Date Date Matrix Number Received Sampled ...#Ti.dt3'!9-NEtlAFIsWt�'.figj91"�lli��,9y€i6'Gli4#13LiliJS,'�1:8:.� k,.P..,,3t�'� �I!@'�h'ni'd'.wi Nri��i�Rli,G6�tti�al2i��YtfJ! tlt g�.'hkiS"' I�&FkKi�".4i'�KSLfi@S�i�§�lPkiAlttKiei3',� iB:�3trei#4&4G3H54�.+9�3t'1i711HiR39��xbb�Fa�'9Efl �3t�3 <t4.Cid[aiY'dP,IR?d!'7'6'&IIIN.�1,'ik`4:; ADI -2-0.5 20063-001 6/18/2015 6/18/2015 Soil S12-0.5 20063-002 6/18/2015 6/18/2015 Soil ADI -2-1.5 20063-003 6/18/2015 6/18/2015 Soil ADI -2-3.0 20063-004 6/18/2015 6/18/2015 Soil ADI -2-4.0 20063-005 6/18/2015 6/18/2015 Soil S12-5.0 20063-006 6/18/2015 6/18/2015 Soil S12 -GW 20063-007 6/18/2015 6/18/2015 Water ADI -3-0.5 20063-008 6/18/2015 6/18/2015 Soil S14-0.5 20063-009 6/18/2015 6/18/2015 Soil ADI -3-1.5 20063-010 6/18/2015 6/18/2015 Soil ADL3-3.0 20063-011 6/18/2015 6/18/2015 Soil ADL3-4.0 20063-012 6/18/2015 6/18/2015 Soil S14-5.0 20063-013 6/18/2015 6/18/2015 Soil S14 -GW 20063-014 6/18/2015 6/18/2015 Water ADI -4-0.5 20063-015 6/18/2015 6/18/2015 Soil ADI -4-1.5 20063-016 6/18/2015 6/18/2015 Soil ADI -4-3.0 20063-017 6/18/2015 6/18/2015 Soil ADI -4-4.0 20063-018 6/18/2015 6/18/2015 Soil ADI -5-1.0 20063-019 6/18/2015 6/18/2015 Soil ADI -6-1.5 20063-020 6/18/2015 6/18/2015 Soil ADL5-3.0 20063-021 6/18/2015 6/18/2015 Soil ADI -5-4.0 20063-022 6/18/2015 6/18/2015 Soil ADLi-0.5 20063-023 6/18/2015 6/18/2015 Soil S11-0.5 20063-024 6/18/2015 6/18/2015 Soil ADL -1-1.5 20063-025 6/18/2015 6/18/2015 Soil ADL1-3.0 20063-026 6/18/2015 6/18/2015 Soil ADL1-4.0 20063-027 6/18/2015 6/18/2015 Soil S11-5 20063-028 6/18/2015 6/18/2015 Soil S11-10 20063-029 6/18/2015 6/18/2015 Soil SI1-GW 20063-030 6/18/2015 6/18/2015 Water S13-0.5 20063-031 6/18/2015 6/18/2015 Soil ©Orange Coast Analytical, Inc 3 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Client Sample Summary ©Orange Coast Analytical, Inc 4 of 72 6/26/2015 Lab Sample Date Date EI Client Sample ID Number Received Sampled Matrix —:a,i ¢h5 i iFeakk� t't ,mH"3R.i, fi�...6:.:k+:.t ifl JvifJt l➢'' 'a.�:...,"fLAFl 3'MY-0FJ d° i,2r, IiH,71ht�rg5.:�.t''® Io Uf4�h:,`d'sf:<�i�iW9ii§a4.3.�ffi�cl�rcNilH,tCi�°iY� p:1�i'.m-c�.epa1, ii dV147'�,tw � WH1, #iddIM3111+�viA'JSP:if�4'IIEhH #F.FiB&i&6H 5f1i�SCo➢gI1Hw4HWtk ADL6-0.5 20063-032 6/18/2015 6/18/2015 Soil ADL6-1.5 20063-033 6/18/2015 6/18/2015 Soil ADI -6-3.0 20063-034 6/18/2015 6/18/2015 Soil ADI -6-4.0 20063-035 6/18/2015 6/18/2015 Soil S13-5 20063-036 6/18/2015 6/18/2015 Soil S13 -GW 20063-037 6/18/2015 6/18/2015 Water ©Orange Coast Analytical, Inc 4 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Extractable Fuel Hydrocarbons (EPA 8015B) Data Qualifiers: None © Orange Coast Analytical, Inc 5 of 72 6/26/2015 Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S12-0.5 20063-002 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil w _' n34HNU'atSiH(51 fi[I83q.&INl uN�.IS :NGBMi!�dlri�i"�fR'rr J{�' 1�#EkNi(al.�l3w:al �sika36{kaAit[R�k�lik tll5,i}ffry�L.R»R4 4. 4..14ria iFfiF !�i6fl'ei.�t;.N8fi1G �`�41i SI�fiGd+.Y�VAdik�'.UR=.kzrYr�lP.T.�i6'slmtlBA!1kkfiL"k'Ni"di1+i"Ht3t-NOW 4L°Lt.itlt3L�Nl.eflr ih�'�tiimsuxTill;.°§�'pNUNiIR�@k81 'i�f.+P�tC4�iS4ii ANALYTE mg/kg Surrogate: % RC" C13 -C22 <10 Octacosane 149 Dilution Factor: 1 ' Acc Recovery: 66-157% Data Qualifiers: None S12-0.5 20063-002 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil j ._MIN ea?.JIrUM11l.104111HIN�31,I�D'�t�0L�3FA$.3]C�St �1.3°ti:�t�313Nr�ryi LI6fi1L�k'!'�1£ 'raA'I':Ta�'3:3G'HSfIIMll;l99t A9 �i,'4Y`H'AN{,A:£1IJ(L ANALYTE mg/ko et4d,ifl'�!ATii`[i.(Gits,�5'i'.G�dLLR�7di�i4 �?it�uR#?�0:.U8,Ud�t,+`li'(i iCdl.il;L"JiLi}4t�%�lE�3i!!?JiS�3!Fi.niik'TlEtte��IligirFl9d_q'�3i0N7&I["t� Surrogate: % RC C23 -C32 35 Octacosane 149 Dilution Factor: 1 " Acc Recovery: 66-157 % Data Qualifiers: None S12-0.5 20063-002 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil 24,1 �R IST33g;6� if.k!'i„i;H.Yi 3FYNdNtiS6J4d.L:LdN9Nbtif&IIItL NkI Aa.'fiH,F:332V 3Afiitt”-A%ikea WW, iPUi F'w.4tFc 26,.xtf.3i{1.813i�IliS.fe6�iR.l'u LC n&a 13il:id.N rii lk a3ttill�Wl�iJXeuitif3E:�k7flP4tri1133.iiL�EI<cb dkd�l3,3iu�iCdSi:SL.h9 .+U0.NJ ANALYTE mg/kg Surrogate: % RC" C33 -C44 <30 Octacosane 149 Dilution Factor: 1 " Acc Recovery: 66-157 % Data Qualifiers: None S12-5.0 20063-006 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil +J'., 1'�ta '�t3i;. xil •+t.i^�,( ie ��itf..-ifi(W tt .?�GF_.tf �flJr rfi-itd�tq � ..;Ii t)r a34:Y1 I.-Sn�.B+a � ii t'Mhb. .5 t6,.R ,>>M is l<; _i#fzn � fl4,�: II a .,ro P�'J! iii �gmt�Ft'"'i��. ANALYTE mg/kg Surrogate: % RCS C13 -C22 <10 Octacosane 119 Dilution Factor: 1 Acc Recovery: 66-157% Data Qualifiers: None S12-5.0 20063-006 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ANALYTE mg/kg Surrogate: % RC' C23 -C32 <30 Octacosane 119 Dilution Factor: 1 * Acc Recovery: 66-157 % Data Qualifiers: None © Orange Coast Analytical, Inc 5 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Extractable Fuel Hydrocarbons (EPA 8015B) ..ANALYTE Lab Sample Date Date Date Date Octacosane 139 Client Sample ID Number Received Sampled Extracted Analyzed Matrix S12-5.0 20063-006 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil '-u��t:��ua.ia���e,n iR� u>u�za � �te.� ,asci lw;cm�:�ux�.���;xs�tu�r�u.u�a�iui: ne�a;r� tsriamfunren�u�tcau�r,.wrx�fiurrup,au;a� a.:a+� ia;a�.a�€a���uur�nle�v���w^a�na�n�*a2K,e��n:.nru,zu�asm�oa�n3�a;��.nra�i;r'�avm�s��ue�utinn�� ANALYTE ma/kci Surrogate: % RCS F C33 -C44 <30 Octacosane 119 20063-013 Dilution Factor: 1 ANALYTE Ou..�?;r.mii„ia'.r'dna.,..iai..2u3r.i�ua�a'arwre.,vti.trti€d,ra.�.i.i.t��,a ma/ka ' Acc Recovery: 66-157% <10 Data Qualifiers: None Dilution Factor: 1 ` Acc Recovery: 66-157% Data Qualifiers: None S14-0.5 20063-009 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil (�?,yFfiN.h.tL„'4' I.:7;li�i,i a6tl,6si4tT,§i�'j(i!l.Ifi�H,fh' �0R!G3#A.a.�ka.�tM3't'A�dt� ANALYTE AY.�i]t,F:ntP�is �k�4 l�arii,FdGttiatUt�SdF� ma/ka .yel4`�A&hlaisY�b'IYaat3i �£t2t§G`�55.?€"k9 "kd.`YaktiS.�k`�N8 �'=k��&�:�4iL.G llrk;�l@ 4 P Hll.tft4Y?-itGHLi[�.1,74Y Surrogate: ,�� 11.�W^�itrJiuL il n�dNfGiHA,t! Itt9RM75�ka6.F(�R�k�3.Al� % RC' C13 -C22 <10 Octacosane 139 Dilution Factor: 1 Acc Recovery: 66-157 % Data Qualifiers: None S14-0.5 20063-009 _... ,. ,.,...,.,u...-. 6/18/2015 .. _...... _. 6/18/2015 6/22/2015 ,... , .. , e .. ,_. .. _. 6/24/2015 ..... Soil ..ANALYTE q.. ,a Surroaate:�.n�n % RC` C23 -C32 <30 Octacosane 139 Dilution Factor: 1 Acc Recovery: 66-157 % Data Qualifiers: None S14-0.5 20063-009 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil u�., n a �a �� , E r n �u-; i �, vv,�,,.nn..u, i � � e e-,• � i �w �u� . � �i� i� .�� ra nn�a e� �ru5 r �k r,E..�"z E u a� s,_� � � n i n �.. s�� a i . �u,i. n � pair «' � � i i �.�„u._z.1 iM�,.k,�v.�ai ANALYTE mg/kc Surrogate: % RC” C33 -C44 <30 Octacosane 139 Dilution Factor: 1 Acc Recovery: 66-157% Data Qualifiers: None S14-5.0 20063-013 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ANALYTE Ou..�?;r.mii„ia'.r'dna.,..iai..2u3r.i�ua�a'arwre.,vti.trti€d,ra.�.i.i.t��,a ma/ka Surrogate: % RC" C13 -C22 <10 Octacosane 118 Dilution Factor: 1 ` Acc Recovery: 66-157% Data Qualifiers: None © Orange Coast Analytical, Inc 6 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Extractable Fuel Hydrocarbons (EPA 80158) ANALYTE Lab Sample Date Date Date Date <10 Client Sample ID Number Received Sampled Extracted Analyzed Matrix S14-5.0 20063-013 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ma,e;����reA�sz�eaws„�e��r�,�s�r�..t,�;us�:�f�u.e-3A�:ssar c�a maa�s,�! mamwlra.,trebE,m.Ava,r�`�maauAir�ci�ra�3s?'<z�-��Aca�f;,u+;c ANALYTE ma/ka en�m�>��Ata>.. qua.-ui.m���ra>,�-nroafflwaaa�f�t�;ae.flfls� iumr�.�raa�a�s�irosl�.a.;aAs,fn:��r� Surrogate: % RC* C23 -C32 <30 ma/kg Octacosane 118 C23 -C32 Dilution Factor: 1 Octacosane 142 Dilution Factor: 1 * Acc Recovery: 66-157% * Acc Recovery: 66-157 % Data Qualifiers: None S11-0.5 20063-024 S14-5.0 20063-013 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil , , 17 U ilua1�YlW}tgN..1�iF,ItitflilAR,fHis walh5J:4 :_q,17''i�Sl ANALYTE LtkiiE�iif 1141 1i,}LS AYRSflL: ik f.rikY �i C�iidFf�la,24:11764 Se9H�. ti A:Ak$ ma/kg de 3e"56'J€�g01,1�N„IA.`A}16 5+1tG.kN3gq As2ilW�.,fl112.4t.Tb�.a^w6�Rlsk:YSi..k{4.it ilfl�llhti,�A. vp?E0.,� ,Y'I�hAlNli Surrogate: % RC* §,.f f1 �flA 7ihA5P,E6i1tI('R�� C33 -C44 <30 Octacosane 118 Dilution Factor: 1 * Acc Recovery: 66-157% Data Qualifiers: None S11-0.5 20063-024 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ANALYTE mg/ka Surrogate: -; RC* C13 -C22 <10 Octacosane 142 Dilution Factor: 1 * Acc Recovery: 66-157% Data Qualifiers: None S11-0.5 20063-024 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ani, i i, 1�11N,fl.win o -fl, i 1a�>ii Ldi ii it+a A,tF't hn3, �'-.�. U, v. Sxh k..is9 E t'thi.i� 'i'fT�` 191.1,91 II �cl; LL,'� ✓19,..1:,, tt.fi "'nil+ui>J? ANALYTE ma/kg Surrogate: % RC* C23 -C32 30 Octacosane 142 Dilution Factor: 1 * Acc Recovery: 66-157 % Data Qualifiers: None S11-0.5 20063-024 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil YGt �, vdY7W3wi>;ufil ltAll7.ft�t:,iC�,';31.u,�Wu r?si(lid,. ANALYTE (I II x.�'Y.lH Ia�I ..i1 1F.-JhflWrA141@T8i0,M11Ck mg/kg nn�4F111t,tib:,AA._d16,311.I.Uibi9'hffl Pi x.43. 1,11Ufi lt:li9 ,>atl �lIle-pvi..,�R.f'.i,t l�3r-ri ttll.AfS73144s. i,l;kUf A>Ji 3i4}i iR.Ay Surrogate: % RC* C33 -C44 <30 Octacosane 142 Dilution Factor: 1 * Acc Recovery: 66-157 % Data Qualifiers: None ©Orange Coast Analytical, Inc 7 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Extractable Fuel Hydrocarbons (EPA 8015B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S11-5 20063-028 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil '?tI NMtt�fi itdiEYd`krTiMhl'liV INIRMI'll,S9nDA.L MISKIWIC,!,Vl`P.n'4MR91=kdss ANALYTE iF,MMt3YM'tlN�ILWKI%4DOxi XMI.MlA'HIm.l@Lj�",,�"ll.'iO ma/kq ,&UKi m' illm6G iolli.II.'IiWI.kin C.I"httitu�i i',d"hSWi%flil,iC&1g3 M��.GS. L'fSMli�iit3 Surrogate: % RC` C13 -C22 79 Octacosane 123 Dilution Factor: 1 " Acc Recovery: 66-157 % Data Qualifiers: None S11-5 20063-028 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ffimL p�14➢IligNi 92�X�if9f➢ kt9#ri &2saf;�G ntiWh OR1 i1u"irrMlI- 11R ANALYTE ma/kp AriWKNOWgillM011W,IWON IWi14"MI'b.7.Afxk:8 MifiiNigmiffl"giml' 9IMA M.,I OU1111; iH,'i(�;AinM AhRP'OWN91IVIMNI Surrogate: % RC* C23 -C32 40 Octacosane 123 Dilution Factor: 1 * Acc Recovery: 66-157 % Data Qualifiers: None S115 20063-028 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ANALYTE mg/kg Surrogate: % RC* C33 -C44 <30 Octacosane 123 Dilution Factor: 1 * Acc Recovery: 66-157% Data Qualifiers: None S11-10 20063-029 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil j Irl z BPS „b7:^ s ,r i,l''i!"' „tfi i^e�M r,. •G ., IG�-i ,� + Ili . i7n.7 .. 4 °i34 #d!.I Wm IIs "MM, ,I a "N. i P si 0 4 iNdt4n =. ANALYTE mg/kg Surrogate: % RC* C13 -C22 20 Octacosane 122 Dilution Factor: 1 * Acc Recovery: 66-157 % Data Qualifiers: None S11-10 20063-029 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil NOf .,:.tlu gat::; 4u.a6ff31,h hIlNiFd§It lJ UF. It O`.;'!iI 13 �k re:l1'ue I�JI �h �3Uo1,111,4010i ANALYTE mg/kg Surrogate: % RC* C23 -C32 50 Octacosane 122 Dilution Factor: 1 * Acc Recovery: 66-157 % Data Qualifiers: None © Orange Coast Analytical, Inc 6/26/2015 8 of 72 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Extractable Fuel Hydrocarbons (EPA 80158) ANALYTE Lab Sample Date Date Date Date Octacosane 138 Client Sample ID Number Received Sampled Extracted Analyzed Matrix S11-10 20063-029 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil �R'LJAt&!'.�UC�i�iiNgi.lt i",i„kbT�t�l T..ltlJ£!UtleB.i�kkthi€�l.(�JflitY.A+il�t3!eiir`!L. £�,di5Vh2G(C42aCi, z;t1.tR�'4i4tl.�i:� �1�1H�t� d' tl Ii dI515:,s�SSY�%S.i[.fG�Ai'd�iltac�F�8t45 t�k#Is�"�ts'0 iU}1Wk7XlI.dAtY.S'�.NY;.GC4�IWi s Jf.. ui3i 9k 4ktiAx�,lYCu1S�”k'slGb-a�PEkl.1CaPPollli�^i€�i(ei,�„ ANALYTE ma/ka <30 Surrogate: % RC" C33 -C44 <30 Octacosane 122 20063-036 6/18/2015 Dilution Factor: 1 ANALYTE mg/ka Ace Recovery: 66-157 % <10 Data Qualifiers: None Dilution Factor: 1 ' Ace Recovery: 66-157 % S13-0.5 20063-031 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil t _jk�i�li.a�%7� s� h N kGNT,., I81r1.4�Y iik,?�Yift, �3i,l�w ANALYTE E.,tD£V�t1i r..YP.�'h�tAkaP.,.d�L'7� t1�96S. �ARt�"i�ICt�Bilt- mq/kg �k3h II.KItit:� ut'A i�i4t}!t kIU li E.�ti:'itL.r"b'ietf`c�ir6�i2Y:�uY. 4'S�gLtn t�t� 4NIt,IAkilkJit3@i�'q Surrogate: `Lln�#�IL=Vi�fifiNC.N'i % RCS H..L91! h:fl(!ii,fi,s i3 d! �I+5v4 4isi{5,dt�`Rt� C13 -C22 <10 Octacosane 138 Dilution Factor: 1 *Ace Recovery: 66-157 % Data Qualifiers: None S13-0.5 20063-031 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ANALYTE .... , . ,._ _ .... ..._.-_.. mg/kg w ....... Surrogate: % RC' C23 -C32 35 Octacosane 138 Dilution Factor: 1 ' Ace Recovery: 66-157 % Data Qualifiers: None S13-0.5 20063-031 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil @ Y:rif 3 t. 9 .f.,� t =� kt G 4 n i ,i oEintl, iq• i :4<",n„i . P"(+,...'hRi -,n .R , Ri *36 fP P ,i F4� i II , i}�pkx ! "tRild'tF4 ANALYTE mg/kg Surrogate: % RCS C33 -C44 <30 Octacosane 138 Dilution Factor: 1 Ace Recovery: 66-157 Data Qualifiers: None S13-5 20063-036 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil ANALYTE mg/ka Surrogate: % RC` C13 -C22 <10 Octacosane 121 Dilution Factor: 1 ' Ace Recovery: 66-157 % Data Qualifiers: None © Orange Coast Analytical, Inc 9 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Extractable Fuel Hydrocarbons (EPA 8015B) .. ,. m..- .. ANALYTE mg/kq Surrogate: % RC" C13 -C22 <10 Octacosane 118 Dilution Factor: 1 Acc Recovery: 66-157 % Data Qualifiers: None Method Blank MBJB0622153 6/22/2015 6/24/2015 Soil ANALYTE mg/ko C23 -C32 <30 Dilution Factor: 1 Data Qualifiers: None Method Blank MBJB0622153 ANALYTE _ _.._.. C33 -C44 Dilution Factor: 1 Data Qualifiers: None Surrogate. % RC` Octacosane 118 Acc Recovery: 66-157 % 6/22/2015 6/24/2015 Soil I mg/kq Surrogate: % RC` <30 Octacosane 118 Acc Recovery: 66-157 % ©Orange Coast Analytical, Inc 10 of 72 6/26/2015 Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S13-5 20063-036 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil FSG RI^JI4lIiW,i`rfa'.?Ipt�hi glMSL.:,Xaz8rtlFuEbti zClb'#i{FiIPll�HuP16�'IMI:YiatuHRhY`iYf�x ANALYTE �thU'»1k'&�{�qi. iGi�.l#ASYVH1'iii"'hit1�5'NSiR'L4;W.AL.�6SY�i3V.IP,I�M`LsY ifitNlJFfiti 44B;Rs§.Ri�Ia91M;A!IOW'@1S13Y➢#f[A@30.YJ�f6F��9t'ik dh5,13„ll(ti�3J�6 Nis.fAkR�21x�!!43Rsaa mo/kq Surrogate: % RCS C23 -C32 <30 Octacosane 121 Dilution Factor: 1 Acc Recovery: 66-157% Data Qualifiers: None S13-5 20063-036 6/18/2015 6/18/2015 6/22/2015 6/24/2015 Soil' 4.4"�X.J'LIw�71t3fA!:tkk5'i,%PS3.f6kk tG ti:�,ii �pwhCLL7K;'thdiJFH31fFAfiKyCtvW`lA'X'1:tiekd`It3'&i�MdEAU.4t3u,e Ifll 's'�W7.3iik5:'�F9". P(E5 fii'tk.i IlWili dM 7[kite(id,�ft091k1tiAi?IfiNk:.M�ldii q'�q IIr5+M,`�!Ph 3kIIR1.i39i.'�llil:fi;dl: IV�iitb'rs3,e!k UF�fl.NuiJl �i}6k. sui.6lpl t(i�x.FA�[tlT0,01111.5MIr" ANALYTE mc/kq Surrogate: % RC* C33 -C44 <30 Octacosane 121 Dilution Factor: 1 Acc Recovery: 66-157% Data Qualifiers: None Method Blank MBJB0622153 6/22/2015 6/24/2015 Soil .. ,. m..- .. ANALYTE mg/kq Surrogate: % RC" C13 -C22 <10 Octacosane 118 Dilution Factor: 1 Acc Recovery: 66-157 % Data Qualifiers: None Method Blank MBJB0622153 6/22/2015 6/24/2015 Soil ANALYTE mg/ko C23 -C32 <30 Dilution Factor: 1 Data Qualifiers: None Method Blank MBJB0622153 ANALYTE _ _.._.. C33 -C44 Dilution Factor: 1 Data Qualifiers: None Surrogate. % RC` Octacosane 118 Acc Recovery: 66-157 % 6/22/2015 6/24/2015 Soil I mg/kq Surrogate: % RC` <30 Octacosane 118 Acc Recovery: 66-157 % ©Orange Coast Analytical, Inc 10 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Gasoline Range Organics - GROs (EPA M8015B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S12-0.5 20063-002 6/18/2015 6/18/2015 6/23/2015 6/23/2015 Soil �P eS}x�?%1i�71J"86�ai,�irh �9IC.10i.1&aA,f[NF1aq�3%�!,�IdRil9C,t74!;'�(Cit'.'S#�%i'§?lkft'�ilk,MatiiA3fR.AiBP7>it911vu 7U.i%It.JtF'whi%AtkYf,i':�.�MNf4i,6I"I81GiM,3�11311fl�13slb�i�S2h�.A"AFi1bL4,�,4%3USIU#+4:%AI'�!€kE§1k7R4i7h t�llfu(kkb5[$SIflB�&ih.`aY�ffuk6� ANALYTE mq/kq Surrogate: % RC* TPH as GROs(C4-C12) <0.25 a-a-a-Trifluorotoluene 87 Dilution Factor: 1 * Acceptable Recovery: 41-130 % Data Qualifiers: None S12-5.0 20063-006 6/18/2015 6/18/2015 6/23/2015 6/23/2015 Soil mir ,z�uacasu�%,w�mw.:xm :ur� ua �i a, n�%a«ii a; csrr.nst_uxrrdwas urtwivr €.rcn:wrr!.; ur zsuas, u. xtv ,n.?:.r`a sx�ae :,r raaar, .w wr„wyw .0 .nawmimv 11 ANALYTE mg/kq Surrogate: % RC* TPH as GROs(C4-C12) <0.25 a-a-a-Trifluorotoluene 82 Dilution Factor: 1 * Acceptable Recovery: 41-130 % Data Qualifiers: None S14-0.5 20063-009 6/18/2015 6/18/2015 6/23/2015 6/23/2015 Soil _� ,u ,t...%�i�ss;,�ta mxmuym moi, ,wa:ii;awp,a,� ANALYTE ;.,� ,uw.�s,;t wtis;m w trn!�r.a;aa�ta, mq/kq r+Jflp�di43i.:ssau��%nR;,3r:u i�n,dr �ia: Hfa%bii+.,iuwar�. ���:io-:�aa�r;ttu,am w%�ra?>w�� it �n %tom Surrogate: % RC* uas . � �.esiit�eixm^a TPH as GROs(C4-C12) <0.25 a-a-a-Trifluorotoluene 72 Dilution Factor: 1 * Acceptable Recovery: 41-130 % Data Qualifiers: None S14-5.0 20063-013 6/18/2015 6/18/2015 6/23/2015 6/23/2015 Soil if. ,n i.A„Ak4;i tiLL.i a. ilC�*SHI a„i Wi.56al:k1F s,, .id L„an#>k itS :, h,%;ili„i...11w4i is ,1utPo,SI'PII.,I Fai %t€,;26W11+i,4 ,1l P6.t1 i.a .H ,,. LJ..i.t4 t,nl,l F kN,..FawFt}; ,tu,u 'u!: IyyI. ?mss. w: .S L;_tliia`iFN ANALYTE mg/kg Surrogate: % RC* TPH as GROs(C4-C12) <0.25 a-a-a-Trifluorotoluene 84 Dilution Factor: 1 * Acceptable Recovery: 41-130 % Data Qualifiers: None S11-0.5 20063-024 6/18/2015 6/18/2015 6/23/2015 6/23/2015 Soil ANALYTE mg/kq Surrogate: % RC* TPH as GROs(C4-C12) <0.25 a-a-a-Trifluorotoluene 81 Dilution Factor: 1 * Acceptable Recovery: 41-130 % Data Qualifiers: None Gasoline Range Organics (GROs) are quantitated against a gasoline standard. ©Orange Coast Analytical, Inc 11 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Gasoline Range Organics - GROs (EPA M8015B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S11-5 20063-028 6/18/2015 6/18/2015 6/24/2015 6/24/2015 Soil PJAWW"WIRMPIMA"M Vlhflhtfii!Wfd)Luimirlp.mal�ix419,1�.Ili`uamS miwiiiiiInLili1.41,Vul$fPilv"R,911l.mlqiitmA.livNFTMHWIWI.ii5Uii!115Aimllll4*lltcig'Dil",,qK4 ANALYTE ma/kg Surrogate: % RC* TPH as GROs(C4-C12) 1100 a-a-a-Trifluorotoluene Matrix Dilution Factor: 20 Acceptable Recovery: 41-130 % Data Qualifiers: D2, S1, S11-10 20063-029 6/18/2015 6/18/2015 6/24/2015 6124/2015 Soil ANALYTE mq/kq Surrogate: % RC* TPH as GROs(C4-C1 2) 1400 a-a-a-Trifluorotoluene Matrix Dilution Factor: 20 Acceptable Recovery: 41-130 % Data Qualifiers: D2, S1, S13-0.5 20063-031 6/18/2015 6/18/2015 6/23/2015 6/23/2015 Soil ANALYTE mq/kq Surrogate: % RC* TPH as GROs(C4-C1 2) <0.25 cc-a-a-Trifluorotoluene 79 Dilution Factor: I Acceptable Recovery: 41-130 % Data Qualifiers: None S13-5 20063-036 6/18/2015 6/18/2015 6/23/2015 6/23/2015 Soil ANALYTE mq/kq Surrogate: % RC* TPH as GROs(C4-C1 2) <0.25 a-a-a-Trifluorotoluene 92 Dilution Factor: 1 Acceptable Recovery: 41-130 % Data Qualifiers: None Method Blank MBJB0623151 6/23/2015 6/23/2015 Soil ANALYTE Surrogate: % RC* TPH as GROs(C4-C12) <0.25 a-a-a-Trifluorotoluene 87 Dilution Factor: 1 Acceptable Recovery: 41-130 % Data Qualifiers: None Gasoline Range Organics (GROs) are quantitated against a gasoline standard. @ Orange Coast Analytical, Inc 12 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Gasoline Range Organics - GROs (EPA M8015B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix Method Blank MBJB0624151 6/24/2015 6/2412015 soil WNWINNUMMIN H ANALYTE mq/kq Surrogate: % RC* TPH as GROs(C4-C1 2) <5 a-a-a-Trifluorotoluene 82 Dilution Factor: I Acceptable Recovery: 41-130 % Data Qualifiers: None Gasoline Range Organics (GROs) are quantitated against a gasoline standard. @ Orange Coast Analytical, Inc 13 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S12-0.5 t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis-1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis-1,3-Dichloropropene Surrogate: Dibromofuoromethane: Toluene -d8: 4-Bromofluorobenzene: Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Number Received Sampled Extracted Analyzed Matrix 20063-002 6/18/2015 6/18/2015 6/18/2015 6/19/2015 Soil 994-05-8 <10 71-43-2 <2.0 108-86-1 <2.5 74-97-5 <2.5 75-27-4 <2.5 75-25-2 <2.5 74-83-9 <10 75-65-0 <50 104-51-8 <2.5 135-98-8 <2.5 98-06-6 <2.5 56-23-5 <2.5 108-90-7 <2.5 75-00-3 <5.0 67-66-3 <2.5 74-87-3 <5.0 95-49-8 <2.5 106-43-4 <2.5 124-48-1 <2.5 96-12-8 <5.0 106-93-4 <2.5 74-95-3 <2.5 95-50-1 <2.5 541-73-1 <2.5 106-46-7 <2.5 75-71-8 <2.5 75-34-3 <2.5 107-06-2 <2.5 75-35-4 <2.5 156-59-2 <2.5 156-60-5 <2.5 78-87-5 <2.5 142-28-9 <2.5 594-20-7 <2.5 563-58-6 <2.5 10061-01-5 <2.5 % RC Acceptable % F 76 42-144% 82 58-130% 80 52-130% trans- l,3-Dichloropropene 10061-02-6 <2.5 Diisopropyl ether (DIPE) 108-20-3 <10 Ethyl t -butyl ether (ETBE) 637-92-3 <10 Ethylbenzene 100-41-4 <2.5 Hexachlorobutadiene 87-68-3 <5.0 Isopropylbenzene 98-82-8 <2.5 4-Isopropyltoluene 99-87-6 <2.5 Methyl t -butyl ether (MTBE) 1634-04-4 <5.0 Methylene chloride 75-09-2 <10 Naphthalene 91-20-3 <2.5 n-Propylbenzene 103-65-1 <2.5 Styrene 100-42-5 <2.5 1,1,1,2 -Tetrachloroethane 630-20-6 <2.5 1,1,2,2 -Tetrachloroethane 79-34-5 <2.5 Tetrachloroethene 127-18-4 <2.5 Toluene 108-88-3 <2.5 1,2,3-Trichlo robe nzene 87-61-6 <2.5 1,2,4-Trichlo robe nzene 120-82-1 <2.5 1,1,1 -Trichloroethane 71-55-6 <2.5 1,1,2 -Trichloroethane 79-00-5 <2.5 Trichloroethene 79-01-6 <2.5 Trichlorofluoromethane 75-69-4 <5.0 1,2,3-Trichloropropane 96-18-4 <2.5 1,2,4-Trimethylbenzene 95-63-6 <2.5 1,3,5-Trimethylbenzene 108-67-8 <2.5 Vinyl Chloride 75-01-4 <2.5 Xylenes, Total 1330-20-7 <2.0 Dilution Factor: 1 Data Qualifiers: None ©Orange Coast Analytical, Inc 14 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S12-5.0 t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis-1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis-1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GC/MS (EPA 8260B) Lab Sample Number 20063-006 Date Date Received Sampled 6/18/2015 6/18/2015 994-05-8 <10 71-43-2 <2.0 108-86-1 <2.5 74-97-5 <2.5 75-27-4 <2.5 75-25-2 <2.5 74-83-9 <10 75-65-0 <50 104-51-8 <2.5 135-98-8 <2.5 98-06-6 <2.5 56-23-5 <2.5 108-90-7 <2.5 75-00-3 <5.0 67-66-3 <2.5 74-87-3 <5.0 95-49-8 <2.5 106-43-4 <2.5 124-48-1 <2.5 96-12-8 <5.0 106-93-4 <2.5 74-95-3 <2.5 95-50-1 <2.5 541-73-1 <2.5 106-46-7 <2.5 75-71-8 <2.5 75-34-3 <2.5 107-06-2 <2.5 75-35-4 <2.5 156-59-2 <2.5 156-60-5 <2.5 78-87-5 <2.5 142-28-9 <2.5 594-20-7 <2.5 563-58-6 <2.5 10061-01-5 <2.5 % RC Acceptable % R 78 42-144% 83 58-130% 78 52-130% Date Extracted .......... 6/18/2015 Date Analyzed Matrix 6/19/2015 Soil trans- l,3-Dichloropropene 10061-02-6 <2.5 Diisopropyl ether (DIPS) 108-20-3 <10 Ethyl t -butyl ether (ETBE) 637-92-3 <10 Ethylbenzene 100-41-4 <2.5 Hexachlorobutadiene 87-68-3 <5.0 Isopropylbenzene 98-82-8 <2.5 4-Isopropyltoluene 99-87-6 <2.5 Methyl t -butyl ether (MTBE) 1634-04-4 <5.0 Methylene chloride 75-09-2 <10 Naphthalene 91-20-3 <2.5 n-Propylbenzene 103-65-1 <2.5 Styrene 100-42-5 <2.5 1,1,1,2 -Tetrachloroethane 630-20-6 <2.5 1,1,2,2 -Tetrachloroethane 79-34-5 <2.5 Tetrachloroethene 127-18-4 <2.5 Toluene 108-88-3 <2.5 1,2,3-Trichlo robe nzene 87-61-6 <2.5 1,2,4-Trichlorobenzene 120-82-1 <2.5 1,1,1 -Trichloroethane 71-55-6 <2.5 1,1,2 -Trichloroethane 79-00-5 <2.5 Trichloroethene 79-01-6 <2.5 Trichlorofluoromethane 75-69-4 <5.0 1,2,3-Trichloropropane 96-18-4 <2.5 1,2,4-Trimethylbenzene 95-63-6 <2.5 1,3,5-Trimethylbenzene 108-67-8 <2.5 Vinyl Chloride 75-01-4 <2.5 Xylenes, Total 1330-20-7 <2.0 Dilution Factor: 1 Data Qualifiers: None © Orange Coast Analytical, Inc 15 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S14-0.5 t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoiuene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis- 1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis- 1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Number Received Sampled Extracted 20063-009 6/18/2015 6/18/2015 6/18/2015 994-05-8 <10 71-43-2 <2.0 108-86-1 <2.5 74-97-5 <2.5 75-27-4 <2.5 75-25-2 <2.5 74-83-9 <10 75-65-0 <50 104-51-8 <2.5 135-98-8 <2.5 98-06-6 <2.5 56-23-5 <2.5 108-90-7 <2.5 75-00-3 <5.0 67-66-3 <2.5 74-87-3 <5.0 95-49-8 <2.5 106-43-4 <2.5 124-48-1 <2.5 96-12-8 <5.0 106-93-4 <2.5 74-95-3 <2.5 95-50-1 <2.5 541-73-1 <2.5 106-46-7 <2.5 75-71-8 <2.5 75-34-3 <2.5 107-06-2 <2.5 75-35-4 <2.5 156-59-2 <2.5 156-60-5 <2.5 78-87-5 <2.5 142-28-9 <2.5 594-20-7 <2.5 563-58-6 <2.5 10061-01-5 <2.5 % RC Acceptable % R 80 42-144% 83 58-130% 78 52-130% Date Analyzed Matrix 6/19/2015 Soil trans- l,3-Dichloropropene 10061-02-6 <2.5 Diisopropyl ether (DIPE) 108-20-3 <10 Ethyl t -butyl ether (ETRE) 637-92-3 <10 Ethylbenzene 100-41-4 <2.5 Hexachlorobutadiene 87-68-3 <5.0 Isopropylbenzene 98-82-8 <2.5 4-Isopropyltoluene 99-87-6 <2.5 Methyl t -butyl ether (MTBE) 1634-04-4 <5.0 Methylene chloride 75-09-2 <10 Naphthalene 91-20-3 <2.5 n-Propylbenzene 103-65-1 <2.5 Styrene 100-42-5 <2.5 1,1,1,2 -Tetrachloroethane 630-20-6 <2.5 1,1,2,2 -Tetrachloroethane 79-34-5 <2.5 Tetrachloroethene 127-18-4 <2.5 Toluene 108-88-3 <2.5 1,2,3-Trichlorobe nzene 87-61-6 <2.5 1,2,4-Trichlorobe nzene 120-82-1 <2.5 1,1,1 -Trichloroethane 71-55-6 <2.5 1,1,2 -Trichloroethane 79-00-5 <2.5 Trichloroethene 79-01-6 <2.5 Trichlorofluoromethane 75-69-4 <5.0 1,2,3-Trichloropropane 96-18-4 <2.5 1,2,4-Trimethylbenzene 95-63-6 <2.5 1,3,5-Trimethylbenzene 108-67-8 <2.5 Vinyl Chloride 75-01-4 <2.5 Xylenes, Total 1330-20-7 <2.0 Dilution Factor: 1 Data Qualifiers: None ©Orange Coast Analytical, Inc 16 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed S14-5.0 20063-013 6/18/2015 6/18/2015 6/18/2015 6/19/2015 t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis-1,2-Dichloroethene trans-1,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis- 1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: CAS # ug/ka 994-05-8 <10 71-43-2 <2.0 108-86-1 <2.5 74-97-5 <2.5 75-27-4 <2.5 75-25-2 <2.5 74-83-9 <10 75-65-0 <50 104-51-8 <2.5 135-98-8 <2.5 98-06-6 <2.5 56-23-5 <2.5 108-90-7 <2.5 75-00-3 <5.0 67-66-3 <2.5 74-87-3 <5.0 95-49-8 <2.5 106-43-4 <2.5 124-48-1 <2.5 96-12-8 <5.0 106-93-4 <2.5 74-95-3 <2.5 95-50-1 <2.5 541-73-1 <2.5 106-46-7 <2.5 75-71-8 <2.5 75-34-3 <2.5 107-06-2 <2.5 75-35-4 <2.5 156-59-2 <2.5 156-60-5 <2.5 78-87-5 <2.5 142-28-9 <2.5 594-20-7 <2.5 563-58-6 <2.5 10061-01-5 <2.5 % RC Acceptable % RC 73 42-144% 90 58-130% 96 52-130% trans- l,3-Dichloropropene Diisopropyl ether (DIPE) Ethyl t -butyl ether (ETBE) Ethylbenzene Hexachlorobutadiene Isopropylbenzene 4-Isopropyltoluene Methyl t -butyl ether (MTBE) Methylene chloride Naphthalene n-Propylbenzene Styrene 1,1,1,2 -Tetrachloroethane 1,1,2,2 -Tetrachloroethane Tetrachloroethene Toluene 1,2,3-Trichlorobenzene 1,2,4-Trichlorobenzene 1,1,1 -Trichloroethane 1,1,2 -Trichloroethane Trichloroethene Trichlorofluoromethane 1,2,3-Trichloropropane 1,2,4-Trimethylbenzene 1,3,5-Trimethylbenzene Vinyl Chloride Xylenes, Total Dilution Factor: 1 Data Qualifiers: None 10061-02-6 108-20-3 637-92-3 100-41-4 87-68-3 98-82-8 99-87-6 1634-04-4 75-09-2 91-20-3 103-65-1 100-42-5 630-20-6 79-34-5 127-18-4 108-88-3 87-61-6 120-82-1 71-55-6 79-00-5 79-01-6 75-69-4 96-18-4 95-63-6 108-67-8 75-01-4 1330-20-7 Matrix ...... __.. _.._..._._......... Soil <2.5 <10 <10 <2.5 <5.0 <2.5 <2.5 <5.0 <10 <2.5 6.1 <2.5 <2.5 <2.5 <2.5 <2.5 <2.5 <2.5 <2.5 <2.5 <2.5 <5.0 <2.5 <2.5 3.9 <2.5 <2.0 © Orange Coast Analytical, Inc 17 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S11-0.5 t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1, 1 -Dichloroethene cis-1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis- 1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Number Received Sampled Extracted Analyzed Matrix 20063-024 6/18/2015 6/18/2015 6/18/2015 6/19/2015 Soil 994-05-8 <10 71-43-2 <2.0 108-86-1 <2.5 74-97-5 <2.5 75-27-4 <2.5 75-25-2 <2.5 74-83-9 <10 75-65-0 <50 104-51-8 <2.5 135-98-8 <2.5 98-06-6 <2.5 56-23-5 <2.5 108-90-7 <2.5 75-00-3 <5.0 67-66-3 <2.5 74-87-3 <5.0 95-49-8 <2.5 106-43-4 <2.5 124-48-1 <2.5 96-12-8 <5.0 106-93-4 <2.5 74-95-3 <2.5 95-50-1 <2.5 541-73-1 <2.5 106-46-7 <2.5 75-71-8 <2.5 75-34-3 <2.5 107-06-2 <2.5 75-35-4 <2.5 156-59-2 <2.5 156-60-5 <2.5 78-87-5 <2.5 142-28-9 <2.5 594-20-7 <2.5 563-58-6 <2.5 10061-01-5 <2.5 % RC Acceptable % R 80 42-144% 80 58-130% 84 52-130% trans-1,3-Dichloropropene 10061-02-6 <2.5 Diisopropyl ether (DIPE) 108-20-3 <10 Ethyl t -butyl ether (ETBE) 637-92-3 <10 Ethylbenzene 100-41-4 <2.5 Hexachlorobutadiene 87-68-3 <5.0 Isopropylbenzene 98-82-8 <2.5 4-Isopropyltoluene 99-87-6 <2.5 Methyl t -butyl ether (MTBE) 1634-04-4 <5.0 Methylene chloride 75-09-2 <10 Naphthalene 91-20-3 <2.5 n-Propylbenzene 103-65-1 <2.5 Styrene 100-42-5 <2.5 1,1,1,2 -Tetrachloroethane 630-20-6 <2.5 1,1,2,2 -Tetrachloroethane 79-34-5 <2.5 Tetrachloroethene 127-18-4 <2.5 Toluene 108-88-3 <2.5 1,2,3-Trichlorobenzene 87-61-6 <2.5 1,2,4-Trichlorobenzene 120-82-1 <2.5 1,1,1 -Trichloroethane 71-55-6 <2.5 1,1,2 -Trichloroethane 79-00-5 <2.5 Trichloroethene 79-01-6 <2.5 Trichlorofluoromethane 75-69-4 <5.0 1,2,3-Trichloropropane 96-18-4 <2.5 1,2,4 -Trim ethyl benzene 95-63-6 <2.5 1,3,5-Trimethylbenzene 108-67-8 <2.5 Vinyl Chloride 75-01-4 <2.5 Xylenes, Total 1330-20-7 <2.0 Dilution Factor: 1 Data Qualifiers: None ©Orange Coast Analytical, Inc 18 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: 0 Orange Coast Analytical, Inc 19 of 72 6/26/2015 Volatile Organics by GUMS (EPA 8260B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S11-5 20063-028 6/18/2015 6/18/2015 6/24/2015 6/24/2015 Soil ww ANALYTErCAS,# .tANALYTE CAS CAS #M >� ua/ a � t -Amyl methyl ether (TAME) 994-05-8 <4000 trans- l,3-Dichloropropene 10061-02-6 <1000 Benzene 71-43-2 <250 Diisopropyl ether (DIPS) 108-20-3 <4000 Bromobenzene 108-86-1 <1000 Ethyl t -butyl ether (ETRE) 637-92-3 <4000 Bromochloromethane 74-97-5 <1000 Ethylbenzene 100-41-4 3300 Bromodichloromethane 75-27-4 <1000 Hexachlorobutadiene 87-68-3 <2000 Bromoform 75-25-2 <1000 Isopropylbenzene 98-82-8 5600 Bromomethane 74-83-9 <4000 4-Isopropyltoluene 99-87-6 <1000 tert-Butyl alcohol (TBA) 75-65-0 <20000 Methyl t -butyl ether (MTBE) 1634-04-4 <2000 n-Butyibenzene 104-51-8 10000 Methylene chloride 75-09-2 <4000 sec-Butylbenzene 135-98-8 <1000 Naphthalene 91-20-3 9400 Cert-Butylbenzene 98-06-6 <1000 n-Propylbenzene 103-65-1 22000 Carbon tetrachloride 56-23-5 <1000 Styrene 100-42-5 <1000 Chlorobenzene 108-90-7 <1000 1,1,1,2 -Tetrachloroethane 630-20-6 <1000 Chloroethane 75-00-3 <2000 1,1,2,2 -Tetrachloroethane 79-34-5 <1000 Chloroform 67-66-3 <1000 Tetrachloroethene 127-18-4 <1000 Chloromethane 74-87-3 <2000 Toluene 108-88-3 <1000 2-Chlorotoluene 95-49-8 <1000 1,2,3-Trichlorobenzene 87-61-6 <1000 4-Chlorotoluene 106-43-4 <1000 1,2,4-Trichlo robe nzene 120-82-1 <1000 Dibromochloromethane 124-48-1 <1000 1,1,1 -Trichloroethane 71-55-6 <1000 1,2-Dibromo-3-chloropropane 96-12-8 <2000 1,1,2 -Trichloroethane 79-00-5 <1000 1,2-Dibromoethane 106-93-4 <1000 Trichloroethene 79-01-6 <1000 Dibromomethane 74-95-3 <1000 Trichlorofluoromethane 75-69-4 <2000 1,2 -Dichlorobenzene 95-50-1 <1000 1,2,3-Trichloropropane 96-18-4 <1000 1,3 -Dichlorobenzene 541-73-1 <1000 1,2,4-Trimethylbenzene 95-63-6 <1000 1,4 -Dichlorobenzene 106-46-7 <1000 1,3,5-Trimethylbenzene 108-67-8 <1000 Dichlorodifluoromethane 75-71-8 <1000 Vinyl Chloride 75-01-4 <1000 1,1-Dichloroethane 75-34-3 <1000 Xylenes, Total 1330-20-7 1400 1,2-Dichloroethane 107-06-2 <1000 1,1-Dichloroethene 75-35-4 <1000 cis- 1,2-Dichloroethene 156-59-2 <1000 trans-1,2-Dichloroethene 156-60-5 <1000 1,2-Dichioropropane 78-87-5 <1000 1,3-Dichloropropane 142-28-9 <1000 2,2-Dichloropropane 594-20-7 <1000 1,1-Dichloropropene 563-58-6 <1000 cis- 1,3-Dichloropropene 10061-01-5 <1000 Surrogate: % RC Acceptable % RC Dilution Factor: 400 Dibromofiuoromethane: 69 42-144% Data Qualifiers: D2, N1, Toluene -d8: 81 58-130 4-Bromofluorobenzene: 99 52-130% 0 Orange Coast Analytical, Inc 19 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID SIi-10 t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis- 1,2-Dichloroethene trans-1,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1, 1 -Dichloropropene cis-1,3-Dichloropropene Surroqate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Number Received Sampled Extracted Analyzed Matrix 20063-029 6/18/2015 994-05-8 <4000 71-43-2 510 108-86-1 <1000 74-97-5 <1000 75-27-4 <1000 75-25-2 <1000 74-83-9 <4000 75-65-0 <20000 104-51-8 6000 135-98-8 <1000 98-06-6 <1000 56-23-5 <1000 108-90-7 <1000 75-00-3 <2000 67-66-3 <1000 74-87-3 <2000 95-49-8 <1000 106-43-4 <1000 124-48-1 <1000 96-12-8 <2000 106-93-4 <1000 74-95-3 <1000 95-50-1 <1000 541-73-1 <1000 106-46-7 <1000 75-71-8 <1000 75-34-3 <1000 107-06-2 <1000 75-35-4 <1000 156-59-2 <1000 156-60-5 <1000 78-87-5 <1000 142-28-9 <1000 594-20-7 <1000 563-58-6 <1000 10061-01-5 <1000 % RC Acceptable % P 70 42-144% 83 58-130% 95 52-130% 6/18/2015 trans- l,3-Dichloropropene Diisopropyl ether (DIPE) Ethyl t -butyl ether (ETRE) Ethylbenzene Hexachlorobutadiene Isopropylbenzene 4-Isopropyltoluene Methyl t -butyl ether (MTBE) Methylene chloride Naphthalene n-Propylbenzene Styrene 1,1,1,2 -Tetrachloroethane 1,1,2,2 -Tetrachloroethane Tetrachloroethene Toluene 1,2,3-Trichlorobenzene 1,2,4-Trichlorobenzene 1,1,1 -Trichloroethane 1,1,2 -Trichloroethane Trichloroethene Trichlorofluoromethane 1,2,3-Trichloropropane 1,2,4-Trimethylbenzene 1,3,5 -Trim ethyl benzene Vinyl Chloride Xylenes, Total Dilution Factor: 400 Data Qualifiers: D2, N1, 6/24/2015 10061-02-6 108-20-3 637-92-3 100-41-4 87-68-3 98-82-8 99-87-6 1634-04-4 75-09-2 91-20-3 103-65-1 100-42-5 630-20-6 79-34-5 127-18-4 108-88-3 87-61-6 120-82-1 71-55-6 79-00-5 79-01-6 75-69-4 96-18-4 95-63-6 108-67-8 75-01-4 1330-20-7 <1000 <4000 <4000 4000 <2000 4200 <1000 <2000 <4000 11000 18000 <1000 <1000 <1000 <1000 <1000 <1000 <1000 <1000 <1000 <1000 <2000 <1000 <1000 <1000 <1000 2600 ©Orange Coast Analytical, Inc 20 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S13-0.5 20063-031 6/18/2015 6/18/2015 6/18/2015 6/19/2015 Soil ,.,, ANALYTE ACAS #� llq/kkcl ANALYTEa/kka t -Amyl methyl ether (TAME) 994-05-8 <10 trans-1,3-Dichloropropene 10061-02-6 <2.5 Benzene 71-43-2 <2.0 Diisopropyl ether (DIPE) 108-20-3 <10 Bromobenzene 108-86-1 <2.5 Ethyl t -butyl ether (ETBE) 637-92-3 <10 Bromochloromethane 74-97-5 <2.5 Ethylbenzene 100-41-4 <2.5 Bromodichloromethane 75-27-4 <2.5 Hexachlorobutadiene 87-68-3 <5.0 Bromoform 75-25-2 <2.5 Isopropylbenzene 98-82-8 <2.5 Bromomethane 74-83-9 <10 4-Isopropyltoluene 99-87-6 <2.5 tert-Butyl alcohol (TBA) 75-65-0 <50 Methyl t -butyl ether (MTBE) 1634-04-4 <5.0 n-Butylbenzene 104-51-8 <2.5 Methylene chloride 75-09-2 <10 sec-Butylbenzene 135-98-8 <2.5 Naphthalene 91-20-3 <2.5 tert-Butylbenzene 98-06-6 <2.5 n-Propylbenzene 103-65-1 <2.5 Carbon tetrachloride 56-23-5 <2.5 Styrene 100-42-5 <2.5 Chlorobenzene 108-90-7 <2.5 1,1,1,2 -Tetrachloroethane 630-20-6 <2.5 Chloroethane 75-00-3 <5.0 1,1,2,2 -Tetrachloroethane 79-34-5 <2.5 Chloroform 67-66-3 <2.5 Tetrachloroethene 127-18-4 <2.5 Chloromethane 74-87-3 <5.0 Toluene 108-88-3 <2.5 2-Chlorotoluene 95-49-8 <2.5 1,2,3-Trichlorobenzene 87-61-6 <2.5 4-Chlorotoluene 106-43-4 <2.5 1,2,4-Trichlorobe nzene 120-82-1 <2.5 Dibromochloromethane 124-48-1 <2.5 1,1,1 -Trichloroethane 71-55-6 <2.5 1,2-Dibromo-3-chloropropane 96-12-8 <5.0 1,1,2 -Trichloroethane 79-00-5 <2.5 1,2-Dibromoethane 106-93-4 <2.5 Trichloroethene 79-01-6 <2.5 Dibromomethane 74-95-3 <2.5 Trichlorofluoromethane 75-69-4 <5.0 1,2 -Dichlorobenzene 95-50-1 <2.5 1,2,3-Trichloropropane 96-18-4 <2.5 1,3 -Dichlorobenzene 541-73-1 <2.5 1,2,4-Trimethylbenzene 95-63-6 <2.5 1,4 -Dichlorobenzene 106-46-7 <2.5 1,3,5-Trimethylbenzene 108-67-8 <2.5 Dichlorodifluoromethane 75-71-8 <2.5 Vinyl Chloride 75-01-4 <2.5 1,1-Dichloroethane 75-34-3 <2.5 Xylenes, Total 1330-20-7 <2.0 1,2-Dichloroethane 107-06-2 <2.5 1,1-Dichloroethene 75-35-4 <2.5 cis- 1,2-Dichloroethene 156-59-2 <2.5 trans-1,2-Dichloroethene 156-60-5 <2.5 1,2-Dichloropropane 78-87-5 <2.5 1,3-Dichloropropane 142-28-9 <2.5 2,2-Dichloropropane 594-20-7 <2.5 1,1-Dichloropropene 563-58-6 <2.5 cis-1,3-Dichloropropene 10061-01-5 <2.5 Surrogate: % RC Acceptable % RC Dilution Factor: 1 Dibromofluoromethane: 79 42-144% Data Qualifiers: None Toluene -d8: 83 58-130% 4-Bromofluorobenzene: 81 52-130% © Orange Coast Analytical, Inc 21 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S13-5 t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis-1,2-Dichloroethene trans-1,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis-1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Number Received Sampled Extracted Analyzed Matrix 20063-036 6/18/2015 6/18/2015 6/18/2015 6/19/2015 Soil 994-05-8 <10 71-43-2 <2.0 108-86-1 <2.5 74-97-5 <2.5 75-27-4 <2.5 75-25-2 <2.5 74-83-9 <10 75-65-0 <50 104-51-8 <2.5 135-98-8 <2.5 98-06-6 <2.5 56-23-5 <2.5 108-90-7 <2.5 75-00-3 <5.0 67-66-3 <2.5 74-87-3 <5.0 95-49-8 <2.5 106-43-4 <2.5 124-48-1 <2.5 96-12-8 <5.0 106-93-4 <2.5 74-95-3 <2.5 95-50-1 <2.5 541-73-1 <2.5 106-46-7 <2.5 75-71-8 <2.5 75-34-3 <2.5 107-06-2 <2.5 75-35-4 <2.5 156-59-2 <2.5 156-60-5 <2.5 78-87-5 <2.5 142-28-9 <2.5 594-20-7 <2.5 563-58-6 <2.5 10061-01-5 <2.5 % RC Acceptable % R 79 42-144% 85 58-130% 80 52-130% trans- l,3-Dichloropropene 10061-02-6 <2.5 Diisopropyl ether (DIPE) 108-20-3 <10 Ethyl t -butyl ether (ETBE) 637-92-3 <10 Ethylbenzene 100-41-4 <2.5 Hexachlorobutadiene 87-68-3 <5.0 Isopropylbenzene 98-82-8 <2.5 4-Isopropyltoluene 99-87-6 <2.5 Methyl t -butyl ether (MTBE) 1634-04-4 <5.0 Methylene chloride 75-09-2 <10 Naphthalene 91-20-3 <2.5 n-Propylbenzene 103-65-1 <2.5 Styrene 100-42-5 <2.5 1,1,1,2 -Tetrachloroethane 630-20-6 <2.5 1,1,2,2 -Tetrachloroethane 79-34-5 <2.5 Tetrachloroethene 127-18-4 <2.5 Toluene 108-88-3 <2.5 1,2,3-Trichlo robe nzene 87-61-6 <2.5 1,2,4-Trichlorobenzene 120-82-1 <2.5 1,1,1 -Trichloroethane 71-55-6 <2.5 1,1,2 -Trichloroethane 79-00-5 <2.5 Trichloroethene 79-01-6 <2.5 Trichlorofluoromethane 75-69-4 <5.0 1,2,3-Trichloropropane 96-18-4 <2.5 1,2,4-Trimethylbenzene 95-63-6 <2.5 1,3,5-Trimethylbenzene 108-67-8 <2.5 Vinyl Chloride 75-01-4 <2.5 Xylenes, Total 1330-20-7 <2.0 Dilution Factor: 1 Data Qualifiers: None ©Orange Coast Analytical, Inc 22 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID Method Blank t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochlorom ethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis-1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis- 1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 8260B) Lab Sample Number MBHT0624151 Date Date Date Date Received Sampled Extracted Analyzed Matrix 6/24/2015 6/24/2015 Soil 994-05-8 <200 71-43-2 <40 108-86-1 <50 74-97-5 <50 75-27-4 <50 75-25-2 <50 74-83-9 <200 75-65-0 <1000 104-51-8 <50 135-98-8 <50 98-06-6 <50 56-23-5 <50 108-90-7 <50 75-00-3 <100 67-66-3 <50 74-87-3 <100 95-49-8 <50 106-43-4 <50 124-48-1 <50 96-12-8 <100 106-93-4 <50 74-95-3 <50 95-50-1 <50 541-73-1 <50 106-46-7 <50 75-71-8 <50 75-34-3 <50 107-06-2 <50 75-35-4 <50 156-59-2 <50 156-60-5 <50 78-87-5 <50 142-28-9 <50 594-20-7 <50 563-58-6 <50 10061-01-5 <50 % RC Acceptable % F 79 42-144% 76 58-130% 79 52-130% trans- l,3-Dichloropropene 10061-02-6 <50 Diisopropyl ether (DIPE) 108-20-3 <200 Ethyl t -butyl ether (ETBE) 637-92-3 <200 Ethylbenzene 100-41-4 <50 Hexachlorobutadiene 87-68-3 <100 Isopropylbenzene 98-82-8 <50 4-Isopropyltoluene 99-87-6 <50 Methyl t -butyl ether (MTBE) 1634-04-4 <100 Methylene chloride 75-09-2 <200 Naphthalene 91-20-3 <50 n-Propylbenzene 103-65-1 <50 Styrene 100-42-5 <50 1,1,1,2 -Tetrachloroethane 630-20-6 <50 1,1,2,2 -Tetrachloroethane 79-34-5 <50 Tetrachloroethene 127-18-4 <50 Toluene 108-88-3 <50 1,2,3-Trichlorobe nzene 87-61-6 <50 1,2,4-Trichlorobe nzene 120-82-1 <50 1,1,1 -Trichloroethane 71-55-6 <50 1,1,2 -Trichloroethane 79-00-5 <50 Trichloroethene 79-01-6 <50 Trichlorofluoromethane 75-69-4 <100 1,2,3-Trichloropropane 96-18-4 <50 1,2,4-Trimethylbenzene 95-63-6 <50 1,3,5-Trimethyl benzene 108-67-8 <50 Vinyl Chloride 75-01-4 <50 Xylenes, Total 1330-20-7 <40 Dilution Factor: 1 Data Qualifiers: N1, ©Orange Coast Analytical, Inc 23 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix Method Blank MBMN0619152 6/19/2015 6/19/2015 Soil t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tent -Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis- 1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis- 1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: 994-05-8 <10 71-43-2 <2.0 108-86-1 <2.5 74-97-5 <2.5 75-27-4 <2.5 75-25-2 <2.5 74-83-9 <10 75-65-0 <50 104-51-8 <2.5 135-98-8 <2.5 98-06-6 <2.5 56-23-5 <2.5 108-90-7 <2.5 75-00-3 <5.0 67-66-3 <2.5 74-87-3 <5.0 95-49-8 <2.5 106-43-4 <2.5 124-48-1 <2.5 96-12-8 <5.0 106-93-4 <2.5 74-95-3 <2.5 95-50-1 <2.5 541-73-1 <2.5 106-46-7 <2.5 75-71-8 <2.5 75-34-3 <2.5 107-06-2 <2.5 75-35-4 <2.5 156-59-2 <2.5 156-60-5 <2.5 78-87-5 <2.5 142-28-9 <2.5 594-20-7 <2.5 563-58-6 <2.5 10061-01-5 <2.5 % RC Acceptable % F 94 42-144% 77 58-130% 76 52-130% ANALYTE CAS # Ug/k( trans-1,3-Dichloropropene 10061-02-6 <2.5 Diisopropyl ether (DIPS) 108-20-3 <10 Ethyl t -butyl ether (ETBE) 637-92-3 <10 Ethylbenzene 100-41-4 <2.5 Hexachlorobutadiene 87-68-3 <5.0 Isopropylbenzene 98-82-8 <2.5 4-Isopropyltoluene 99-87-6 <2.5 Methyl t -butyl ether (MTBE) 1634-04-4 <5.0 Methylene chloride 75-09-2 <10 Naphthalene 91-20-3 <2.5 n-Propylbenzene 103-65-1 <2.5 Styrene 100-42-5 <2.5 1,1,1,2 -Tetrachloroethane 630-20-6 <2.5 1,1,2,2 -Tetrachloroethane 79-34-5 <2.5 Tetrachloroethene 127-18-4 <2.5 Toluene 108-88-3 <2.5 1,2,3-Trichlo robe nzene 87-61-6 <2.5 1,2,4-Trichlo robe nzene 120-82-1 <2.5 1,1,1 -Trichloroethane 71-55-6 <2.5 1,1,2 -Trichloroethane 79-00-5 <2.5 Trichloroethene 79-01-6 <2.5 Trichlorofluoromethane 75-69-4 <5.0 1,2,3-Trichloropropane 96-18-4 <2.5 1,2,4 -Trim ethyl benzene 95-63-6 <2.5 1,3,5-Trimethylbenzene 108-67-8 <2.5 Vinyl Chloride 75-01-4 <2.5 Xylenes, Total 1330-20-7 <2.0 Dilution Factor: 1 Data Qualifiers: None ©Orange Coast Analytical, Inc 24 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S12 -GW Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Number 20063-007 Date Received 6/18/2015 Date Sampled 6/18/2015 Date Date Extracted Analyzed Matrix 6/19/2015 6/19/2015 Water t -Amyl methyl ether (TAME) 994-05-8 <1.0 trans-1,3-Dichloropropene 10061-02-6 <0.50 Benzene 71-43-2 <0.50 Diisopropyl ether (DIPS) 108-20-3 <1.0 Bromobenzene 108-86-1 <0.50 Ethyl t -butyl ether (ETBE) 637-92-3 <1.0 Bromochloromethane 74-97-5 <0.50 Ethylbenzene 100-41-4 <0.50 Bromodichloromethane 75-27-4 <1.0 Hexachlorobutadiene 87-68-3 <0.50 Bromoform 75-25-2 <0.50 Isopropylbenzene 98-82-8 <0.50 Bromomethane 74-83-9 <5.0 4-Isopropyltoluene 99-87-6 <0.50 tert-Butyl alcohol (TBA) 75-65-0 <10 Methyl t -butyl ether (MTBE) 1634-04-4 <1.0 n-Butylbenzene 104-51-8 <0.50 Methylene chloride 75-09-2 <5.0 sec-Butylbenzene 135-98-8 <0.50 Naphthalene 91-20-3 <0.50 tert-Butylbenzene 98-06-6 <0.50 n-Propylbenzene 103-65-1 <0.50 Carbon tetrachloride 56-23-5 <0.50 Styrene 100-42-5 <0.50 Chlorobenzene 108-90-7 <0.50 1,1,1,2 -Tetrachloroethane 630-20-6 <0.50 Chloroethane 75-00-3 <5.0 1,1,2,2 -Tetrachloroethane 79-34-5 <0.50 Chloroform 67-66-3 <0.50 Tetrachloroethene 127-18-4 <0.50 Chloromethane 74-87-3 <5.0 Toluene 108-88-3 <0.50 2-Chlorotoluene 95-49-8 <0.50 1,2,3-Trichlo robe nzene 87-61-6 <0.50 4-Chlorotoluene 106-43-4 <0.50 1,2,4-Trichlo robe nzene 120-82-1 <0.50 Dibromochloromethane 124-48-1 <0.50 1,1,1 -Trichloroethane 71-55-6 <0.50 1,2-Dibromo-3-chloropropane 96-12-8 <2.0 1,1,2 -Trichloroethane 79-00-5 <0.50 1,2-Dibromoethane 106-93-4 <0.50 Trichloroethene 79-01-6 <0.50 Dibromomethane 74-95-3 <0.50 Trichlorofluoromethane 75-69-4 <2.0 1,2 -Dichlorobenzene 95-50-1 <0.50 1,2,3-Trichloropropane 96-18-4 <0.50 1,3 -Dichlorobenzene 541-73-1 <0.50 1,2,4-Trimethylbenzene 95-63-6 <0.50 1,4 -Dichlorobenzene 106-46-7 <0.50 1,3,5-Trimethylbenzene 108-67-8 <0.50 Dichlorodifluoromethane 75-71-8 <2.0 Vinyl Chloride 75-01-4 <0.50 1,1-Dichloroethane 75-34-3 <0.50 Xylenes, Total 1330-20-7 <2.0 1,2-Dichloroethane 107-06-2 <0.50 1, 1 -Dichloroethene 75-35-4 <0.50 cis-1,2-Dichloroethene 156-59-2 <0.50 trans- l,2-Dichloroethene 156-60-5 <0.50 1,2-Dichloropropane 78-87-5 <1.0 1,3-Dichloropropane 142-28-9 <0.50 2,2-Dichloropropane 594-20-7 <0.50 1,1-Dichloropropene 563-58-6 <0.50 cis- 1,3-Dichloropropene 10061-01-5 <0.50 Surrogate: % RC Acceptable % RC Dilution Factor: 1 DibromofIuoromethane: 89 64-145 % Data Qualifiers: None Toluene -d8: 75 59-130 % 4-Bromofluorobenzene: 74 51-130 % © Orange Coast Analytical, Inc 25 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S14 -GW Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Number 20063-014 Date Date Received Sampled 6/18/2015 6/18/2015 Date Extracted 6/23/2015 Date Analyzed Matrix 6/23/2015 Water t -Amyl methyl ether (TAME) 994-05-8 <1.0 trans- l,3-Dichloropropene 10061-02-6 <0.50 Benzene 71-43-2 <0.50 Diisopropyl ether (DIPS) 108-20-3 <1.0 Bromobenzene 108-86-1 <0.50 Ethyl t -butyl ether (ETBE) 637-92-3 <1.0 Bromochloromethane 74-97-5 <0.50 Ethylbenzene 100-41-4 0.73 Bromodichloromethane 75-27-4 <1.0 Hexachiorobutadiene 87-68-3 <0.50 Bromoform 75-25-2 <0.50 Isopropylbenzene 98-82-8 2.0 Bromomethane 74-83-9 <5.0 4-Isopropyltoluene 99-87-6 0.89 ter[ -Butyl alcohol (TBA) 75-65-0 <10 Methyl t -butyl ether (MTBE) 1634-04-4 <1.0 n-Butylbenzene 104-51-8 1.3 Methylene chloride 75-09-2 <5.0 sec-Butylbenzene 135-98-8 1.6 Naphthalene 91-20-3 1.2 tert-Butylbenzene 98-06-6 <0.50 n-Propylbenzene 103-65-1 2.2 Carbon tetrachloride 56-23-5 <0.50 Styrene 100-42-5 <0.50 Chlorobenzene 108-90-7 <0.50 1,1,1,2 -Tetrachloroethane 630-20-6 <0.50 Chloroethane 75-00-3 <5.0 1,1,2,2 -Tetrachloroethane 79-34-5 <0.50 Chloroform 67-66-3 <0.50 Tetrachloroethene 127-18-4 <0.50 Chloromethane 74-87-3 <5.0 Toluene 108-88-3 <0.50 2-Chlorotoluene 95-49-8 <0.50 1,2,3-Trichlorobe nzene 87-61-6 <0.50 4-Chlorotoluene 106-43-4 <0.50 1,2,4-Trichlorobenzene 120-82-1 <0.50 Dibromochloromethane 124-48-1 <0.50 1,1,1 -Trichloroethane 71-55-6 <0.50 1,2-Dibromo-3-chloropropane 96-12-8 <2.0 1,1,2 -Trichloroethane 79-00-5 <0.50 1,2-Dibromoethane 106-93-4 <0.50 Trichloroethene 79-01-6 <0.50 Dibromomethane 74-95-3 <0.50 Trichlorofluoromethane 75-69-4 <2.0 1,2 -Dichlorobenzene 95-50-1 <0.50 1,2,3-Trichloropropane 96-18-4 <0.50 1,3 -Dichlorobenzene 541-73-1 <0.50 1,2,4-Trimethylbenzene 95-63-6 0.68 1,4 -Dichlorobenzene 106-46-7 <0.50 1,3,5-Trimethylbenzene 108-67-8 1.3 Dichlorodifluoromethane 75-71-8 <2.0 Vinyl Chloride 75-01-4 <0.50 1,1-Dichloroethane 75-34-3 <0.50 Xylenes, Total 1330-20-7 2.2 1,2-Dichloroethane 107-06-2 <0.50 1,1-Dichloroethene 75-35-4 <0.50 cis-1,2-Dichloroethene 156-59-2 <0.50 trans-1,2-Dichloroethene 156-60-5 <0.50 1,2-Dichloropropane 78-87-5 <1.0 1,3-Dichloropropane 142-28-9 <0.50 2,2-Dichloropropane 594-20-7 <0.50 1, 1 -Dichloropropene 563-58-6 <0.50 cis- 1,3-Dichloropropene 10061-01-5 <0.50 Surrogate: % RC Dibromofluoromethane: 85 Toluene -d8: 83 4-Bromofluorobenzene: 105 Acceptable % RC 64-145% 59-130% 51-130% Dilution Factor: 1 Data Qualifiers: None © Orange Coast Analytical, Inc 26 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: © Orange Coast Analytical, Inc 27 of 72 6/26/2015 Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S11 GW 20063-030 6/18/2015 6/18/2015 6/25/2015 6/25/2015 Water -arrr� psi n.iry worn; a VROD Nuff"Aa,14: nw tis-s��,a,� 'su +�: :�rwa ein,cog;userattrv�wua r�a:au an:u; ,t ,!,i , ANALYTE . ,� CAS # uo/L <, ANALYTE NOW CAS # �avimmmN Wiml.Ws%,av�I ua/L t -Amyl methyl ether (TAME) 994-05-8 <10 trans- l,3-Dichloropropene 10061-02-6 <5.0 Benzene 71-43-2 190 Diisopropyl ether (DIPE) 108-20-3 <10 Bromobenzene 108-86-1 <5.0 Ethyl t -butyl ether (ETBE) 637-92-3 <10 Bromochloromethane 74-97-5 <5.0 Ethylbenzene 100-41-4 160 Bromodichloromethane 75-27-4 <10 Hexachlorobutadiene 87-68-3 <5.0 Bromoform 75-25-2 <5.0 Isopropylbenzene 98-82-8 74 Bromomethane 74-83-9 <50 4-Isopropyltoluene 99-87-6 <5.0 tert-Butyl alcohol (TBA) 75-65-0 <100 Methyl t -butyl ether (MTBE) 1634-04-4 <10 n-Butylbenzene 104-51-8 <5.0 Methylene chloride 75-09-2 <50 sec-Butylbenzene 135-98-8 <5.0 Naphthalene 91-20-3 310 tert-Butylbenzene 98-06-6 <5.0 n-Propylbenzene 103-65-1 220 Carbon tetrachloride 56-23-5 <5.0 Styrene 100-42-5 <5.0 Chlorobenzene 108-90-7 <5.0 1,1,1,2 -Tetrachloroethane 630-20-6 <5.0 Chloroethane 75-00-3 <50 1,1,2,2 -Tetrachloroethane 79-34-5 <5.0 Chloroform 67-66-3 <5.0 Tetrachloroethene 127-18-4 <5.0 Chloromethane 74-87-3 <50 Toluene 108-88-3 <5.0 2-Chlorotoluene 95-49-8 <5.0 1,2,3-Trichlorobenzene 87-61-6 <5.0 4-Chlorotoluene 106-43-4 <5.0 1,2,4-Trichlorobenzene 120-82-1 <5.0 Dibromochloromethane 124-48-1 <5.0 1,1,1 -Trichloroethane 71-55-6 <5.0 1,2-Dibromo-3-chloropropane 96-12-8 <20 1,1,2 -Trichloroethane 79-00-5 <5.0 1,2-Dibromoethane 106-93-4 <5.0 Trichloroethene 79-01-6 <5.0 Dibromomethane 74-95-3 <5.0 Trichlorofluoromethane 75-69-4 <20 1,2 -Dichlorobenzene 95-50-1 <5.0 1,2,3-Trichloropropane 96-18-4 <5.0 1,3 -Dichlorobenzene 541-73-1 <5.0 1,2,4-Trimethylbenzene 95-63-6 <5.0 1,4 -Dichlorobenzene 106-46-7 <5.0 1,3,5-Trimethyl benzene 108-67-8 14 Dichlorodifluoromethane 75-71-8 <20 Vinyl Chloride 75-01-4 <5.0 1,1-Dichloroethane 75-34-3 <5.0 Xylenes, Total 1330-20-7 21 1,2-Dichloroethane 107-06-2 <5.0 1, 1 -Dichloroethene 75-35-4 <5.0 cis-1,2-Dichloroethene 156-59-2 <5.0 trans-1,2-Dichloroethene 156-60-5 <5.0 1,2-Dichloropropane 78-87-5 <10 1,3-Dichloropropane 142-28-9 <5.0 2,2-Dichloropropane 594-20-7 <5.0 1,1-Dichloropropene 563-58-6 <5.0 cis- 1,3-Dichloropropene 10061-01-5 <5.0 Surrogate: % RC Acceptable % RC Dilution Factor: 10 Dibromofiuoromethane: 84 64-145 % Data Qualifiers: D2, Toluene -d8: 81 59-130 % 4-Bromofluorobenzene: 92 51-130 % © Orange Coast Analytical, Inc 27 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Client Sample ID S13 -GW t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1, 2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1, 1 -Dichloroethane 1,2-Dichloroethane 1, 1 -Dichloroethene cis-1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis-1,3-Dichloropropene Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82608) Lab Sample Date Date Date Date Number Received Sampled Extracted Analyzed 20063-037 6/18/2015 6/18/2015 6/19/2015 6/19/2015 994-05-8 71-43-2 108-86-1 74-97-5 75-27-4 75-25-2 74-83-9 75-65-0 104-51-8 135-98-8 98-06-6 56-23-5 108-90-7 75-00-3 67-66-3 74-87-3 95-49-8 106-43-4 124-48-1 96-12-8 106-93-4 74-95-3 95-50-1 541-73-1 106-46-7 75-71-8 75-34-3 107-06-2 75-35-4 156-59-2 156-60-5 78-87-5 142-28-9 594-20-7 563-58-6 10061-01-5 Surrogate: % RC Dibromofluoromethane: 76 Toluene -d8: 81 4-Bromofluorobenzene: 85 <1.0 4.6 <0.50 <0.50 <1.0 <0.50 <5.0 <10 <0.50 <0.50 <0.50 <0.50 <0.50 <5.0 <0.50 <5.0 <0.50 <0.50 <0.50 <2.0 <0.50 <0.50 <0.50 <0.50 <0.50 <2.0 <0.50 <0.50 <0.50 <0.50 <0.50 <1.0 <0.50 <0.50 <0.50 <0.50 Acceptable % RC 64-145% 59-130% 51-130% trans-1,3-Dichloropropene Diisopropyl ether (DIPE) Ethyl t -butyl ether (ETBE) Ethylbenzene Hexachlorobutadiene Isopropylbenzene 4-Isopropyltoluene Methyl t -butyl ether (MTBE) Methylene chloride Naphthalene n-Propylbenzene Styrene 1,1,1,2 -Tetrachloroethane 1,1,2,2 -Tetrachloroethane Tetrachloroethene Toluene 1,2,3-Trichlo robe nzene 1,2,4-Trichlo robe nzene 1,1,1 -Trichloroethane 1,1,2 -Trichloroethane Trichloroethene Trichlorofluoromethane 1,2,3-Trichloropropane 1,2,4 -Trim ethyl benzene 1,3,5-Trimethylbenzene Vinyl Chloride Xylenes, Total Dilution Factor: 1 Data Qualifiers: None 10061-02-6 108-20-3 637-92-3 100-41-4 87-68-3 98-82-8 99-87-6 1634-04-4 75-09-2 91-20-3 103-65-1 100-42-5 630-20-6 79-34-5 127-18-4 108-88-3 87-61-6 120-82-1 71-55-6 79-00-5 79-01-6 75-69-4 96-18-4 95-63-6 108-67-8 75-01-4 1330-20-7 Matrix Water <0.50 <1.0 <1.0 1.1 <0.50 1.4 0.57 50 <5.0 9.2 1.4 <0.50 <0.50 <0.50 <0.50 <0.50 <0.50 <0.50 <0.50 <0.50 <0.50 <2.0 <0.50 0.57 0.53 <0.50 2.6 © Orange Coast Analytical, Inc 28 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GC/MS (EPA 82606) © Orange Coast Analytical, Inc 29 of 72 6/26/2015 Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix Method Blank MBMN0619151 6/19/2015 6/19/2015 Water { 7umnr'a�w�ii�'!��inin,�,'�s=a�ssaaa.:an;mis,a��+s.u��a,,,rvn�s;a;r€ts.an,��,,m��iwr..��+>�.auaasaha,���iuti��immtt,��rums�re,�.�sat�mt�n��e:�ar„d ANALYTE CAS # pg/L ANALYTE �w7w.�ce,�:wsarurw CAS # uo/L t -Amyl methyl ether (TAME) 994-05-8 <1.0 trans-1,3-Dichloropropene 10061-02-6 <0.50 Benzene 71-43-2 <0.50 Diisopropyl ether (DIPS) 108-20-3 <1.0 Bromobenzene 108-86-1 <0.50 Ethyl t -butyl ether (ETRE) 637-92-3 <1.0 Bromochloromethane 74-97-5 <0.50 Ethylbenzene 100-41-4 <0.50 Bromodichloromethane 75-27-4 <1.0 Hexachlorobutadiene 87-68-3 <0.50 Bromoform 75-25-2 <0.50 Isopropylbenzene 98-82-8 <0.50 Bromomethane 74-83-9 <5.0 4-Isopropyltoluene 99-87-6 <0.50 tert-Butyl alcohol (TBA) 75-65-0 <10 Methyl t -butyl ether (MTBE) 1634-04-4 <1.0 n-Butylbenzene 104-51-8 <0.50 Methylene chloride 75-09-2 <5.0 sec-Butylbenzene 135-98-8 <0.50 Naphthalene 91-20-3 <0.50 tert-Butylbenzene 98-06-6 <0.50 n-Propylbenzene 103-65-1 <0.50 Carbon tetrachloride 56-23-5 <0.50 Styrene 100-42-5 <0.50 Chlorobenzene 108-90-7 <0.50 1,1,1,2 -Tetrachloroethane 630-20-6 <0.50 Chloroethane 75-00-3 <5.0 1,1,2,2 -Tetrachloroethane 79-34-5 <0.50 Chloroform 67-66-3 <0.50 Tetrachloroethene 127-18-4 <0.50 Chloromethane 74-87-3 <5.0 Toluene 108-88-3 <0.50 2-Chlorotoluene 95-49-8 <0.50 1,2,3-Trichlorobenzene 87-61-6 <0.50 4-Chlorotoluene 106-43-4 <0.50 1,2,4-Trichlorobenzene 120-82-1 <0.50 Dibromochloromethane 124-48-1 <0.50 1,1,1 -Trichloroethane 71-55-6 <0.50 1,2-Dibromo-3-chloropropane 96-12-8 <2.0 1,1,2 -Trichloroethane 79-00-5 <0.50 1,2-Dibromoethane 106-93-4 <0.50 Trichloroethene 79-01-6 <0.50 Dibromomethane 74-95-3 <0.50 Trichlorofluoromethane 75-69-4 <2.0 1,2 -Dichlorobenzene 95-50-1 <0.50 1,2,3-Trichloropropane 96-18-4 <0.50 1,3 -Dichlorobenzene 541-73-1 <0.50 1,2,4-Trimethylbenzene 95-63-6 <0.50 1,4 -Dichlorobenzene 106-46-7 <0.50 1,3,5-Trimethylbenzene 108-67-8 <0.50 Dichlorodifluoromethane 75-71-8 <2.0 Vinyl chloride 75-01-4 <0.50 1,1-Dichloroethane 75-34-3 <0.50 Xylenes, Total 1330-20-7 <2.0 1,2-Dichloroethane 107-06-2 <0.50 1,1-Dichloroethene 75-35-4 <0.50 cis-1,2-Dichloroethene 156-59-2 <0.50 trans- l,2-Dichloroethene 156-60-5 <0.50 1,2-Dichloropropane 78-87-5 <1.0 1,3-Dichloropropane 142-28-9 <0.50 2,2-Dichloropropane 594-20-7 <0.50 1,1-Dichloropropene 563-58-6 <0.50 cis- 1,3-Dichloropropene 10061-01-5 <0.50 Surrogate: % RC Acceptable % RC Dilution Factor: 1 Dibromofluoromethane: 94 64-145% Data Qualifiers: None Toluene -d8: 76 59-130 % 4-Bromofluorobenzene: 76 51-130% © Orange Coast Analytical, Inc 29 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GC/MS (EPA 8260B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix Method Blank MBMN0623151 6/23/2015 6/23/2015 Water ANALYTE CAS # ijq/L ANALYTE CAS # 11Q/L t-Amyl methyl ether (TAME) 994-05-8 <1.0 trans-1,3-Dichloropropene 10061-02-6 <0.50 Benzene 71-43-2 <0.50 Diisopropyl ether (DIPS) 108-20-3 <1.0 Bromobenzene 108-86-1 <0.50 Ethyl t-butyl ether (ETBE) 637-92-3 <1.0 Bromochloromethane 74-97-5 <0.50 Ethylbenzene 100-41-4 <0.50 Bromodichloromethane 75-27-4 <1.0 Hexachlorobutadiene 87-68-3 <0.50 Bromoform 75-25-2 <0.50 Isopropylbenzene 98-82-8 <0.50 Bromomethane 74-83-9 <5.0 4-Isopropyltoluene 99-87-6 <0.50 tert-Butyl alcohol (TBA) 75-65-0 <10 Methyl t-butyl ether (MTBE) 1634-04-4 <1.0 n-Butylbenzene 104-51-8 <0.50 Methylene chloride 75-09-2 <5.0 sec-Butylbenzene 135-98-8 <0.50 Naphthalene 91-20-3 <0.50 tert-Butylbenzene 98-06-6 <0.50 n-Propylbenzene 103-65-1 <0.50 Carbon tetrachloride 56-23-5 <0.50 Styrene 100-42-5 <0.50 Chlorobenzene 108-90-7 <0.50 1,1,1,2-Tetrachloroethane 630-20-6 <0.50 Chloroethane 75-00-3 <5.0 1,1,2,2-Tetrachloroethane 79-34-5 <0.50 Chloroform 67-66-3 <0.50 Tetrachloroethene 127-18-4 <0.50 Chloromethane 74-87-3 <5.0 Toluene 108-88-3 <0.50 2-Chlorotoluene 95-49-8 <0.50 1,2,3-Trichlorobenzene 87-61-6 <0.50 4-Chlorotoluene 106-43-4 <0.50 1,2,4-Trichlorobenzene 120-82-1 <0.50 Dibromochloromethane 124-48-1 <0.50 1,1,1-Trichloroethane 71-55-6 <0.50 1,2-Dibromo-3-chloropropane 96-12-8 <2.0 1,1,2-Trichloroethane 79-00-5 <0.50 1,2-Dibromoethane 106-93-4 <0.50 Trichloroethene 79-01-6 <0.50 Dibromomethane 74-95-3 <0.50 Trichlorofluoromethane 75-69-4 <2.0 1,2-Dichlorobenzene 95-50-1 <0.50 1,2,3-Trichloropropane 96-18-4 <0.50 1,3-Dichlorobenzene 541-73-1 <0.50 1,2,4-Trimethylbenzene 95-63-6 <0.50 1,4-Dichlorobenzene 106-46-7 <0.50 1,3,5-Trimethylbenzene 108-67-8 <0.50 Dichlorodifluoromethane 75-71-8 <2.0 Vinyl chloride 75-01-4 <0.50 1,1-Dichloroethane 75-34-3 <0.50 Xylenes, Total 1330-20-7 <2.0 1,2-Dichloroethane 107-06-2 <0.50 1,1-Dichloroethene 75-35-4 <OZO cis- 1 2- Dichloroethene 156-59-2 <0.50 trans- 1,2- Dichloroethe ne 156-60-5 <0.50 1,2-Dichloropropane 78-87-5 <1.0 1,3-Dichloropropane 142-28-9 <0.50 2,2-Dichloropropane 594-20-7 <0.50 1, 1 -Dichloropropene 563-58-6 <0.50 cis- 1,3- Dichloropropene 10061-01-5 <0.50 Surrogate: % RC Acceptable % RC Dilution Factor: 1 Dibromofluoromethane: 89 64-145% Data Qualifiers: None Toluene-d8: 77 59-130 % 4-Bromofluorobenzene: 81 51-130% ©Orange Coast Analytical, Inc 30 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Volatile Organics by GUMS (EPA 82606) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix Method Blank MBMN0625151 6/25/2015 6/25/2015 Water t -Amyl methyl ether (TAME) Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane tert-Butyl alcohol (TBA) n-Butylbenzene sec-Butylbenzene tert-Butylbenzene Carbon tetrachloride Chlorobenzene Chloroethane Chloroform Chloromethane 2-Chlorotoluene 4-Chlorotoluene Dibromochloromethane 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane Dibromomethane 1,2 -Dichlorobenzene 1,3 -Dichlorobenzene 1,4 -Dichlorobenzene Dichlorodifluoromethane 1, 1 -Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethene cis- 1,2-Dichloroethene trans- l,2-Dichloroethene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane 1,1-Dichloropropene cis- 1,3-Dichloropropene Surrogate: Dibromofluoromethane: Toluene -d8: 4-Bromofluorobenzene: 994-05-8 <1.0 trans- l,3-Dichloropropene 10061-02-6 <0.50 71-43-2 <0.50 Diisopropyl ether (DIPS) 108-20-3 <1.0 108-86-1 <0.50 Ethyl t -butyl ether (ETBE) 637-92-3 <1.0 74-97-5 <0.50 Ethylbenzene 100-41-4 <0.50 75-27-4 <1.0 Hexachlorobutadiene 87-68-3 <0.50 75-25-2 <0.50 Isopropylbenzene 98-82-8 <0.50 74-83-9 <5.0 4-Isopropyltoluene 99-87-6 <0.50 75-65-0 <10 Methyl t -butyl ether (MTBE) 1634-04-4 <1.0 104-51-8 <0.50 Methylene chloride 75-09-2 <5.0 135-98-8 <0.50 Naphthalene 91-20-3 <0.50 98-06-6 <0.50 n-Propylbenzene 103-65-1 <0.50 56-23-5 <0.50 Styrene 100-42-5 <0.50 108-90-7 <0.50 1,1,1,2 -Tetrachloroethane 630-20-6 <0.50 75-00-3 <5.0 1,1,2,2 -Tetrachloroethane 79-34-5 <0.50 67-66-3 <0.50 Tetrachloroethene 127-18-4 <0.50 74-87-3 <5.0 Toluene 108-88-3 <0.50 95-49-8 <0.50 1,2,3-Trichlorobenzene 87-61-6 <0.50 106-43-4 <0.50 1,2,4-Trichlorobenzene 120-82-1 <0.50 124-48-1 <0.50 1,1,1 -Trichloroethane 71-55-6 <0.50 96-12-8 <2.0 1,1,2 -Trichloroethane 79-00-5 <0.50 106-93-4 <0.50 Trichloroethene 79-01-6 <0.50 74-95-3 <0.50 Trichlorofluoromethane 75-69-4 <2.0 95-50-1 <0.50 1,2,3-Trichloropropane 96-18-4 <0.50 541-73-1 <0.50 1,2,4-Trimethylbenzene 95-63-6 <0.50 106-46-7 <0.50 1,3,5-Trimethylbenzene 108-67-8 <0.50 75-71-8 <2.0 Vinyl chloride 75-01-4 <0.50 75-34-3 <0.50 Xylenes, Total 1330-20-7 <2.0 107-06-2 <0.50 75-35-4 <0.50 156-59-2 <0.50 156-60-5 <0.50 78-87-5 <1.0 142-28-9 <0.50 594-20-7 <0.50 563-58-6 <0.50 10061-01-5 <0.50 % RC 84 78 83 Acceptable % RC 64-145% 59-130% 51-130% Dilution Factor: 1 Data Qualifiers: None © Orange Coast Analytical, Inc 31 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Extractable Fuel Hydrocarbons (EPA 8015B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S12-GW 20063-007 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water ANALYTE m-Q/L Surrogate: % RC* C13-C22 <0.1 Octacosane 104 Dilution Factor: 1 Acc Recovery: 46-161 % Data Qualifiers: None S12-GW 20063-007 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water 1MCM41111ORM "NORMAN, NO 1111, !9 ANALYTE mQ/L - Surrogate: % RC* C23-C32 <0.3 Octacosane 104 Dilution Factor: 1 Acc Recovery: 46-161 % Data Qualifiers: None S12-GW 20063-007 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water �I'logg,liN�tgktlj(4i*tiaii�qtm.lr."!Ilo!l.i AiLi.itrktohllfmiil,mviil".,qrlu%ta�imalNi,134m:qPK-�1i5141kT5 illfiltifi.Mi!fjlil,Ul.-OlONIFIlgui1691&-Utltbllu,:.MICMM� diuqllii�h�RUMNU$NI�lF00im�!fllq;tliii!JPirA,m�oilf,dviihnvtiI'MPI!Nuaa-ii5l;iilk,luifiql,q��,gLion6UI!Iilirw:iP,,IINj�'Rb�Ai�,;ti',l4qi"fm�,iI ANALYTE mQ/L Surrogate: % RC* C33-C44 <0.3 Octacosane 104 Dilution Factor: 1 Acc Recovery: 46-161 % Data Qualifiers: None S14-GW 20063-014 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water ANALYTE mQ/L Surrogate: % RC* C13-C22 <0.1 Octacosane 110 Dilution Factor: 1 * Acc Recovery: 46-161 % Data Qualifiers: None S14 -GW 20063-014 6118/2015 6/18/2015 6/19/2015 6/23/2015 Water ANALYTE mQ/L Surrogate: % RC* C23 -C32 <0.3 Octacosane 110 Dilution Factor: 1 Acc Recovery: 46-161 % Data Qualifiers: None @ Orange Coast Analytical, Inc 32 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Extractable Fuel Hydrocarbons (EPA 8015B) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S14 -GW 20063-014 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water ANALYTE mQ/L Surrogate: % RC* C33 -C44 <0.3 Octacosane 110 Dilution Factor: 1 * Acc Recovery: 46-161 % Data Qualifiers: None S11 -GW 20063-030 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water "Gi,'SWSI(i4Y[IFf@d4 mgiR li Ma}RItv1'Yis 9s,3;.,3A Mjte#�3.u3"1531C1k.JYP'i.910.wA i.!iMith'id'tlE i1.N,i3lfl.,LtL31:.hki.I.ILs3,iE1iH,N kai.!',I:.WEiU!ti. ilt�YflSilp �81YIN(14 L�:fiS@iiFi!?isMitk,A3�"Y,W51Rikl JJP3IiF3s�d41 t Y lrA��i,tifAltk'Ai'1.ILItk,.F.�� ANALYTE mQ/L �I.ilt.g4Nt4 Surrogate: % RC* C13 -C22 0.46 Octacosane 111 Dilution Factor: 1 * Acc Recovery: 46-161 % Data Qualifiers: None SI1-GW 20063-030 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water 41 l :P.t {v'L&' aA:Na?.�i„f�lNb.B''ASAW'4ii¢R�3!§F.NFiN"R3G1Wk,;.it�i!I 4GIFtr Gi.am X'6i`t'kk �iM�&.'E�{#IL. aI,*d ltnliimALilr LY ,�`,if ut6fi=W,up,�C :SEUIIBtfl ti .E t[l`GaUar'�.iLa '�2. 1i�&,AnSc`kG3i}�?6'3iiii.Etle,k.l�,P rB'l. rsV$h i��ie`� ANALYTE mQ/L Surrogate: % RC* C23 -C32 <0.3 Octacosane 111 Dilution Factor: 1 * Acc Recovery: 46-161 % Data Qualifiers: None SI1-GW 20063-030 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water ANALYTE mg/L/L Surrogate: % RC* C33 -C44 <0.3 Octacosane 111 Dilution Factor: 1 * Acc Recovery: 46-161 % Data Qualifiers: None S13 -GW 20063-037 6/18/2015 6/18/2015 6/19/2015 6/24/2015 Water ANALYTE ma/L/L -, Surrogate: % RC* C13 -C22 <0.1 Octacosane 112 Dilution Factor: 1 * Acc Recovery: 46-161 % Data Qualifiers: None ©Orange Coast Analytical, Inc 33 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Extractable Fuel Hydrocarbons (EPA 80156) Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S13 -GW 20063-037 6/18/2015 6/18/2015 6/19/2015 6/23/2015 Water ANALYTE mq/L Surrogate: % RC" C23 -C32 <0.3 Octacosane 112 Dilution Factor: 1 * Acc Recovery: 46-161 % Data Qualifiers: None S13 -GW 20063-037 6/18/2015 6/18/2015 6/19/2015 6/24/2015 Water ANALYTE C33 -C44 Dilution Factor: 1 Data Qualifiers: None Method Blank ANALYTE C13 -C22 Dilution Factor: 1 Data Qualifiers: None Method Blank ANALYTE C23 -C32 Dilution Factor: 1 Data Qualifiers: None Method Blank ANALYTE C33 -C44 Dilution Factor: 1 Data Qualifiers: None mo/L Surrogate: % RC' <0.3 Octacosane 112 Acc Recovery: 46-161 % MBJB0619152 6/19/2015 6/23/2015 Water mo/L Surrogate: % RC* <0.1 Octacosane 108 Acc Recovery: 46-161 % MBJB0619152 6/19/2015 6/23/2015 Water mg/L Surrogate: % RC• <0.3 Octacosane 108 Acc Recovery: 46-161 % MBJB0619152 6/19/2015 6/23/2015 Water �;ii �,��s,.-.��s�i ia��a;�ch�,E.�ua-1•F�, i.,�,�� ni.eaieii;ur�!..a.,,3 ,.:�,��r�iF. ,.w�,Y,�tia. �-�:<« �,a,.��. .�.4�-�,w „ra��r,�., mo/L Surrogate: % RC` <0.3 Octacosane 108 " Acc Recovery: 46-161 % ©Orange Coast Analytical, Inc 34 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Gasoline Range Organics - GROs (EPA M8015S) Gasoline Range Organics (GROs) are quantitated against a gasoline standard. © Orange Coast Analytical, Inc 35 of 72 6/26/2015 Lab Sample Date Date Date Date Client Sample ID Number Received Sampled Extracted Analyzed Matrix S12 -GW 20063-007 6/18/2015 6/18/2015 6/22/2015 6/22/2015 Water �lliJL,9r.ti,�,�IIu"4"i k5i i.'a'CSYaF.Iia�'.,lH W'.n�G,flidRRWINTGG.019tSd'AIW'igmmifIHYVIIl6,irlq l!,r.ill kHOW! OFniEOWllt9lii.�n7�.l�l..f,91,Ytihl:ill ii4NUid;H`.F�Yt%F9k94.tl 3YH 5tHii.K:�k.b"�lLi .'�xRld3g�lAti3W'H�tt h�€xi µ�3�LI N'�t}g,`i9Ailid�'.�3i ANALYTE uq/L Surrogate: % RC* .�i�$i dL #;NIA�SI!!93?iL'Ti1� TPH as GROs(C4-C12) <50 a-a-a-Trifluorotoluene 85 Dilution Factor: 1 * Acceptable Recovery: 36-134 % Data Qualifiers: None S14 -GW 20063-014 6/18/2015 6/18/2015 6/22/2015 6/22/2015 Water '"kY'I,.NA4ityryCP:NtFiA�+pAI IU�dI YI:IkN�CN#f2tl Ntia, PoF�iRGYlU�L'3I.IG%'39:d1.:IF9iAIt1k:.NFEitRm�i�:ti�s}N�T£h.R%.tL7ilCJ..R3 f+,9€..r.�f,U��a'PitRldd@ito&"�IIAI"„#E ((JIitNC�f4NkRA(tryl�Aih9Ri iri€H,ikARlfs%Eii�Rli:i�'�r3_si�9r,4h1S fHIv.,,CB�Iti�JttltftMJi,�LBkJS,:il141Ci,d..F:tS.i„17'15�55°R'. tl� ANALYTE ug/L Surrogate: % RC* TPH as GROs(C4-C12) 1100 a-a-a-Trifluorotoluene 104 Dilution Factor: 1 * Acceptable Recovery: 36-134 % Data Qualifiers: None S11 -GW 20063-030 6/18/2015 6/18/2015 6/22/2015 6/22/2015 Water Bh.i�ifJi,gs`N+blli!�:3Pea.N 1b11,G Rie LYfiN IiGIA )iiia SSNf Hf41 A.i&N1t6�.,�i3.�i'.k atlC.iRS3=P.Iltl�ttNni:!d,+lllF; I(; h,Ek ,ICN L.,6af�i.W39PN1.i. MYla'uiRh;lt ti]✓NVIINS FRdNNL.[R�:.?FPaiLTG6liiA3,li@}°dfe"kN!!�Ilki.�rN119fi�RP1�`�!�li,.i.,k7#3(P,�SAII,�kll. W4ltk�RFnIi184Y4 tfii..�15 tRR,Ri tRi pN1 ANALYTE I&L Surrogate: % RC* TPH as GROs(C4-C12) 3000 a-a-a-Trifluorotoluene 109 Dilution Factor: 5 * Acceptable Recovery: 36-134 % Data Qualifiers: D2, S13 -GW 20063-037 6/18/2015 6/18/2015 6/22/2015 6/22/2015 Water I ;l 1 L:,.,,ki,t�'1b NilfNl�l-0Pr..,h#hL.r"iiP.N:Inl.t�.,�.J;kiL�l'iF3i L., t; dke iik.ih Zia tN. An�d,a aie Ai illi A:ie�d..fik,.x�t".ti31.k�t i;,rc+tlu+x;i.-4+Iba 1114F.JPdi>il'CBtbuhd �l.e'w.iWt+41�M,I.r1,4J-;�ltaA.k�.d;kil Tea ii. tAi6s3i N�R..;Ri WiL Ii4„k41GR.: Fu3N51;� ANALYTE ug/L Surrogate: % RC* TPH as GROs(C4-C12) <50 a-a-a-Trifluorotoluene 78 Dilution Factor: 1 * Acceptable Recovery: 36-134 % Data Qualifiers: None Method Blank MBJB0622151 6/22/2015 6/22/2015 Water [@ „3dlXsN is 1, 9i .txu'I ANALYTE >,a llIia:x':.N�I Io>fe�?U.Pi: A„"..u.3.iNi tom: Yl. tfi.itN,�:alu9��if.tf.l,(li;i. ug/L 16�AINliNb. kile'yN!SII.n.It..,,6iif),�RW.I„,4:hill3a, R19�.Sx.zcl„�.I�n,J1!Iti4R..».a.�. Surrogate: % RC* th „e;. TPH as GROs(C4-C12) <50 a-a-a-Trifluorotoluene 91 Dilution Factor: 1 * Acceptable Recovery: 36-134 % Data Qualifiers: None Gasoline Range Organics (GROs) are quantitated against a gasoline standard. © Orange Coast Analytical, Inc 35 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 36 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix ADI -2-0.5 20063-001 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 3.7 mg/kg 06/23/15 06/24/15 1 S12-0.5 20063-002 6/18/2015 6/18/2015 Soil t ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qua] DF Antimony 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Arsenic 6010B 4.8 mg/kg 06/23/15 06/24/15 -- 1 Barium 601 OB 29 mg/kg 06/23/15 06/24/15 1 Beryllium 6010B <0.50 mg/kg 06/23/15 06/24/15 -- 1 Cadmium 60106 0.38 mg/kg 06/23/15 06/24/15 1 Chromium 6010B 7.8 mg/kg 06/23/15 06/24/15 -- 1 Cobalt 6010B 3.2 mg/kg 06/23/15 06/24/15 -- 1 Copper 6010B 9.1 mg/kg 06/23/15 06/24/15 1 Lead 6010B 15 mg/kg 06/23/15 06/24/15 -- 1 Mercury 7471 A <0.10 mg/kg 06/23/15 06/23/15 -- 1 Molybdenum 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Nickel 6010B 4.9 mg/kg 06/23/15 06/24/15 -- 1 Selenium 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Silver 6010B <0.50 mg/kg 06/23/15 06/24/15 1 Thallium 6010B <2.0 mg/kg 06/23/15 06/24/15 - 1 Vanadium 6010B 22 mg/kg 06/23/15 06/24/15 -- 1 Zinc 6010B 31 mg/kg 06/23/15 06/24/15 1 © Orange Coast Analytical, Inc 36 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 37 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix ADI -2-1.5 20063-003 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 60106 12 mg/kg 06/23/15 06/24/15 - 1 ADI -2-3.0 20063-004 6/18/2015 6/18/2015 Soil j ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 60106 7.4 mg/kg 06/23/15 06/24/15 - 1 ADI -2-4.0 20063-005 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 60106 5.6 mg/kg 06/23/15 06/24/15 - 1 © Orange Coast Analytical, Inc 37 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 38 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S12-5.0 20063-006 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 60108 <1.0 mg/kg 06/23/15 06/24/15 - 1 Arsenic 6010B 2.3 mg/kg 06/23/15 06/24/15 - 1 Barium 6010B 14 mg/kg 06/23/15 06/24/15 -- 1 Beryllium 6010B <0.50 mg/kg 06/23/15 06/24/15 -- 1 Cadmium 6010B <0.20 mg/kg 06/23/15 06/24/15 -- 1 Chromium 6010B 3.3 mg/kg 06/23/15 06/24/15 -- 1 Cobalt 6010B 1.4 mg/kg 06/23/15 06/24/15 -- 1 Copper 6010B 2.9 mg/kg 06/23/15 06/24/15 -- 1 Lead 6010B 5.2 mg/kg 06/23/15 06/24/15 -- 1 Mercury 7471A <0.10 mg/kg 06/23/15 06/23/15 1 Molybdenum 6010B <1.0 mg/kg 06/23/15 06/24/15 1 Nickel 6010B 2.1 mg/kg 06/23/15 06/24/15 -- 1 Selenium 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Silver 6010B <0.50 mg/kg 06/23/15 06/24/15 - 1 Thallium 60106 <2.0 mg/kg 06/23/15 06/24/15 1 Vanadium 6010B 7.8 mg/kg 06/23/15 06/24/15 -- 1 Zinc 6010B 13 mg/kg 06/23/15 06/24/15 -- 1 ADI -3-0.5 20063-008 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 9.2 mg/kg 06/23/15 06/24/15 -- 1 © Orange Coast Analytical, Inc 38 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 39 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S14-0.5 20063-009 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 60108 <1.0 mg/kg 06/23/15 06/24/15 -- 1 Arsenic 6010B 4.4 mg/kg 06/23/15 06/24/15 -- 1 Barium 6010B 38 mg/kg 06/23/15 06/24/15 1 Beryllium 6010B <0.50 mg/kg 06/23/15 06/24/15 1 Cadmium 60108 0.43 mg/kg 06/23/15 06/24/15 1 Chromium 6010B 7.9 mg/kg 06/23/15 06/24/15 -- 1 Cobalt 60108 10 mg/kg 06/23/15 06/24/15 -- 1 Copper 6010B 5.5 mg/kg 06/23/15 06/24/15 - 1 Lead 60108 19 mg/kg 06/23/15 06/24/15 1 Mercury 7471A <0.10 mg/kg 06/23/15 06/23/15 -- 1 Molybdenum 6010B <1.0 mg/kg 06/23/15 06/24/15 1 Nickel 6010B 3.3 mg/kg 06/23/15 06/24/15 -- 1 Selenium 60108 <1.0 mg/kg 06/23/15 06/24/15 -- 1 Silver 60108 <0.50 mg/kg 06/23/15 06/24/15 -- 1 Thallium 60108 <2.0 mg/kg 06/23/15 06/24/15 -- 1 Vanadium 60108 12 mg/kg 06/23/15 06/24/15 1 Zinc 60108 26 mg/kg 06/23/15 06/24/15 -- 1 ADI -3-1.5 20063-010 6/18/2015 6/18/2015 Soil t ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 60108 1.8 mg/kg 06/23/15 06/24/15 -- 1 © Orange Coast Analytical, Inc 39 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals Lab Sample Date Date Client Sample ID Number Received Sampled Matrix ADI -3-3.0 20063-011 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 1.7 mg/kg 06/23/15 06/24/15 -- 1 ADI -3-4.0 20063-012 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 60108 2.0 mg/kg 06/23/15 06/24/15 - 1 © Orange Coast Analytical, Inc 40 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 41 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S14-5.0 20063-013 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 60108 <1.0 mg/kg 06/23/15 06/24/15 -- 1 Arsenic 6010B 4.1 mg/kg 06/23/15 06/24/15 -- 1 Barium 6010B 11 mg/kg 06/23/15 06/24/15 -- 1 Beryllium 6010B <0.50 mg/kg 06/23/15 06/24/15 1 Cadmium 6010B 0.24 mg/kg 06/23/15 06/24/15 1 Chromium 6010B 4.4 mg/kg 06/23/15 06/24/15 -- 1 Cobalt 6010B 2.0 mg/kg 06/23/15 06/24/15 -- 1 Copper 6010B <2.0 mg/kg 06/23/15 06/24/15 -- 1 Lead 6010B 0.78 mg/kg 06/23/15 06/24/15 -- 1 Mercury 7471A <0.10 mg/kg 06/23/15 06/23/15 - 1 Molybdenum 6010B 4.3 mg/kg 06/23/15 06/24/15 1 Nickel 6010B 2.4 mg/kg 06/23/15 06/24/15 1 Selenium 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Silver 6010B <0.50 mg/kg 06/23/15 06/24/15 -- 1 Thallium 6010B <2.0 mg/kg 06/23/15 06/24/15 - 1 Vanadium 60108 9.7 mg/kg 06/23/15 06/24/15 -- 1 Zinc 60108 11 mg/kg 06/23/15 06/24/15 -- 1 ADI -4-0.5 20063-015 6/18/2015 6/18/2015 Soil 1 ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 13 mg/kg 06/23/15 06/24/15 1 © Orange Coast Analytical, Inc 41 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals 0 Orange Coast Analytical, Inc 42 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received - Sampled Matrix ADI -4-1.5 20063-016 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B <0.50 mg/kg 06/23/15 06/24/15 1 ADI -4-3.0 20063-017 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B <0.50 mg/kg 06/23/15 06/24/15 1 ADI -4-4.0 20063-018 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 0.63 mg/kg 06/23/15 06/24/15 -- 1 ADI -5-1.0 20063-019 6/18/2015 6/18/2015 Soil w ^ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 1.4 mg/kg 06/23/15 06/24/15 -- 1 ADI -5-1.5 20063-020 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B <0.50 mg/kg 06/23/15 06/24/15 1 ADI -5-3.0 20063-021 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 3.6 mg/kg 06/23/15 06/24/15 -- 1 0 Orange Coast Analytical, Inc 42 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals @ Orange Coast Analytical, Inc 43 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix ADI -5-4.0 20063-022 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 60108 1.8 mg/kg 06/23/15 06/24/15 1 ADI -1-0.5 20063-023 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DIF Lead 60108 3.5 mg/kg 06/23/15 06/24/15 1 @ Orange Coast Analytical, Inc 43 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals @ Orange Coast Analytical, Inc 44 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S11-0.5 20063-024 6/18/2015 6/18/2015 Soil MM ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 6010B <1.0 mg/kg 06/23/15 06/24/15 Arsenic 60108 4.1 mg/kg 06/23/15 06/24/15 Barium 60108 40 mg/kg 06/23/15 06/24/15 Beryllium 60108 <0.50 mg/kg 06/23/15 06/24/15 Cadmium 6010B 0.37 mg/kg 06/23/15 06/24/15 Chromium 6010B 6.8 mg/kg 06/23/15 06/24/15 Cobalt 60108 3.5 mg/kg 06/23/15 06/24/15 Copper 6010B 8.3 mg/kg 06/23/15 06/24/15 Lead 6010B 3.4 mg/kg 06/23/15 06/24/15 Mercury 7471 A <0.10 mg/kg 06/23/15 06/23/15 Molybdenum 6010B <1.0 mg/kg 06/23/15 06/24/15 Nickel 60108 4.6 mg/kg 06/23/15 06/24/15 Selenium 6010B <1.0 mg/kg 06/23/15 06/24/15 Silver 6010B <0.50 mg/kg 06/23/15 06/24/15 Thallium 6010B <2.0 mg/kg 06/23/15 06/24/15 Vanadium 60108 17 mg/kg 06/23/15 06/24/15 Zinc 6010B 29 mg/kg 06/23/15 06/24/15 ADU -1.5 20063-025 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 4.4 mg/kg 06/23/15 06/24/15 1 @ Orange Coast Analytical, Inc 44 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 0 Orange Coast Analytical, Inc 45 of 72 6/26/2015 Metals Lab Sample Date Date Client Sample ID Number Received Sampled Matrix ADLi-3.0 20063-026 6/18/2015 6/18/2015 Soil PM1 ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 60108 9.1 mg/kg 06/23/15 06/24/15 -- 1 ADL -1-4.0 20063-027 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 13 mg/kg 06/23/15 06/24/15 1 0 Orange Coast Analytical, Inc 45 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Sample Client Sample ID Number SI1-5 20063-028 ANALYTE EPA Method Antimony 6010B Arsenic 601 OB Barium 6010B Beryllium 6010B Cadmium 60108 Chromium 60106 Cobalt 60108 Copper 60108 Lead 6010B Mercury 7471A Molybdenum 60108 Nickel 6010B Selenium 6010B Silver 6010B Thallium 6010B Vanadium 60108 Zinc 6010B Lab Reference #: NAM 20063 Project Name: Newport Project #: Metals Date Date Received Sampled Matrix 6/18/2015 6/18/2015 Soil Result Units Date Extracted Date Analyzed Qual DF <1.0 mg/kg 06/23/15 06/24/15 -- 1 7.4 mg/kg 06/23/15 06/24/15 1 26 mg/kg 06/23/15 06/24/15 - 1 <0.50 mg/kg 06/23/15 06/24/15 -- 1 0.38 mg/kg 06/23/15 06/24/15 -- 1 6.3 mg/kg 06/23/15 06/24/15 -- 1 2.9 mg/kg 06/23/15 06/24/15 -- 1 6.1 mg/kg 06/23/15 06/24/15 -- 1 10 mg/kg 06/23/15 06/24/15 - 1 <0.10 mg/kg 06/23/15 06/23/15 1 2.0 mg/kg 06/23/15 06/24/15 1 4,2 mg/kg 06/23/15 06/24/15 -- 1 <1.0 mg/kg 06/23/15 06/24/15 -- 1 <0.50 mg/kg 06/23/15 06/24/15 -- 1 <2.0 mg/kg 06/23/15 06/24/15 -- 1 16 mg/kg 06/23/15 06/24/15 - 1 23 mg/kg 06/23/15 06/24/15 - 1 © Orange Coast Analytical, Inc 46 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Sample Client Sample ID Number SI1-10 20063-029 ANALYTE EPA Method Antimony 6010B Arsenic 6010B Barium 6010B Beryllium 6010B Cadmium 6010B Chromium 6010B Cobalt 6010B Copper 6010B Lead 6010B Mercury 7471 A Molybdenum 60108 Nickel 6010B Selenium 6010B Silver 6010B Thallium 60106 Vanadium 601013 Zinc 6010B Lab Reference #: NAM 20063 Project Name: Newport Project #: Metals Date Date Received Sampled Matrix 6/18/2015 6/18/2015 Soil t Result Units Date Extracted Date Analyzed Qual DF <1.0 mg/kg 06/23/15 06/24/15 -- 1 3.6 mg/kg 06/23/15 06/24/15 -- 1 12 mg/kg 06/23/15 06/24/15 -- 1 <0.50 mg/kg 06/23/15 06/24/15 -- 1 <0.20 mg/kg 06/23/15 06/24/15 1 4.1 mg/kg 06/23/15 06/24/15 - 1 2.7 mg/kg 06/23/15 06/24/15 1 8.7 mg/kg 06/23/15 06/24/15 1 3.8 mg/kg 06/23/15 06/24/15 -- 1 <0.10 mg/kg 06/23/15 06/23/15 1 <1.0 mg/kg 06/23/15 06/24/15 1 2.8 mg/kg 06/23/15 06/24/15 - 1 <1.0 mg/kg 06/23/15 06/24/15 1 <0.50 mg/kg 06/23/15 06/24/15 -- 1 <2.0 mg/kg 06/23/15 06/24/15 -- 1 13 mg/kg 06/23/15 06/24/15 -- 1 15 mg/kg 06/23/15 06/24/15 1 © Orange Coast Analytical, Inc 47 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 48 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S13-0.5 20063-031 6/18/2015 6/18/2015 Soil = ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Arsenic 60108 4.9 mg/kg 06/23/15 06/24/15 -- 1 Barium 60108 51 mg/kg 06/23/15 06/24/15 -- 1 Beryllium 6010B <0.50 mg/kg 06/23/15 06/24/15 1 Cadmium 6010B 0.38 mg/kg 06/23/15 06/24/15 -- 1 Chromium 6010B 7.8 mg/kg 06/23/15 06/24/15 -- 1 Cobalt 601013 2.5 mg/kg 06/23/15 06/24/15 1 Copper 60108 11 mg/kg 06/23/15 06/24/15 - 1 Lead 60108 29 mg/kg 06/23/15 06/24/15 -- 1 Mercury 7471A <0.10 mg/kg 06/23/15 06/23/15 -- 1 Molybdenum 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Nickel 6010B 4.2 mg/kg 06/23/15 06/24/15 1 Selenium 60108 <1.0 mg/kg 06/23/15 06/24/15 - 1 Silver 601013 <0.50 mg/kg 06/23/15 06/24/15 -- 1 Thallium 6010B <2.0 mg/kg 06/23/15 06/24/15 -- 1 Vanadium 601013 15 mg/kg 06/23/15 06/24/15 -- 1 Zinc 6010E 58 mg/kg 06/23/15 06/24/15 1 ADL6-0.5 20063-032 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 23 mg/kg 06/23/15 06/24/15 -- 1 © Orange Coast Analytical, Inc 48 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 49 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix ADI -6-1.5 20063-033 6/18/2015 6/18/2015 Soil f t ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 31 mg/kg 06/23/15 06/24/15 -- 1 ADI -6-3.0 20063-034 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 1.1 mg/kg 06/23/15 06/24/15 - 1 ADL6-4.0 20063-035 6/18/2015 6/18/2015 Soil .w ANALYTE EPA Method -M- . � „�- Result Units Date Extracted Date Analyzed Qual DF Lead 6010B 1.0 mg/kg 06/23/15 06/24/15 -- 1 © Orange Coast Analytical, Inc 49 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 50 of 72 6/26/2015 Lab Sample Date Date Client Sample ID _ Number Received Sampled Matrix S13-5 20063-036 6/18/2015 6/18/2015 Soil ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 6010B <1.0 mg/kg 06/23/15 06/24/15 1 Arsenic 60108 2.7 mg/kg 06/23/15 06/24/15 1 Barium 60108 4.4 mg/kg 06/23/15 06/24/15 1 Beryllium 6010B <0.50 mg/kg 06/23/15 06/24/15 -- 1 Cadmium 6010B <0.20 mg/kg 06/23/15 06/24/15 -- 1 Chromium 60108 3.4 mg/kg 06/23/15 06/24/15 -- 1 Cobalt 60108 1.3 mg/kg 06/23/15 06/24/15 -- 1 Copper 6010B <2.0 mg/kg 06/23/15 06/24/15 -- 1 Lead 6010B <0.50 mg/kg 06/23/15 06/24/15 - 1 Mercury 7471 A <0.10 mg/kg 06/23/15 06/23/15 - 1 Molybdenum 601013 <1.0 mg/kg 06/23/15 06/24/15 1 Nickel 6010B 1.2 mg/kg 06/23/15 06/24/15 -- 1 Selenium 6010B <1.0 mg/kg 06/23/15 06/24/15 -- 1 Silver 6010B <0.50 mg/kg 06/23/15 06/24/15 1 Thallium 6010B <2.0 mg/kg 06/23/15 06/24/15 -- 1 Vanadium 60106 12 mg/kg 06/23/15 06/24/15 -- 1 Zinc 601013 4.6 mg/kg 06/23/15 06/24/15 1 © Orange Coast Analytical, Inc 50 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals 0 Orange Coast Analytical, Inc 51 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix Method Blank Soil MB ID ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF MBSG0623151 Antimony 6010B <1.0 mg/kg 06/23/15 06/23/15 1 MBSG0623151 Arsenic 6010B <0.50 mg/kg 06/23/15 06/23/15 1 MBSG0623151 Barium 6010B <0.50 mg/kg 06/23/15 06/23/15 1 MBSG0623151 Beryllium 6010B <0.50 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Cadmium 6010B <0.20 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Chromium 60108 <0.50 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Cobalt 6010B <0.50 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Copper 6010B <2.0 mg/kg 06/23/15 06/23/15 1 MBSG0623151 Lead 6010B <0.50 mg/kg 06/23/15 06/23/15 - 1 MBSG0623153 Mercury 7471A <0.10 mg/kg 06/23/15 06/23/15 - 1 MBSG0623151 Molybdenum 6010B <1.0 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Nickel 6010B <0.50 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Selenium 6010B <1.0 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Silver 6010B <0.50 mg/kg 06/23/15 06/23/15 1 MBSG0623151 Thallium 6010B <2.0 mg/kg 06/23/15 06/23/15 1 MBSG0623151 Vanadium 60108 <0.50 mg/kg 06/23/15 06/23/15 -- 1 MBSG0623151 Zinc 6010B <2.0 mg/kg 06/23/15 06/23/15 -- 1 Method Blank Soil MB ID ANALYTE EPA Method Result UnL Date Extracted Date Analyzed Qual DF MBSG0623152 Lead 6010B <0.50 mg/kg 06/23/15 06/24/15 -- 1 0 Orange Coast Analytical, Inc 51 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Metals Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S12 -GW 20063-007 6/18/2015 6/18/2015 Water j ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 60108 <0.10 mg/L 06/23/15 06/24/15 -- 1 Arsenic 6010B 0.039 mg/L 06/23/15 06/24/15 1 Barium 6010B 0.38 mg/L 06/23/15 06/24/15 1 Beryllium 6010B <0.010 mg/L 06/23/15 06/24/15 1 Cadmium 6010B <0.0040 mg/L 06/23/15 06/24/15 1 Chromium 6010B 0.031 mg/L 06/23/15 06/24/15 1 Cobalt 60108 0.011 mg/L 06/23/15 06/24/15 -- 1 Copper 6010B 0.039 mg/L 06/23/15 06/24/15 1 Lead 60106 0.041 mg/L 06/23/15 06/24/15 -- 1 Mercury 7470A <0.0010 mg/L 06/24/15 06/25/15 1 Molybdenum 6010B <0.050 mg/L 06/23/15 06/24/15 1 Nickel 6010B 0.022 mg/L 06/23/15 06/24/15 - 1 Selenium 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 Silver 60108 <0.010 mg/L 06/23/15 06/24/15 -- 1 Thallium 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 Vanadium 6010B 0.095 mg/L 06/23/15 06/24/15 1 Zinc 6010B 0.17 mg/L 06/23/15 06/24/15 -- 1 © Orange Coast Analytical, Inc 52 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals © Orange Coast Analytical, Inc 53 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S14 -GW 20063-014 6/18/2015 6/18/2015 Water t ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 Arsenic 6010B <0.010 mg/L 06/23/15 06/24/15 1 Barium 6010B 0.14 mg/L 06/23/15 06/24/15 - 1 Beryllium 60108 <0.010 mg/L 06/23/15 06/24/15 -- 1 Cadmium 6010B <0.0040 mg/L 06/23/15 06/24/15 1 Chromium 6010B 0.017 mg/L 06/23/15 06/24/15 -- 1 Cobalt 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Copper 60108 0.020 mg/L 06/23/15 06/24/15 -- 1 Lead 60108 <0.040 mg/L 06/23/15 06/24/15 -- 1 Mercury 7470A <0.0010 mg/L 06/24/15 06/25/15 - 1 Molybdenum 6010B <0.050 mg/L 06/23/15 06/24/15 - 1 Nickel 60108 <0.010 mg/L 06/23/15 06/24/15 -- 1 Selenium 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 Silver 60108 <0.010 mg/L 06/23/15 06/24/15 -- 1 Thallium 60108 <0.10 mg/L 06/23/15 06/24/15 -- 1 Vanadium 6010B 0.019 mg/L 06/23/15 06/24/15 1 Zinc 6010B 0.028 mg/L 06/23/15 06/24/15 - 1 © Orange Coast Analytical, Inc 53 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals 0 Orange Coast Analytical, Inc 54 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S11 -GW 20063-030 6/18/2015 6/18/2015 Water ANALYTE EPA Method Result Units Date Extracted Date Analyzed ual DF Antimony 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 Arsenic 60108 0.019 mg/L 06/23/15 06/24/15 -- 1 Barium 60108 0.48 mg/L 06/23/15 06/24/15 - 1 Beryllium 60108 <0.010 mg/L 06/23/15 06/24/15 -- 1 Cadmium 60108 <0.0040 mg/L 06/23/15 06/24/15 -- 1 Chromium 60108 0.015 mg/L 06/23/15 06/24/15 -- 1 Cobalt 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Copper 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Lead 60108 <0.040 mg/L 06/23/15 06/24/15 -- 1 Mercury 7470A <0.0010 mg/L 06/24/15 06/25/15 1 Molybdenum 6010B <0.050 mg/L 06/23/15 06/24/15 - 1 Nickel 6010B <0.010 mg/L 06/23/15 06/24/15 - 1 Selenium 6010B <0.10 mg/L 06/23/15 06/24/15 - 1 Silver 60108 <0.010 mg/L 06/23/15 06/24/15 1 Thallium 60108 <0.10 mg/L 06/23/15 06/24/15 -- 1 Vanadium 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Zinc 60108 <0.020 mg/L 06/23/15 06/24/15 1 0 Orange Coast Analytical, Inc 54 of 72 6/26/2015 Mr. Michael Cushner Lab Reference #: NAM 20063 Ninyo & Moore Project Name: Newport 475 Goddard 200 Project #: Irvine, CA, 92618 Metals 0 Orange Coast Analytical, Inc 55 of 72 6/26/2015 Lab Sample Date Date Client Sample ID Number Received Sampled Matrix S13 -GW 20063-037 6/18/2015 6/18/2015 Water ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF Antimony 60108 <0.10 mg/L 06/23/15 06/24/15 -- 1 Arsenic 6010B 0.040 mg/L 06/23/15 06/24/15 -- 1 Barium 6010B 0.081 mg/L 06/23/15 06/24/15 -- 1 Beryllium 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Cadmium 6010B <0.0040 mg/L 06/23/15 06/24/15 -- 1 Chromium 6010B 0.013 mg/L 06/23/15 06/24/15 -- 1 Cobalt 6010B <0.010 mg/L 06/23/15 06/24/15 1 Copper 6010B <0.010 mg/L 06/23/15 06/24/15 1 Lead 6010B <0.040 mg/L 06/23/15 06/24/15 1 Mercury 7470A <0.0010 mg/L 06/24/15 06/25/15 - 1 Molybdenum 6010B <0.050 mg/L 06/23/15 06/24/15 - 1 Nickel 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Selenium 6010B <0.10 mg/L 06/23/15 06/24/15 1 Silver 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Thallium 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 Vanadium 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 Zinc 60108 <0.020 mg/L 06/23/15 06/24/15 -- 1 0 Orange Coast Analytical, Inc 55 of 72 6/26/2015 Mr. Michael Cushner Ninyo & Moore 475 Goddard 200 Irvine, CA, 92618 Lab Reference #: NAM 20063 Project Name: Newport Project #: Metals Lab Sample Date Date Client Sample ID Number Received Sampled Matrix Method Blank Water MB ID ANALYTE EPA Method Result Units Date Extracted Date Analyzed Qual DF MBSG0623155 Antimony 60108 <0.10 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Arsenic 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Barium 60108 <0.010 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Beryllium 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Cadmium 6010B <0.0040 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Chromium 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Cobalt 6010B <0.010 mg/L 06/23/15 06/24/15 - 1 MBSG0623155 Copper 6010B <0.010 mg/L 06/23/15 06/24/15 1 MBSG0623155 Lead 6010B <0.040 mg/L 06/23/15 06/24/15 -- 1 MBSG0624151 Mercury 7470A <0.0010 mg/L 06/24/15 06/25/15 1 MBSG0623155 Molybdenum 601 OB <0.050 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Nickel 60108 <0.010 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Selenium 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Silver 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Thallium 6010B <0.10 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Vanadium 6010B <0.010 mg/L 06/23/15 06/24/15 -- 1 MBSG0623155 Zinc 6010B <0.020 mg/L 06/23/15 06/24/15 - 1 © Orange Coast Analytical, Inc 56 of 72 6/26/2015 QA/QC Report for Extactable Fuel Hydrocarbons (EPA 801513/8015M) Reporting units: ppm Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/22/2015 Date of Analysis: 6/22/2015 Dup Date of Analysis: 6/22/2015 Laboratory Sample #: 20056-004 MS/MSD Qualifiers: None Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual EFH as Diesel 0.00 1000 1370 1400 137 140 2 70-153 23 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) MS MSD Qual Octacosane 146 144 ❑ Laboratory Control Sample Date of Extraction: 6/22/2015 Date of Analysis: 6/22/2015 Dup Date of Analysis: 6/22/2015 Laboratory Sample #: JB0622153 LCS Qualifiers: None Ell LCSD Qual ACP % RC 117 ❑ 66-157 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual EFH as Diesel 1000 1170 1130 117 113 3 70-130 20 ❑ © Orange Coast Analytical, Inc 57 of 72 6/26/2015 QA/QC Report for Volatile Fuel Hydrocarbons (EPA 801513) Reporting units: ppm Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/23/2015 Date of Analysis: 6/23/2015 Dup Date of Analysis: 6/23/2015 Laboratory Sample #: 20063-002 MS/MSD Qualifiers: R2, Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual VFH as Gasoline 0.00 0.250 0.234 0.145 94 58 47 46-140 32 0 Surrogate Recoveries for Spike Samples Surrogate (%RC) MS MSD Qual la-a-a-Trifluorotolu me 98 86 l Laboratory Control Sample Date of Extraction: 6/23/2015 Date of Analysis: 6/23/2015 Dup Date of Analysis: 6/23/2015 Laboratory Sample #: JB0623151 LCS Qualifiers: None LCs LCSD I Qual ACP % RC 97 83 ❑ 41-130 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual VFH as Gasoline 0.250 0.230 .0.187 92 75 21 51-133 30 ❑ © Orange Coast Analytical, Inc 58 of 72 6/26/2015 QA/QC Report for Volatile Fuel Hydrocarbons (EPA 801513) Reporting units: ppm Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/24/2015 Date of Analysis: 6/24/2015 Dup Date of Analysis: 6/24/2015 Laboratory Sample #: 20063-013 MS/MSD Qualifiers: None Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual VFH as Gasoline 0.00 5.00 3.24 2.86 65 57 12 46-140 32 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) I MS I MSD IQual la-a-a-Trifluorotoluene 1 105 1 102 1❑ Laboratory Control Sample Date of Extraction: 6/24/2015 Date of Analysis: 6/24/2015 Duo Date of Analysis: 6/24/2015 Laboratory Sample #: JB0624151 LCS Qualifiers: None LCS LCSD Qual ACP % RC 95 81 E] 41-130 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual VFH as Gasoline 5.00 4.01 3.88 80 78 3 - 51-133 30 ❑ © Orange Coast Analytical, Inc 59 of 72 6/26/2015 QA/QC Report for Volatile Organic Compounds (EPA 826013) Reporting units: ppb Matrix Spike (MS) ! Matrix Spike Duplicate (MSD) Date of Extraction: 6/19/2015 Date of Analysis: 6/19/2015 Dup Date of Analysis: 6/19/2015 Laboratory Sample #: 20063-002 MS/MSD Qualifiers: None Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual 1,1-Dichloroethene 0.00 10.0 5.90 5.50 59 55 7 48-135 32 ❑ Benzene 0.00 10.0 9.00 8.70 90 87 3 56-136 35 ❑ Trichloroethene 0.00 10.0 9.10 8.70 91 87 4 57-140 37 ❑ Toluene 0.00 10.0 8.30 8.10 83 81 2 58-130 36 1 ❑ Chlorobenzene 0.00 10.0 9.50 9.20 95 92 3 59-131 38 1 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) MS MSD Qual Dibromofluoromethane 89 90 ❑ Toluene -d8 75 75 ❑ 4-Bromofluorobenzene 76 78 ❑ Laboratory Control Sample Date of Extraction: 6/19/2015 Date of Analysis: 6/19/2015 Dup Date of Analysis: 6/19/2015 Laboratory Sample #: MN0619152 LCS Qualifiers: None LCS LCSD Qual 93 94 ❑ 76 75 ❑ 76 77 ❑ ACP % RC 42-144 58-130 52-130 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual 1,1-Dichloroethene 10.0 7.10 6.10 71 61 15 54-138 20 ❑ Benzene 10.0 9.20 8.90 92 89 3 59-138 20 ❑ Trichloroethene 10.0 9.60 9.40 96 94 2 62-143 20 ❑ Toluene 10.0 8.50 8.20 85 82 4 60-130 20 ❑ Chlorobenzene 10.0 9.20 9.00 92 90 2 64-130 20 ❑ ©Orange Coast Analytical, Inc 60 of 72 6/26/2015 QA/QC Report for Volatile Organic Compounds (EPA 826013) Reporting units: ppb Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/24/2015 Date of Analysis: 6/24/2015 Dup Date of Analysis: 6/24/2015 Laboratory Sample #: 20067-009 MS/MSD Qualifiers: None Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %aMS %MSD RPD ACP %MS ACP RPD Qual 1,1-Dichloroethene 0.00 10.0 8.40 7.90 84 79 6 48-135 32 ❑ Benzene 0.00 10.0 10.2 _ 9.70 102 97 5 56-136 35 ❑ Trichloroethene 0.00 10.0 10.4 9.90 104 99 5 57-140 37 ❑ Toluene 0.00 10.0 9.20 8.80 92 88 4 58-130 36 1 ❑ Chlorobenzene 0.00 10.0 10.2 9.70 102 97 5 59-131 38 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) MS MSD I Qual Dibromofluoromethane 90 92 ❑ Toluene -d8 73 74 ❑ 4-Bromofluorobenzene 81 81 ❑ Laboratory Control Sample Date of Extraction: 6/24/2015 Date of Analysis: 6/24/2015 Dup Date of Analysis: 6/24/2015 Laboratory Sample #: MN0624151 LCS Qualifiers: None ACP % RC 42-144 58-130 52-130 Analyte SPC CONC 'Immo LCSD %LCS m®0 RPD ACP %LCS ACP RPD Qual 1,1-Dichloroethene ACP % RC 42-144 58-130 52-130 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual 1,1-Dichloroethene 10.0 8.10 8.60 81 86 6 54-138 20 ❑ Benzene 10.0 9.30 9.80 93 98 5 59-138 20 ❑ Trichloroethene 10.0 9.70 10.2 97 102 5 62-143 20 ❑ Toluene 10.0 8.50 8.90 85 89 5 60-130 20 ❑ Chlorobenzene 10.0 9.20 9.80 92 98 6 64-130 20 ❑ © Orange Coast Analytical, Inc 61 of 72 6/26/2015 QA/QC Report for Volatile Organic Compounds (EPA 826013) Reporting units: ppb Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/25/2015 Date of Analysis: 6/25/2015 Dup Date of Analysis: 6/25/2015 Laboratory Sample #: 20065-006 MS/MSD Qualifiers: R2, Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual 1,1-Dichloroethene 0.00 10.0 6.70 8.30 67 83 21 51-133 20 10.0 Benzene 0.00 10.0 8.20 10.4 82 104 24 60-132 20 9.40 Trichloroethene 0.00 10.0 8.60 11.0 86 110 24 59-138 20 ❑� Toluene 0.00 10.0 7.90 9.80 79 98 21 58-130 21 ❑ Chlorobenzene 0.00 10.0 11 8.80 11.1 88 111 23 67-130 1 20 Surrogate Recoveries for Spike Samples Surrogate (%RC) MS MSD Qual Dibromofluoromethane 84 84 ❑ Toluene -d8 77 78 ❑ 4-Bromofluorobenzene 82 83 ❑ Laboratory Control Sample Date of Extraction: 6/25/2015 Date of Analysis: 6/25/2015 Dup Date of Analysis: 6/25/2015 Laboratory Sample #: MN0625151 LCS Qualifiers: None LCS LCSD Qual 83 82 ❑ 79 78 ❑ 84 83 ❑ ACP % RC 64-145 59-130 51-130 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual 1,1-Dichloroethene 10.0 7.70 7.50 77 75 3 54-138 20 ❑ Benzene 10.0 9.10 8.80 91 88 3 61-138 20 ❑ Trichloroethene 10.0 9.40 9.30 94 93 1 64-141 20 ❑ Toluene 10.0 8.60 8.40 86 84 2 60-130 20 ❑ Chlorobenzene 10.0 9.20 8.90 92 89 3 64-132 20 ❑ ©Orange Coast Analytical, Inc 62 of 72 6/26/2015 QA/QC Report for Volatile Organic Compounds (EPA 82606) Reporting units: ppb Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/19/2015 Date of Analysis: 6/19/2015 Dup Date of Analysis: 6/19/2015 Laboratory Sample #: AZ9554-002 MS/MSD Qualifiers: None Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual 1, 1 -Dichloroethene 0.00 10.0 7.20 6.40 72 64 12 51-133 20 ❑ Benzene 0.00 10.0 10.8 9.70 108 97 11 60-132 20 ❑ Trichloroethene 0.00 10.0 10.9 9.80 109 98 11 59-138 20 ❑ Toluene 0.00 10.0 9.70 8.70 97 87 11 58130 21 ❑ Chlorobenzene 0.00 10.0 11.0 10.0 110 100 10 67-130 20 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) MS MSD Qual Dib_ro_mofluoromethane 96 95 ❑ Toluene -d8 75 75 ❑ 4-Bromofluorobenzene 77 1 76 ❑ Laboratory Control Sample Date of Extraction: 6/19/2015 Date of Analysis: 6/19/2015 Dup Date of Analysis: 6/19/2015 Laboratory Sample #: MN0619151 LCS Qualifiers: None ®mmon mm0 LCS LCSD mm0 %LCSD RPD mm0 ACP RPD Qua[ ACP % RC 64-145 59-130 51-130 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qua[ 1,1-Dichloroethene 10.0 7.40 7.20 74 72 3 54-138 20 ❑ Benzene 10.0 9.30 8.80 93 88 6 61-138 20 ❑ Trichloroethene 10.0 9.50 9.30 95 93 2 64-141 20 ❑ Toluene 10.0 8.40 8.20 84 82 2 60-130 20 ❑ Chlorobenzene 10.0 9.20 9.00 92 90 2 64-132 20 ❑ © Orange Coast Analytical, Inc 63 of 72 6/26/2015 QA/QC Report for Volatile Organic Compounds (EPA 82608) Reporting units: ppb Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/23/2015 Date of Analysis: 6/23/2015 Dup Date of Analysis: 6/23/2015 Laboratory Sample #: AZ9556-001 MS/MSD Qualifiers: None Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %aMS ACP RPD Qual 1,1-Dichloroethene 0.00 10.0 7.70 7.30 77 73 5 51-133 20 ❑ Benzene 0.00 10.0 10.2 10.1 102 101 1 60-132 20 ❑ Trichloroethene 0.00 10.0 10.3 10.0 103 100 3 59-138 20 ❑ Toluene 0.00 10.0 9.30 9.10 93 91 2 58-130 21 1 ❑ Chlorobenzene 0.00 10.0 10.5 10.3 105 103 2 67-130 20 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) MS MSD Qual Dibromofluoromethane 90 90 ❑ Toluene -d8 75 75 ❑ 4-Bromofluorobenzene 82 82 ❑ Laboratory Control Sample Date of Extraction: 6/23/2015 Date of Analysis: 6/23/2015 Duo Date of Analysis: 6/23/2015 Laboratory Sample #: MN0623151 LCS Qualifiers: None ACP % RC 64-145 59-130 51-130 Analyte SPC CONC LCS LCSD %LCS ®m0 RPD ACP %LCS ACP RPD Qual 1,1-Dichloroethene ACP % RC 64-145 59-130 51-130 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual 1,1-Dichloroethene 10.0 7.90 7.80 79 78 1 54-138 20 ❑ Benzene 10.0 10.1 9.80 101 98 3 61-138 20 ❑ Trichloroethene 10.0 10.6 10.2 106 102 4 64-141 20 ❑ Toluene 10.0 9.20 9.10 92 91 1 60-130 20 ❑ Chlorobenzene 10.0 10.0 9.90 100 99 1 64-132 20 ❑ © Orange Coast Analytical, Inc 64 of 72 6/26/2015 QA/QC Report for Extactabie Fuel Hydrocarbons (EPA 801513/8015M) Reporting units: ppm Laboratory Control Spike (LCS) / Laboratory Control Spike Duplicate (LCSD) Date of Extraction: 6/19/2015 Date of Analysis: 6/22/2015 Dup Date of Analysis: 6/22/2015 Laboratory Sample #: JB0619152 LCS/LCSD Qualifiers: None Reference #: NAM 20063 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual EFH as Diesel 2.00 1.82 1.67 91 83 9 50-130 27 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) I LCS I LCSD I Qual ACP % RC Octacosane :1 46 161 0 Orange Coast Analytical, Inc 65 of 72 6/26/2015 QA/QC Report for Volatile Fuel Hydrocarbons (EPA 80156) Reporting units: ppb Matrix Spike (MS) / Matrix Spike Duplicate (MSD) Date of Extraction: 6/22/2015 Date of Analysis: 6/22/2015 Dup Date of Analysis: 6/22/2015 Laboratory Sample #: 20055-018 MS/MSD Qualifiers: None Reference #: NAM 20063 Analyte R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual VFH as Gasoline 0.00 100 92.0 83.0 92 83 10 42-140 28 ❑ Surrogate Recoveries for Spike Samples Surrogate (%RC) I MS MSD I Qual la-a-a-Trifluorotoluene 1 99 91 1 ❑ Laboratory Control Sample Date of Extraction: 6/22/2015 Date of Analysis: 6/22/2015 Duo Date of Analysis: 6/22/2015 Laboratory Sample #: JB0622151 LCS Qualifiers: None LL LCSD Qua[ ACP % RC 98 90 ❑ 36-134 Analyte SPC CONC LCS LCSD %LCS %LCSD RPD ACP %LCS ACP RPD Qual VFH as Gasoline 100 90.0 84.0 90 84 7 48-139 31 ❑ © Orange Coast Analytical, Inc 66 of 72 6/26/2015 Reference #: NAM 20063 Matrix Spike (MS) / Matrix Spike Duplicate (MSD) QA/QC Report for Metals Reporting units: ppm 601OB17471A Analyte Date of Extraction MS Date of Analysis MSD Date of Analysis Laboratory Sample # R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual Antimony 6/23/2015 6/23/2015 6/23/2015 20056-001 0.00 20.0 6.78 6.33 34 32 7 75-125 20 M2, Arsenic 6/23/2015 6/23/2015 6/23/2015 20056-001 7.50 20.0 27.3 27.1 99 98 1 75-125 20 -- Barium 6/23/2015 6/23/2015 6/23/2015 20056-001 23.0 20.0 46.8 47.2 119 121 1 75-125 20 Beryllium 6/23/2015 6/23/2015 6/23/2015 20056-001 0.00 20.0 21.0 21.0 105 105 0 1 75-125 20 Cadmium 6/23/2015 6/23/2015 6/23/2015 20056-001 0.360 20.0 20.2 20.3 99 100 0 75-125 20 - Chromium 6/23/2015 6/23/2015 6/23/2015 20056-001 10.0 20.0 31.3 31.5 106 108 1 75-125 20 Cobalt 6/23/2015 6/23/2015 6/23/2015 20056-001 5.60 20.0 24.4 24.8 94 96 2 75-125 20 -- Copper 6/23/2015 6/23/2015 6/23/2015 20056-001 9.60 20.0 32.0 32.3 112 113 1 75-125 20 -- Lead 6/23/2015 6/23/2015 6/24/2015 20056-001 8.30 20.0 29.7 28.6 107 101 4 75-125 20 -- Mercury 6/23/2015 6/23/2015 6/23/2015 20056-001 0.00 1.00 1.13 1.13 113 113 0 80-120 20 -- Molybdenum 6/23/2015 6/23/2015 6/23/2015 20056-001 0.00 20.0 18.5 18.6 93 93 1 75-125 20 - Nickel 6/23/2015 6/23/2015 6/23/2015 20056-001 7.00 20.0 26.6 27.1 98 100 2 75-125 20 - Selenium 6/23/2015 6/23/2015 6/23/2015 20056-001 2.00 20.0 20.9 20.3 94 91 3 75-125 20 -- Silver 6/23/2015 6/23/2015 6/23/2015 20056-001 0.00 20.0 19.1 19.2 96 96 1 75-125 20 -- Thallium 6/23/2015 6/23/2015 6/23/2015 20056-001 0.00 20.0 17.9 17.9 89 89 0 75-125 20 -- Vanadium 6/23/2015 6/23/2015 6/23/2015 20056-001 28.0 20.0 50.6 51.6 113 118 2 75-125 20 -- Zinc 6/23/2015 6/23/2015 6/23/2015 20056-001 33.0 20.0 56.5 57.8 117 124 2 75-125 20 - Lead 6/23/2015 6/24/2015 6/24/2015 20063-011 1.70 20.0 21.5 22.2 99 102 3 75-125 20 0 Orange Coast Analytical, Inc 67 of 72 6/26/2015 Reference #: NAM 20063 Laboratory Control Sample QA/QC Report for Metals Reporting units: ppm Analyte Date of Extraction LCS Date of Analysis LCSD Date of Analysis Laboratory Sample # SPC CONC LCS LCSD %LCS % LCSD RPD ACP %LCS ACP RPD Qual Antimony 6/23/2015 6/23/2015 6/23/2015 SGO623151 20.0 20.1 20.2 100 101 0 80-120 20 -- Arsenic 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.3 20.5 101 102 1 80-120 20 -- Barium 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 21.0 21.1 105 106 0 80-120 20 -- Beryllium 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.7 20.8 104 104 0 80-120 20 Cadmium 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.1 20.3 100 101 1 80-120 20 - Chromium 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.3 20.5 101 102 1 80-120 20 Cobalt 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.0 20.2 100 101 1 80-120 20 Copper 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 22.0 22.4 110 112 2 80-120 20 - Lead 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 22.3 22.4 112 112 0 80-120 20 Molybdenum 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.6 20.6 103 103 0 80-120 20 -- Nickel 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.7 20.9 104 104 1 80-120 20 -- Selenium 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.4 20.8 102 104 2 80-120 20 -- Silver 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.6 20.8 103 104 1 80-120 20 - Thallium 6/23/2015 6/23/2015 ( 6/23/2015 SG0623151 20.0 19.0 19.2 95 96 1 80-120 20 - Vanadium 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.4 20.7 102 104 1 80-120 20 -- Zinc 6/23/2015 6/23/2015 6/23/2015 SG0623151 20.0 20.9 21.1 104 106 1 80-120 20 -- Lead 6/23/2015 6/24/2015 6/24/2015 SG0623152 20.0 22.0 21.5 110 108 2 80-120 20 Mercury 6/23/2015 6/23/2015 6/23/2015 SG0623153 1.00 1.13 1.07 113 107 5 80-120 20 0 Orange Coast Analytical, Inc 68 of 72 6/26/2015 Reference #: NAM 20063 Matrix Spike (MS) I Matrix Spike Duplicate (MSD) QA/QC Report for Metals Reporting units: ppm 601013/7470A Analyte Date of Extraction MS Date of Analysis MSD Date of Analysis Laboratory Sample # R1 SPC CONC MS MSD %MS %MSD RPD ACP %MS ACP RPD Qual Antimony 6/23/2015 6/24/2015 6/24/2015 20063-007 0.00 0.200 0.216 0.213 108 106 1 75-125 20 -- Arsenic 6/23/2015 6/24/2015 6/24/2015 20063-007 0.0390 0.200 0.250 0.250 105 105 0 75-125 20 -- Barium 6/23/2015 6/24/2015 6/24/2015 20063-007 0.380 0.200 0.575 0.575 97 97 0 75-125 20 Beryllium 6/23/2015 6/24/2015 6/24/2015 20063-007 0.00 0.200 0.193 10.194 97 1 97 1 1 75-125 20 -- Cadmium 6/23/2015 6/24/2015 6/24/2015 20063-007 0.00 0.200 0.217 0.217 108 108 0 75-125 20 -- Chromium 6/23/2015 6/24/2015 6/24/2015 20063-007 0.0310 0.200 0.221 0.217 95 93 2 75-125 20 -- Cobalt 6/23/2015 6/24/2015 6/24/2015 20063-007 0.0110 0.200 0.193 0.193 91 91 0 75-125 20 Copper 6/23/2015 6/24/2015 6/24/2015 20063-007 0.0390 0.200 0.255 0.250 108 105 2 75-125 20 Lead 6/23/2015 6/24/2015 6/24/2015 20063-007 0.0410 0.200 0.227 0.226 93 93 0 75-125 20 Molybdenum 6/23/2015 6/24/2015 6/24/2015 20063-007 0.00 0.200 0.211 0.213 105 106 1 75-125 20 Nickel 6/23/2015 6/24/2015 6/24/2015 20063-007 0.0220 0.200 0.210 0.211 94 94 0 75-125 20 - Selenium 6/23/2015 6/24/2015 6/24/2015 20063-007 0.00 0.200 0.200 0.198 100 99 1 75-125 20 -- Silver 6/23/2015 6/24/2015 6/24/2015 20063-007 0.00 0.200 0.214 0.210 107 105 2 75-125 20 Thallium 6/23/2015 6/24/2015 6/24/2015 20063-007 0.00 0.200 0.168 0.165 84 83 2 75-125 20 Vanadium 6/23/2015 6/24/2015 6/24/2015 20063-007 0.0950 0.200 0.301 0.298 103 101 1 75-125 20 Zinc 6/23/2015 6/24/2015 6/24/2015 20063-007 0.170 0.200 0.358 0.349 94 90 3 75-125 20 Mercury 6/24/2015 6/25/2015 6/25/2015 20063-007 0.00 0.005000.00431 .0042 86 86 1 80-120 20 © Orange Coast Analytical, Inc 69 of 72 6/26/2015 Reference #: NAM 20063 Laboratory Control Sample QA/QC Report for Metals Reporting units: ppm Analyte Date of Extraction LCS Date of Analysis LCSD Date of Analysis Laboratory Sample # SPC CONC LCS LCSD %LCS % LCSD RPD ACP %LCS ACP RPD Qual Antimony 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.215 0.204 108 102 5 80-120 20 -- Arsenic 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.209 0.204 104 102 2 80-120 20 -- Barium 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.218 0.210 109 105 4 80-120 20 - Beryllium 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.200 0.200 100 100 0 80-120 20 - Cadmium 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.211 0.202 105 101 4 80-120 20 Chromium 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.208 0.201 104 100 3 80-120 20 -- Cobalt 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.207 0.200 103 100 3 80-120 20 -- Copper 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.221 0.212 111 106 4 80-120 20 -- Lead 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.230 0.220 115 110 4 80-120 20 Molybdenum 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.218 0.211 109 105 3 80-120 20 Nickel 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.215 0.205 108 102 5 80-120 20 Selenium 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.210 0.194 105 97 8 80-120 20 Silver 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.212 0.206 106 103 3 80-120 20 -- Thallium 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.209 0.200 104 100 4 80-120 20 -- Vanadium 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.209 0.203 104 101 3 80-120 20 -- Zinc 6/23/2015 6/24/2015 6/24/2015 SG0623155 0.200 0.217 0.213 108 106 2 80-120 20 -- Mercury 6/24/2015 6/25/2015 6/25/2015 SG0624151 0.005000.00498 .0051 100 103 4 80-120 20 - © Orange Coast Analytical, Inc 70 of 72 6/26/2015 Data Qualifier Definitions Qualifier D2 = Sample required dilution due to high concentration of target analyte. M2 = Matrix spike recovery was low, the associated blank spike recovery was acceptable. 20056-001 60108 Antimony MS/MSD N1 = See case narrative. 20063-028 82608 Sample extracted with methanol. 20063-029 82608 Sample extracted with methanol. MBHT0624151 8260B Sample extracted with methanol. R2 = RPD/RSD exceeded the laboratory acceptance limit. 20063-002 80158 VFH MS/MSD 20065-006 8260B 1,1-Dichloroethene MS/MSD 20065-006 82608 Benzene MS/MSD 20065-006 82608 Chlorobenzene MS/MSD 20065-006 82608 Trichloroethene MS/MSD S1 = Surrogate recovery was above laboratory acceptance limits. © Orange Coast Analytical, Inc 71 of 72 6/26/2015 Definition of terms: R1 Result of unspiked laboratory sample used for matrix spike determination SP CONC (or Spike Conc.) Spike concentration added to sample or blank MS Matrix Spike sample result MSD Matrix Spike Duplicate sample result %MS Percent recovery of MS: f(MS-R1) / SP CONC) x100 %MSD Percent recovery of MSD: {(MSD -R1) / SP CONC) x 100 RPD (for MS/MSD) Relative Percent Difference: ((MS -MSD) / (MS+MSD)) x 100 x 2 LCS Laboratory Control Sample result LCSD Laboratory Control Sample Duplicate result %LCS Percent recovery of LCS: f (LCS) / SP CONC) x100 %LCSD Percent recovery of LCSD: {(LCSD) / SP CONC) x 100 RPD (for LCS/LCSD) Relative Percent Difference: ((LCS-LCSD) / (LCS+LCSD)) x 100 x 2 ACP %LCS Acceptable percent recovery range for Laboratory Control Samples. ACP %MS Acceptable percent recovery range for Matrix Spike samples ACP RPD Acceptable Relative Percent Difference D Detectable, result must be greater than zero Qual A checked box indicates a data qualifier was utilized and/or required for this analyte see attached explanation. ND Analyte Not Detected © Orange Coast Analytical, Inc 72 of 72 6/26/2015 Analysis Request and Chain of Custody Record ORANGE COAST ANALYTICAL, INC. www.ocalab.com Lab Job N Page _ of 3002 Dow, Suite 532 Tustin, CA 92780 4620 E. Elwood, Suite 4 Phoenix, AZ 85040 REQUIRED TURN AROUND TIME Standard - (714) 832-0064 Fax (714) 832-0067 (480) 736-0960 Fax (480) 736-0970,mourn:` 48 Hours . 24 Hours:. CU�TOMEI2 f NFORMATiON ..? i; PROJECT INFORMATION`, COMPANY: jh PROJECT NAME. SEND REPORT TO: L• NUMBER: EMAIL ADDRESS:yy ADDRESS:�� CsQQ4 ' F I M Yi., sa 4 I (�F✓� �j' P.O. N: �s �j (✓4L; �4l.; ,soh _ ii J PHONE] FAX ' �° f "i _ SAMPLED BY. C` �i���C VLw4' > V +� �r {J� j SAMPLE ID ... -;.." .. No of saMPL�• , ; SAMPLE SAMPLE" coriTAiNE '. fCONTAINERS. ", RATE, TIME' ,. i MATRIX ! TYP{,., . d REMARKS/PRECAUTIONS �j / `2, � .ms4s — — C-7 S Total No. of Samples: Method of Shipment: Preservative: 1 = Ice 2 = HCI 3 = HNO3 4 = H2SO4 5 = NaOH 6 = Other Rel' uished By: Date/Time: Received By: Date/Time: Sample Matrix: YWW V /t—,-^-, &' 0 -Wastewater ' DW - Drinking Water elinquished By: Date/Time: Received By: Date/Time: SS - Soil/Solid GW -Groundwater OT- Other Relinquished By: Date/Time: Received For Lab By: Date/Time: �V Sample Integrity: Intact On Ice °C By signing above, client acknowledges responsibility for payment of all)5e ces requeste/on this chain of custody form and any additional services provided in support of this project. Payment is due within 30 days of invoice date unless otherwise agreed upon, in writing, with O e Coast Ana lcai, Inc. All samples remain the property of the client. A disposal fee may be imposed if client fails to pickup sample. w Analysis Request and Chain of Custody Record ORANGE COAST ANALYTICAL, INC. www.ocalab.com 'AOL An Qnno n.,,., o..:+ .. Job • f Page rvw �. ivvvvu, aurte ++ Tustin, CA 92780 Phoenix, AZ 85040 (714) 832-0064 Fax (714) 832-0067 (480) 736-0960 Fax (480) 736-0970 REQUIRED TURNAROUND TIME Standard 72.Houirs:48'Hours.: 24146'ulrs. CUSTOMER_ INFOFtMaTI a (.PRUJECT JN ORMATlON ® F Q f Q 4 il3 n1 K Vt "i V1� �• REMARKS/PRECAUTIONS COMPANY: A J� PROJECT NAME.t E" ` SEND REPORT TO: NUMBER: �v.3L \ ��>�✓t 90 A ! EMAIL: ADDRESS: ADDRESS: k -Ai'Y, 11' P.O. #: PHONE r FAX,�SAMPLED BY: '� $ANIPta:1D �� NO OF coNrAiwERs 4 SAMPLE < ` oArE + SAMPLE: TIDE; SAMPLE. = MiYTRl3( CQIUiAINER eLl A -\)L �3 z. t33`- Total No. of Samples: Method of Shipment: Preservative: 1 = Ice 2 = HCI 3 = HNO3 4 = H2SO4 5 = NaOH 6 = Other Relinq ' hed By: Date/Time: Received By: Date/Time: Sample Matrix: WW - Wastewater DW - Drinking Water SS - Soil/Solid GW -Groundwater OT- Other Rel' quished By: Date/Time: Received By: Date/Time: Relinquished By: Date/Time: Received For Lab By: Date/Time: �p Sample Integrity: Intact __. On Ice '�/ O -C -- -- ----------�-- • --r-••-�•••, •�rur^,�,,. �wa icyue cu on ams cnaln or custoay corm and any additional services provided in support of this project. Payment is due within 30 days of invoice date unless otherwise agreed upon, in writing, with ge Coast alytical, Inc. All samples remain the property of the client. A disposal fee may be imposed if client fails to pickup sample. Analysis Request and Chain of Custody Record ORANGE COAST ANALYTICAL, INC, www.ocalab.com 2(D(::)(3 Lab Job No: Page of ARM ANEM 3002 uow, Suite 532 4620 E. Elwood, Suite 4 .r Tustin, CA 92780 Phoenix, AZ 85040 --~ (714) 832-0064 Fax (714) 832-0067 (480) 736-0960 Fax (480) 736-0970 _ REQUIREQ TURN AROUND -TIME Standard: 48 Hours; "24 Hours. CU TOMER INFORMATIONPROJECT OQI MATION �� �V #, Z4� i. = O IN REl/NfARKS/PREVCSIAUTIONS COMPANY:. PROJECT NAME:: SEND REPORT TO:",y / NUMBER: EMAIL. ADDRESS: ADDRESS: P.0.8:� PHONE �..A..FAX.Ci _-�fSAMPLED BY "/3 1/SAMPLE 1(!0 - ,. "_:; .,..•. 1. NO OF CONTAINERS { ' SAf�PLE ': DATE;,.':° S�AiMPL .,TIME` f SAMPLE a^MATRtX:i" C"ONT]IINER t,TtE -.r; vaA (,kr(It 1,35-16-7 .' 1 2gt( L v[ACc, � 7° �''y� L— f(4144V_ _ (i KJ( i I " �yl �ij 1 "7 _S -Sor- > 2— ✓'� � Z_ 11434 Total No. of Samples: Method of Shipment: Preservative: 1 = Ice 2 = NCI 3 = HNO3 4 = H2SO4 5 = NaOH 6 = Other Re ' quished By: Date/Time: Ilef — /, Received By: DateMme: Sample Matrix: DW - Drinking WaterWW -Wastewater SS - Soil/Solid GW -Groundwater OT- Other elinquished By: Date/Time: Received By: Date/Time: Relinquished By: Date/Time: Received For Lab By: DateMme: 1 Sample Integrity- Intact On Ice " °C By signing above, client acknowledges responsibility for payment of all sXvices reques d on this chain of custody form and any additional services provided in support of this project. Payment is due within 30 days of invoice date unless otherwise agreed upon, in writing, with 94rige Coast A .lytical, Inc. All samples remain the property of the client. A disposal fee may be imposed if client fails to pickup sample. Sample Receipt Report Labratory Reference NAM 20063 Logged in by Mpg Received: 46118_ 17:15 _ Company Name: Ninyo 8�lic ore Method of Shipment: Hanl6i_1?IivG�1Project Manager: Mr. Michael CUShner �W w Shipping Container: Cooler _ Project Name: njeVyppf{ m w mmYm� # Shipping Containers: _3 Project #: Sample Quantity 37 Soil Chain of Custody Complete Incomplete ❑ None ❑ Samples On Ice Yes, Wet Q Yes, Blue ❑ No ❑ Temperature DOC Shipping Intact Yes N/A ❑ No ❑ Shipping Custody Seals Intact Yes ❑ N/A (VI No ❑ Samples Intact Yes V No ❑ Sample Custody Seals Intact Yes ❑ N/A V No ❑ Custody Seals Signed & Dated Yes ❑ N/A ❑d No ❑ Proper Test Containers Yes No ❑ Proper Test Preservations Yes No ❑ Samples Within Hold Times Yes F No ❑ VOAs Have Zero Headspace Yes 0 NIA ❑ No ❑ Sample Labels Complete�/❑ Incomplete ❑ None ❑ Sample Information Matches COC Yes 0 N/A ❑ No ❑ _Nates Client Notified By On <C SEW Pp�T CITY OF O � z NEWPORT BEACH i FO City Council Staff Report < RN January 26, 2016 Agenda Item No. 21 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 PHONE: 949-644-3315 TITLE: Newport Boulevard Widening from 30th Street to Via Lido — Award of Contract No. 4881 (Project 15R17) ABSTRACT - Staff has received construction bids for the Newport Boulevard Widening From 30th Street to Via Lido project and is requesting City Council's approval to award the construction contract to GMC Engineering, Inc. of Tustin, California. RECOMMENDATION: a) Approve the project plans and specifications; b) Award Contract No. 4881 to GMC Engineering, Inc. for the total bid amount of $3,967,186.45 and authorize the Mayor and City Clerk to execute the contract; c) Encumber a contingency allocation of $400,000.00 (approximately 10% of Total Bid) to cover the cost of unforeseen quantities and work not included in the original contract; and d) Approve Budget Amendment No. 16BA-029 appropriating $880,000 from the General Fund unappropriated fund balance to Newport Boulevard Widening Project, Account No. 01001927-980000-15R17, to augment funding budgeted for this work. FUNDING REQUIREMENTS: The Budget Amendment records and appropriates $880,000 in increased expenditure appropriations from General Fund unappropriated fund balance for the Newport Boulevard Widening project. 21-1 Account Description General Fund Gas Tax Measure M Competitive Water Enterprise Total Newport Boulevard Widening From 30th Street to Via Lido January 26, 2016 Page 2 Account Number 01001927-980000-15R17 12101-980000-15R17 1230050-980000-15R17 70201931-980000-15R17 Amount $880,000.00 $2,183,000.00 $1,194,000.00 $250,000.00 $4,507,000.00 Staff recommends establishing approximately ten (10) percent for contingency purposes for unforeseen conditions associated with construction. Proposed fund uses are as follows: Vendor Purpose Amount GMC Engineering, Inc. Construction Contract $3,967,186.45 GMC Engineering, Inc. Construction Contingency $400,000.00 Ninyo and Moore Environ. Monitoring, Testing, Inspection $57,185.00 Utility Agencies Dry Utility Relocation $55,000.00 Various Construction Support $25,000.00 Various Printing and Incidentals $2,628.55 Total $4,507,000.00 DISCUSSION: The proposed street widening project is a culmination of several years of effort to plan, design, permit, acquire right of way and fund an important widening project on Newport Boulevard. Originally envisioned as an intersection widening only at Newport Boulevard and 32nd Street, the infrastructure needs in this area led to a more comprehensive roadway widening, traffic signal and beautification project. Public Works was also successful in competing for and winning $3 million in grant funding for the right of way purchase and $1.19 million for the upcoming construction. As presented, this project is located on Newport Boulevard between 30th Street and Via Lido and involves widening Newport Boulevard to accommodate: • One additional northbound through lane from 30th Street to 32nd Street • One additional southbound through lane from Via Lido to 32nd Street which terminates as a right -turn only lane at 32nd Street • Bike lanes on both sides of Newport Boulevard will be extended from Via Lido to 32nd Street • Raised landscaped medians, parkway trees and some landscaping • Street light modifications and upgrades to LED's • Replacement of traffic signals at four intersections, and signing and pavement striping 21-2 Newport Boulevard Widening From 30th Street to Via Lido January 26, 2016 Page 3 As a result of the roadway widening and the addition of vehicular and bike lanes, on - street parking along Newport Boulevard between Via Lido and 30th Street will be relocated to a new public parking lot at the northwest corner of Newport Boulevard and 32nd Street. The City previously acquired the former Wachovia Bank properties located at 3201 Newport Boulevard and 3204 Marcus Avenue in order to construct the proposed public parking lot. At 10 a.m. on January 12, 2016, the City Clerk opened and read the following bids for this project: The low bid amount is 3.2 percent below the Engineer's Estimate of $4,100,000. The additional budget funding is necessary to accommodate features added to the project during design not anticipated during last year's budget process. This includes Coastal Commission requirements, further traffic signal work, additional insurance requirements, dewatering and treatment, Edison vault relocation, and the remediation and removal of underground soils and pavements. The low bidder, GMC Engineering, 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. GMC Engineering, Inc. was also recently awarded the 15th Street/Balboa Boulevard Revitalization project which is currently under construction. The work necessary for the completion of this contract consists of mobilization, traffic control, construction notification, and construction of concrete curbs, sidewalks, driveway approaches and bike lanes, storm drain improvements, replacement of traffic signal systems at four intersections, installation of LED street lights, pavement rehabilitation and construction of a new public parking lot. Construction is expected to begin immediately in February and the specifications call for an aggressive work schedule to complete a substantial portion of the project prior to the busy summer season. Demolition of the former bank building and construction of the new parking lot are specified as the first items of work. Traffic signal construction which 21-3 BIDDER TOTAL BID AMOUNT Low GMC Engineering, Inc. $3,967,186.45 2 C.S. Legacy Construction, Inc. $4,156,095.00 3 All American Asphalt $4,160,160.00 4 Los Angeles Engineering, Inc. $4,619,036.30 5 Griffith Company $4,996,176.00 6 KASA Construction, Inc. $5,439,239.50 7 M.S. Construction Management Group $5,926,325.19 The low bid amount is 3.2 percent below the Engineer's Estimate of $4,100,000. The additional budget funding is necessary to accommodate features added to the project during design not anticipated during last year's budget process. This includes Coastal Commission requirements, further traffic signal work, additional insurance requirements, dewatering and treatment, Edison vault relocation, and the remediation and removal of underground soils and pavements. The low bidder, GMC Engineering, 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. GMC Engineering, Inc. was also recently awarded the 15th Street/Balboa Boulevard Revitalization project which is currently under construction. The work necessary for the completion of this contract consists of mobilization, traffic control, construction notification, and construction of concrete curbs, sidewalks, driveway approaches and bike lanes, storm drain improvements, replacement of traffic signal systems at four intersections, installation of LED street lights, pavement rehabilitation and construction of a new public parking lot. Construction is expected to begin immediately in February and the specifications call for an aggressive work schedule to complete a substantial portion of the project prior to the busy summer season. Demolition of the former bank building and construction of the new parking lot are specified as the first items of work. Traffic signal construction which 21-3 Newport Boulevard Widening From 30th Street to Via Lido January 26, 2016 Page 4 makes up a quarter of the project cost will require the purchase of materials with long lead times and may affect a portion of the schedule. Lane closures will be necessary during the construction and accommodations are planned to reduce lane closures in the morning peak hours. Pursuant to the Contract Specifications, the contractor will have 100 consecutive working days to complete the work. Staff submitted a Coastal Development Permit (CDP) application to the California Coastal Commission (CCC) on October 31, 2014. The Coastal Commissioners approved our permit application on June 11, 2015. Although we received the Notice of Intent to Issue Permit from CCC staff on August 14, 2015, the actual CDP is still forthcoming. ENVIRONMENTAL REVIEW: In accordance with the California Environmental Quality Act (CEQA) guidelines, a Mitigated Negative Declaration (MND) was prepared, circulated for review, and adopted by City Council on October 28, 2014. 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 Attachment B — Budget Amendment 21-4 1 rm I& ATTACHMENT A PROJECT LOCATION FIN�EY AvE 32Np STREET I )TH STREET 1 NEWPORT BOULEVARD WIDENING FROM 30TH STREET TO VIA LIDO LOCATION MAP -\q U) z w J Q U CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4881 1/26/16 21-5 ATTACHMENT B City of Newport Beach B UC GE11 AMENDMENT 210115-16 EFFECT C N B U DG13TARYI FUND BALANCE: Iriarease RovElnue Estimates )e Iriarease ExpandilurePpprapriatioris ANC Tnansfeui Buc clot P ppraprialioris SIC U RCE: Iram e�isling buc ClElt apcplopriaticlris fram acciliarial Elsiimaiec rovenues x fram unappraprialec fu rid balariaEl EXRLi4 N ATION: NC. OX '169AI-CIa9 AMCUNT:j 91880,000l.oCl Iriarease in Bu c geiary Fu rid BalanCo x Declnease in Buc getary Fu ric Balariae No efleat on BudclEii Func Balaricle This bucgei amElndmerii is necll.osilec to Fplo%ica for ilhe fallawincl: Ta inaroaso expendilune appropriations Iram 111he Gerional Fund fan IHEI aanstnucltiori aarrinaat rElieltEIC 10 ttEl ( ewoort E Inc . Widenina oroiect. .4 CICC UINTING ENTRY: BUEIG EITARY AUNEI BALI NCEI F Lind Obieclt Desaripiion 01 CI 3CICIa00 C eneral Fu ric - F I. rid Balance FIEIVENUEI EISWMAIIEIS Orc Obiecit Description EDCFEINEIITUREI AFIPRCPRIATJCNS Eligried Elignec Signec inanclal P ppraval: Finaricle Ac miriistrative ARFInoe al: City Man Ci'ly Cau ricil Ali al: C ily C IorN P rrlau ni ❑ebil C nedii �88CI,GCIa.CKI ' Autorratic s a80,0aa cla ❑atEI I1."- 6 pada Dale 21-6 Dlescnipticln Chlg Number CI'la019al EWEIet Clbjoci Number 980CICICI Capkil lairpiaverrlont Pnojeclt Prajeci Number 'I5R'171 Ne" port EINc. "and Elireot Ii illiaalion Prajeci) SVnincl EI -15R'171 CONSTRUCT-C1,10-UNPEISIGN ED Eligried Elignec Signec inanclal P ppraval: Finaricle Ac miriistrative ARFInoe al: City Man Ci'ly Cau ricil Ali al: C ily C IorN P rrlau ni ❑ebil C nedii �88CI,GCIa.CKI ' Autorratic s a80,0aa cla ❑atEI I1."- 6 pada Dale 21-6 CITY OF NEWPORT BEACH City Council Staff Report September 09, 2014 Agenda Item No. 9. 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, atran@newportbeachca.gov TITLE: Newport Boulevard and 32nd Street Modification -Approval of Two Irrevocable Offer of Dedications of City Owned Parcels for Roadway Improvement Purposes - Contract C-4881 (CAP12-0009) ABSTRACT: Additional public right-of-way is required in order to accommodate the proposed widening of Newport Boulevard. Partial right-of-way dedications from two City owned parcels will be recorded for roadway improvement purposes. RECOMMENDATION: a) Approve two Irrevocable Offer of Dedications of City -owned parcels located at 3300 Newport Boulevard and 3531 Newport Boulevard; and b) Authorize the City Manager to execute the Certificate of Acceptances. FUNDING REQUIREMENTS: There is no fiscal impact related to this item. DISCUSSION: The upcoming Newport Boulevard Modification project between Via Lido and 30th Street is being developed to improve the intersection's capacities, reduce traffic congestion, and add landscaping and improve bicycle and pedestrian safety. This project involves widening Newport Boulevard to accommodate one additional northbound through lane from 30th Street to 32nd Street and one additional southbound through lane from Via Lido to 32nd Street terminating as a right -turn only lane at 32nd Street. Bike lanes on both sides of Newport Boulevard will be extended from Via Lido to 32nd Street. The intersection at 32nd Street will be modified to improve vehicle capacity. This project also involves the construction of raised landscaped medians, parkway trees and some landscaping, street light modifications with upgrades to LEDs, traffic signal modifications, and signing and pavement striping. As a result of the roadway widening and the addition of vehicular and bike lanes, on - street parking along Newport Boulevard between Via Lido and 30th Street will be eliminated. To reduce the on -street parking, a new public parking lot will be constructed on the former bank property located at the northwest corner of Newport Boulevard and 32nd Street. NE In order to facilitate these improvements, additional public right-of-way will be required. During the August 12, 2014 City Council meeting, a Purchase and Sale Agreement was approved for the purchase of the former bank parcels located at 3201 Newport Boulevard and 3204 Marcus Avenue. Negotiations with the other affected private property owner are currently ongoing. In addition to these privately owned parcels, partial roadway dedications from two City owned parcels will be required. The two affected publicly -owned parcels are located at 3300 Newport Boulevard and 3531 Newport Boulevard and are shown on the attached right-of-way dedication exhibit. Staff requests City Council approve these two street right-of-way dedications. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act ("CEQA") pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The dedication of City owned parcels for roadway right-of-way purposes does not require any public hearing. However, as part of the concept design and environment phases, the preferred roadway conceptual plan was included with the Mitigated Negative Declaration (MND) which was initially circulated for public review from June 26, 2014 to July 26, 2014. Staff realized an inadvertent error in the public noticing process and decided to recirculate the MND for a second 30 -day public review period which started on August 29, 2014 and will conclude on September 29, 2014. Depending on the comments received, the adoption of the MND is tentatively scheduled on October 28, 2014. The proposed project concept has also been reviewed and discussed as part of the annual budget review and adoption process. ATTACHMENTS: Description Attachment A - Right -of -Way Dedication Exhibit Attachment B - Irrevocable Offer of Dedication for 3300 Newport Boulevard Attachment C - Irrevocable Offer of Dedication for 3531 Newport Boulevard M ATTACHMENT A w J _z LL NEWPORT BLVD I I 3300 NEWPORT BLVD FORMER CITY HALL PARTIAL ROADWAY DEDICATION 10,788 SF I I r 3531 NEWPORT BLVD GATEWAY PARK PARTIAL ROADWAY DEDICATION 1,228 SF / EXIST. R/W PROP. R/W CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4881 9/9/14 NEWPORT BLVD AND 32ND STREET MODIFICATION ROADWAY DEDICATION m m I PROP. - ATTACHMENT A w J _z LL NEWPORT BLVD I I 3300 NEWPORT BLVD FORMER CITY HALL PARTIAL ROADWAY DEDICATION 10,788 SF I I r 3531 NEWPORT BLVD GATEWAY PARK PARTIAL ROADWAY DEDICATION 1,228 SF / EXIST. R/W PROP. R/W CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-4881 9/9/14 NEWPORT BLVD AND 32ND STREET MODIFICATION ROADWAY DEDICATION m m ATTACHMENT B RECORDING REQUESTED BY: AND WHEN RECORDED MAIL TO: City of Newport Beach Attn: Andy Tran 100 Civic Center Drive Newport Beach, CA 92660 EXEMPT FROM DOCUMENTARY TRANSFER TAX PER REV. & TAX CODE §11922 IRREVOCABLE OFFER OF DEDICATION THE UNDERSIGNED: THE CITY OF NEWPORT BEACH, A Municipal Corporation Hereby irrevocably offer to dedicate to the THE CITY OF NEWPORT BEACH, A Municipal Corporation, an easement for street and highway purposes, and public utilities, in, under, over and across the following real property in the County of Orange, State of California: See Exhibit "A" and "B" attached hereto and made a part hereof. This irrevocable offer of dedication is made pursuant to Section 7050 of the Government Code of the State of California and may be accepted at any time by the City Council of the City of Newport Beach. This irrevocable offer of dedication may be terminated and the right to accept such offer abandoned in the same manner as is prescribed for the vacation of a street or highway by Part 3 of Division 9 of the Streets and Highways Code of the State of California. Dated: THE CITY OF NEWPORT BEACH, A Municipal Corporation Signature Print Its APPROVED As TO FO"I: qCiAtlomey % V 1 im STATE OF CALIFORNIA COUNTY OF On Public, personally appeared before me, ) SS. 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 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. Sig FOR NOTARY STAMP 9-5 CERTIFICATE OF ACCEPTANCE This CERTIFICATE OF ACCEPTANCE is to certify that the interest in real property set forth in that certain Irrevocable Offer of Dedication by and between the City of Newport Beach, a California municipal corporation and charter city, as Grantee, and the City of Newport Beach, a California municipal corporation and charter city, is hereby accepted on , 2014 by the undersigned officer on behalf of the City of Newport Beach pursuant to authority conferred by Resolution No. 1992-82 of the City Council adopted on July 27, 1992. The City of Newport Beach consents to the recordation of said document in the Office of the Recorder of Orange County, State of California. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: City Attorney ATTEST: By: Leilani I. Brown, City Clerk State of California County of ORANGE CITY OF NEWPORT BEACH, A Municipal Corporation David Kiff City Manager APPkOVED AS TO �IFGRM-� DNI) City Attorney 1 r I If On , 2014 before me, Notary Public, personally appeared DAVID KIFF, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity(ies), and that by his signature on the instrument the person, 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. (Seal) EXHIBIT "A" LEGAL (DESCRIPTION APN 423-111-02 Thatportion of Lot 7 of fractional Section 28, Township 6 South, Range 10 West, San Bernardino Meridian, according to the Official Plat of said land filed in the District Land Office, August 4, 1890, in the City of Newport Beach, County of Orange, State of California, described as follows; Beginning at the southwest corner of Parcel 1 as shown on amap recorded in boo_ k_ 8-5, pages 1 and 2 of Parcel Maps in the office oftheCounty Recorder of said county; thence along the southerly line of said Parcel 1, South 89°51'10" East, 46.89 feet; thence leaving said southerly line, South 00°27'00" West, 47.25 feet; thence North 89°33'00" West, 7.65 feet; thence South, 43°47'33" West, 24.57 feet to the beginning of a non -tangent curve, concave easterly and having a radius of 2724,04 feet, a radial line of said curve bears North 82°21'27" West;; thence Southerly 98.72 feet along said curve through a central angle of 02°04'35" to the beginning of a reverse curve, concave westerly and having a radius of 58.00 feet, a radial line of said "curve bears Sputh 8426'01" East; thence Southerly 13,75 feet along said curve through a central angle of 13'35'10"; thence South 19°09'08" West, 36.43 feet to the beginning of a tangent curve, concave easterly and having a radius of 42.00 feet; thence Southerly 10.88 feet along said curve through a central angle of 14°50'20" to -the beginning of a - compound curve, concave easterly and having a radius of 2736.04feet, a radial lane of said curve bears North 85°41'12" West; thence Southerly 62.82 feet along said curve through a central angle of 01'18'56" to the beginning of a reverse curve, concave westerly and having a radius of 873.00 feet, a radial line of said curve beats South 87000'07" East; thence Southerly 74.65 feet along said curve through a central angle of 04°53'58" to the beginning of a reverse curve, concave easterly and having a radius of 37.00 feet; a radial line of said curve beats North 82°06'09" West; thence Southerly 9.24 feet along said curve through a central angle of 14°18'33"; Page 1 of 2 &%Rrdecle1373_6 D NEWPORT BEACH SCANINWGa-epal and plot for APN 423.111-02LLegal 6asuiplion APN 423-111-02.doc 9-7 thence South 39°29'57" East, 29.23 feet to the northerly line of formerly "The Hudson" per Lancaster Addition to Newport Beach recorded in book 5, page 14 of Miscellaneous Maps in the office of said County Recorder and also shown on said niap recorded in book 85, pages 1 and 2 of Parcel Maps; thence along said northerly line, North 89°51'53 West, 3390 feet to the beginning of a non -tangent curve; concave easterly and having a radius of 2754.85 feet in the easterly right of way line of Newport Boulevard as shown on said map recorded in book 85, pages 1 and 2 of Parcel Maps, a radial line of said curve bears North 89°13'38" West; thence Northerly 391.94 feet along said curve and said easterly right of way through a central angle of 08°09'06" to the Point of. Beginning. The above-described parcel of land contains 1.0,788 square feet. As more particularly shown on Exhibit "B" attached hereto and made a part hereof, This real property description and accompanying plat have been n prepared by me or under my direction in conformance with the Professional Land Surveyor's Act. OHpL [ ANpSI/ cF' TER I G� KAHLEN A No, 8746 Teri Kahlen, PLS 8746 nate °A Page 2 of 2 GARrOjernA373-0600NEWPORT BEACH SCANIDWG\Leyaland Flal for APN 4234)t-021%eyal DesctiFlim APN 92 3 4 11-02.d= M SW COR PCL 1 PMB 85/1-2 a J h- 0 L iL C Lu - zl I 30' to 4 I �i �I ro� Ico Iz��ll EXHIBIT 'B' PCL I PMB 85/1-2 47.25' S89`51'10" E 46.89' \i S00'27'00'I L—N82'21'27"W (RAD) , S43'47'33"W 30' - - _ 24,57' A=2'04'35" R=2724.04' L=98.72' Zn S84'26'01 "E (RAO) A=13'35'10" R=58.00'1 L=13.75' �1 S19°09`08"W A=14'50'20" R=42.00' L=10.88' ,N85'41'12"W (PCC) A=118'56" R=2736.04' SCALE: 1"=50' PORTION OF LOT 7 FRACTIONAL SECTION 28 T.63.; MOW, S.B.M. S87'00'07"E(PRC - - - -- } - A-4'53'58" R=873:00' �\pPPI- L At oTERI a KAHLEN 8206'09°W (pp,) No. 8746 t /t A=14'18'33" R=37.00' �TgTFOF CA�� - L=9.24' S39'29'57"E INDICATES AN EASEMENT FOR STREET PURPOSES 29.23' AREA = 10,788 SQUARE FEET N89'51'53'W LANCASTER'S ADDITION MM 5/14 33.90' (THF HUDSON) VA CONSULTING INC.REV: 0 TO ACCOMPANY LEGAL DESCRIPTION IN THE N0: 0373.01.0601 V 46 Discovery, Suite 250 COUNTY OF ORANGE, STATE OF CALIFORNIA DATE: 8/22/14 IRVINE, CA 92618 (949) 474-1400 NEWPORT BLVD AND 32ND STREET --Ajk>SURVEYOR: TK WIDENING SHEET 1 1 PROJ MGR: JW DRAFTER: SRP APN: 423-111-02 F-11 i r_[d:IT, l =1 ►1941 RECORDING REQUESTED BY: AND WHEN RECORDED MAIL TO: City of Newport Beach Attn: Andy Tran 100 Civic Center Drive Newport Beach, CA 92660 txtMK i FKUM KtUUKUINU Fttb FLK UUV I. UUUt $G/SGS EXEMPT FROM DOCUMENTARY TRANSFER TAX PER REV. & TAX CODE §11922 I10 i N WNZN_\ 10.11 *o] :1::4:01:0111 1][N1,1111 1 [91 L1 THE UNDERSIGNED: THE CITY OF NEWPORT BEACH, A Municipal Corporation Hereby irrevocably offer to dedicate to the THE CITY OF NEWPORT BEACH, A Municipal Corporation, an easement for street and highway purposes, and public utilities, in, under, over and across the following real property in the County of Orange, State of California: See Exhibit "A" and "B" attached hereto and made a part hereof. This irrevocable offer of dedication is made pursuant to Section 7050 of the Government Code of the State of California and may be accepted at any time by the City Council of the City of Newport Beach. This irrevocable offer of dedication may be terminated and the right to accept such offer abandoned in the same manner as is prescribed for the vacation of a street or highway by Part 3 of Division 9 of the Streets and Highways Code of the State of California. Dated: THE CITY OF NEWPORT BEACH, A Municipal Corporation Signature Print Its AFPROVED AS TO <'()R m ""ity Attomey 127 Im s-10 STATE OF CALIFORNIA ) SS. COUNTY OF 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 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. Signatu FOR NOTARY STAMP 9-11 CERTIFICATE OF ACCEPTANCE This CERTIFICATE OF ACCEPTANCE is to certify that the interest in real property set forth in that certain Irrevocable Offer of Dedication by and between the City of Newport Beach, a California municipal corporation and charter city, as Grantee, and the City of Newport Beach, a California municipal corporation and charter city, is hereby accepted on , 2014 by the undersigned officer on behalf of the City of Newport Beach pursuant to authority conferred by Resolution No. 1992-82 of the City Council adopted on July 27, 1992. The City of Newport Beach consents to the recordation of said document in the Office of the Recorder of Orange County, State of California. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By: City Attorney ATTEST: By: Leilani I. Brown, City Clerk State of California County of ORANGE CITY OF NEWPORT BEACH, A Municipal Corporation David Kiff City Manager AP?XOVED AS TO FORM: V v � City Attomey WIT On , 2014 before me, Notary Public, personally appeared DAVID KIFF, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity(ies), and that by his signature on the instrument the person, 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. (Seal) 9-12 EXHIBIT yoAv LEGAL DESCRIPTION APN 423-101-21 That portion of the Northeast quarter of the Southwest quarter of fractional Section 28, Township 6 South, Range 10 West, San Bcrhardino Meridian, according to the Official Plat of said land filed in the District Land Office, August 4, 1890, in the City ofNewport -Beach, County of Orange, State of California, described as follows: Beginning at thenorthwestcorner of Parcel 1 of Lot Line Adjustment N.B.L.L.A 80-1 recorded April 10, 1981 in book 14016; page 73 of Official Records in the office of the County Recorder of said County; thence along the northerly line of said Parcel 1, South 72°24'45" East, 23.78 feet to the begimring of -a tangent curve, concave southwesterly and having a radius of 10.00 feet in the northwesterly corner of the land described in a Gr n rof-Easement to the City of Newport Beach recorded July 13, 1981 in book 14138, page 666 of said Official Records; thence along the westerly line of the land described in said Grant of Easement to the City of Newport Beach, the following two courses: l) Southeasterly 13.09 feet along said curve through a central angle of 75°00'49" and 2) South 02°36'31" West, 113.93 feet to the southerly corner of the land, described in said Grant of Easement, also being on the easterly line of said Parcel 1 and the beginning of a non -tangent curve, concave westerly and having a radius of 2415.05 feet, a radial ,line of said curve bears South 82°44'14" East; thence Southerly 49.71 feet along said curve and the easterly line of said Parcel 1 through a central angle of 01°10'46" to the beginning of a non -tangent curve, concave westerly and.having a radius of 1216.98 feet, aradial lune of said carve bears South 82°28'11" East; thence leaving the easterly line of said Parcel 1, Northerly 14.09 feet along said curve through a central angle of 00°39'48" to the begiruring of a compound curve, concave westerly and having a.radius of 92.00 feet, a radial line of said crave bears South 83°07'59" East; thence Northerly 18.22 feet along said curve through a central angle of 11°20'49"; thence North 04°28'48" West, 33.58 feet to the begimung of a tangent curve, concave easterly and having a radius of 58.00 feet; Page 1 of 2 5]Projec(M373 MM NEWPORT BEACH SCANIDWGILegal and plat for APN 423-101-2111egal DescAplion APN 423-101-21.doc 9-13 thence Northerly 8,63 feet along said curve through, a central angle of 08°31'20" to the beginning of a reverse curve, concave westerly and having a radius of 1209.00 feet, a radial Iine of said curve bears South 85157'28" East; thence Northerly 58.79 feet along said curve through a central angle of 02°47'11 " to the beginning of a compound curve, concave westerly and having a radius of 1206.00 feet, a radial line of said curve bears South 88°44'39" East; thence] Northerly 21.49 feet along said curve through a central angle of 01°01'16" to the beginning of a compound curve, concave southwesterly and having a radius of 19.00 feet, a radial litre of said curve bears South 87°43'23" East; thence Northwesterly 24.78 feet along said curve through a central angle of 7444'17"; thence North 72°27'40" West, 8.96 feet to the westerly line of said Parcel 1; thence along said westerly line, North 16°57'03" East, 4.37 feet to the Point of Beginning The above-described parcel of laird contains 1,228 square feet. As more particularly shown on Exhibit "B" attached hereto and made a part hereof. This real property description and accompanying plat, have been prepared by me or under my direction in conformance with the Professional Land Surveyor's Act. UV "fieri Kahlen, PLS 8746 Date Page 2 of 2 S: Pra rtsl3]3_C60D NEWPORT BEACH SCANIOWGRegal and plat tar APN 423-101 211Legal Description APN 423-101-21.doc 9.14 P.O.B. NW COR PCL 1� N.B. LLA 80-1 BK 14016 PG 73, OR _ N16'57'03"E 4,37' Si224'4, f 2378, v N72'27'40'W 8.96'nS88*44'39"E A=74'44'17"R=19.00'L=24.78' 1 PORTION OF m° - FRACTIONAL U o SECTION 23, T.6S., R..7DSN. S.B.M, ro m 4 S85'57'28"E (PCC_, 4=831'20° R=58.00' 3: L=8.63' N A=11'20'49" a R=92.00' z L=18;22' S83'07'59"E (PCC) A=0'39'48" R=1216.98' L=14.09' RS 97/17 A=75'00'49" R=1000' 1 SCALE: 1°=30' I L=73.09' I EASEMENT TO THE CITY PER BK 14138 VARIES PG 666, O.R. I M M m _ <o I I I I I i 582'44_4yE (RAD) A-1' 7 0'46" R=2415:05' L=49.77' VARIES I S81'38'32"E (RAD) (R=1216.987) W K HRI LEN a No. 8746 1 INDICATES AN EASEMENT FOR STREET PURPOSES AREA = 1,228 SQUARE FEET slgrf OF Cp�F°��\P VA CONSULTING INC. "SHEET TO ACCOMPANY LEGAL DESCRIPTION IN THE 46 QISCOY�, @ 250 COUNTY OF ORANGE, STATE OF CALIFORNIA VIRVINE, CA 92618 (949) 474-1400 NEWPORT BLVD AND 32ND STREET AT SURVEYOR: TK WIDENING 17 9-15