Loading...
HomeMy WebLinkAboutC-7572-1 - Underground Utility Assessment District No. 116, Underground Utility Assessment District No. 116b, Underground Utility Assessment District No. 22 - Phase 1CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039FAx newportbeachca.gov October 12, 2022 Asplundh Construction, LLC Attn: David McGinley 1428 North Lemon Street Anaheim, CA 92801 Subject: Underground Utility Assessment District No. 116 Underground Utility Assessment District No. 116B Underground Utility District No. 22 - Phase 1 — C-7572-1 Dear Mr. McGinley: On October 12, 2021, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 13, 2021, Reference No. 2021000627871. The Surety for the contract is Travelers Casualty and Surety Company of America and the bond number is 107084608. Enclosed is the Faithful Performance Bond. Sincerely, L*- 4tw� 1anilwn, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 107084608 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,245.00 , being at the rate of $ 1.go per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116, 116E and UUD-22 - Phase 1. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Eight Hundred Thirteen Thousand Three Hundred Ninety Nine Dollars and 61/100 ($3,813,399.61) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the Asplundh Construction, LLC Page B-1 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 u, der this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 14th day of May 2010 . Asplundh Construction, LLC Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square, Bond/5PB, Hartford, CT 06183 Address of Surety 215-274-1634 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ` /B[( I By: Karon C. Harp V'W 4 101 Authorized Signaturerritle Ann P. Ercolani, Asst. Secretary(Ins./ "fi Ic,t ,..w Bonds) Authorized Agent Signature Kaitlyn Malkowski, Attorney -in -Fact Print Name and Title City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page B-2 /_Ty./1[6L�Zeli9/Iakin 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 of7SX WiHaY Pennsylvania County of Montgomery ) ss. On 05/16/2019 20 before me, Y-IrrnbP/AjS' VAA, Notary Public, personally appeared Ann P. Ercolani I i who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITN SS my hand and official seal. Si ature Commonwe=t4umber lvania - Notary Seal KIMBNot Public County My Cores May 4, 2022 Cober 1178828 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of QAf(fQ[RkK New Jersey County of Camden } ss. On May 14 20 19 before me, Sara P Owens Notary Public, personally appeared Kaitlyn Malkowski proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand a o icial seal. Sara P Owens cV, n �; IUQ PublicSignature New Jersey (seMy :Notary ission Expires 6-25-2023 No. 2435514 Asplundh Construction, LLC Page B-3 Travelers Casualty and Surety Company of America 4111111111111k Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surely Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint KAITLYN MALKOWSKI of PHILADELPHIA Pennsylvania , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. 007mv `h�yYv µo `+ 9�p�r V g 1 Stale of Connecticut City of Hartford ss. By: _ A" Robert L. Rane , enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. `, ti / I�ur2 My Commission expires the 30th day of June, 2021 (t). r Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casually and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, -and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 14th day of May , 2019 OF, .4� Y Kevin E. Hughes, Assr§tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880, Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power ofAttorney is attached. No. 6516 S'rATi: OF CALIFORNIA DEPARTMENT OF INSURANCE SAN F'RANCISCO Amended Certificate of Authority THIS ISTO CERTIFY, Thai, pursuant to the Insurance Cole of the State of California, Travelers Casualty and Surety Company ofAnterica Of Hartford. Connecticut, ogattked rider the lams of Connecticut, subject to its Articles oflncaporntion ar 01her ftunlamental organizational docanents, is hereby authorized to transact within this Slate, subject to all Provisions of this Certificate, die following classes ofinsurauce: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and vehicle, Automobile, Aircraft' and Miscellaneous its such classes are now or nay hereafer he defined in the Insurance Laws ofthe State of California. THIS CERTIFICATE is eipressly conditioned ullo n the holder hereof now and hereafter being is fill compliance with all. and not in violation of any, of the applicable laws and lawtid requirements made under outhorim of the Ines ofthe.S'tate ofCaltfornia as long as such laws or requirements fire in effect and applicable, and as such laws and requirements now are, or oral• hereafter be clanged or amended. IN WITNESS WHEREOF, effective as of the 1st day of July. 1997, 1 have hereunto set npt hand and cursed nqv official seal to be affixed this Mill dgv ofJnne, 1997. Fee 592.00 Chuck Quackenbush INumnn Cnmnistiomr Rec. No. Filed 5.`28.'97 By Victoria S. 5•idhury fkputr Certification 1, the undersigned Insurance Conannissioner of the .idle of California, do hereby eerdfy that I have compared the above cogv of Certificate ofAtthoriry with the duplicate oforiginat now onfile in ?)III ojf+ce, and /hell the same is a fill/, true, and correct transcript thereof, and of the whole of said duplicate, and said Certificate of Authorty Is now in fill force and effect. IN IVITNESS WHEREOF, I have hereunto set my hand and caused tuy oficial seat to be affixed this 31si deny of December. 2007. Steve Potzner lnturtnrt (bnuntttiam' Pauline D'Andrea December 17, 2021 Asplundh Construction, LLC Attn: David McGinley 1428 North Lemon Street Anaheim, CA 92801 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-6114-3005 1 949-644 -3039 FAX newportbeachca gov Subject: Underground Utility Assessment District No. 116 Underground Utility Assessment District No. 116B Underground Utility District No. 22 Phase 1 - C- 7572-1 Dear Mr. McGinley: On October 12, 2021 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 13, 2021, Reference No. 2021000627871. The Surety for the bond is Travelers Casualty and Surety Company of America and the bond number is 107084608. Enclosed is the Labor & Materials Pavment Bond. Sincerely, AA�i Leilani 1. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 107084608 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract includes, but is riot limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116, 116B and UUD-22 - Phase 1. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Eight Hundred Thirteen Thousand Three Hundred Ninety Nine Dollars and 61/100 ($3,813,399.61) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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. Asplundh Construction, LLC Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 14th day of May , %0 ;a Asplundh Construction, LLC Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square, Bond/5PB, Hartford, CT 06183 Address of Surety 215-274-1634 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron C. Harp City Attorney Authorized Signaturerritle Ann P. Ercolani, Asst. Secretary(Ins./ .) Bonds .i. Authorized Agent Signature Kaitlyn Makowski, Attorney -in -Fact _ Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. StateofEAX%KM Pennsylvania County of Montgomery )Ss. On 05/16/2019 20 before me, . Notary Public, personally appeared Ann P. Ercolani who proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. commonwealth of Pennsylvania - Notary Seal KIMBERLY S WILEY - Notary Public WITNESS my hand and official seal. Montgomery County My Commission Expires May 4, 2022 Commission Number 1178828 ignature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State ofXYalif&AS New Jersey County of Camden } ss. On May 14 , 20 19 before me, Sara P Owens Notary Public, personally appeared Kaitlyn Malkowski proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the persorl or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Sara P Owens Notary Public New Jersey My Commission Expires I No.2435514 Asplundh Construction, LLC Page A-3 Batch 12065822 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 7 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder NO FEE «$ R 0 0 1 3 2 4 4 5 8 3$« 202100062787112:24 pm 10113121 90 RIN9A N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to 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 Asplundh Construction, LLC, Anaheim, California, as Contractor, entered into a Contract on April 9, 2019. Said Contract set forth certain improvements, as follows: Underground Utility Assessment District No. 116, Underground Utility Assessment District No. 116B, Underground Utility District No. 22 — Phase 1 - C-7572-1 Work on said Contract was completed, and was found to be acceptable on October 12, 2021 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. BY Public Works Dir-ecidir City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. //jj�� Executed on tViia,��R / ✓� "e at Newport Beach, California. M A" coCity Clerk U y https://gs.secure-recordine.com/Batch/Confirmation/12065822 10/13/2021 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Asplundh Construction, LLC, Anaheim, California, as Contractor, entered into a Contract on April 9, 2019. Said Contract set forth certain improvements, as follows: Underground Utility Assessment District No. 116, Underground Utility Assessment District No. 116B, Underground Utility District No. 22 — Phase 1 - C-7572-1 Work on said Contract was completed, and was found to be acceptable on October 12, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Travelers Casualty and Surety Company of America. BY Public orks Direc r City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. �, x Executed on �V /� CApfe L;) `�°2 1 at Newport Beach, California. A .� CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted to the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 141" day of February, 2019, at which time such bids shall be opened and read for UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 (Area Bounded by Channel Place east of River Avenue / 38th Street / Balboa Boulevard) UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B (Area Bounded by Balboa Boulevard / Neptune Avenue / 4711 Street / 45th Street / Channel Road) UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE I (Balboa Boulevard between West Coast Highway and 36th Street) 7 Contract No. 7572-1 $2,800,000 Engineer's Estimate �Gir_pFt�/ rove by Vhael J. Sinacori ting City Engineer MANDATORY PRE-BID A mandatory pre-bid MEETING will be conducted for this project on JANUARY 8, 2019 at 9:30 am. At: CIVIC CENTER Community Room, 100 Civic Center Drive, Newport Beach, CA 92660. Bidders who do not attend may be considered non-responsive. Hard copy plans will be available beginning January 2, 2019 via City of Newport Beach at the Public Works Department 100 Civic Center Drive, Bay D, 2nd Floor Newport Beach, CA 92660. (949) 644-3330 Contractor License Classification(s) required for this project: "A" For further information, call Michael J. Sinacori P.E., Project Manager at (949) 644-3342 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: h_ttp://newportbeachca.gov/government/open-transl)arent/online-services/bids-rfps- vendor-registration City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE I Contract No. 7572-1 TABLE OF CONTENTS NOTICE INVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS.......................................................................................3 BIDDER'S BOND............................................................................................................6 COMPLIANCE WITH CIVIL RIGHTS ACT & AFFIRMATIVE ACTION REQ...................9 DESIGNATION OF SUBCONTRACTOR(S)..................................................................10 TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................11 NON -COLLUSION AFFIDAVIT..................................................................... 15 DESIGNATION OF SURETIES...................................................................... 16 CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................................................17 ACKNOWLEDGEMENT OF ADDENDA........................................................................19 INFORMATION REQUIRED OF BIDDER.....................................................................20 NOTICE TO SUCCESSFUL BIDDER...........................................................................23 CONTRACT................................................................................................................... 24 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND............................................................Exhibit B INSURANCE REQUIREMENTS..................................................................Exhibit C PROPOSAL............................................................................................................... PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 I+% City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT N0.116 UNDERGROUND UTILITY ASSESSMENT DIURICT NO. 11 UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE 1 Contract No, 7572-1 INSTRUCTIONS.TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS. TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashiers check (sum not less than 10 percent of the total bid price) may be received in Ileu of the BIDDER'S BOND. The title of the project and the words 'Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. ) 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 bidders 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 t shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit I 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 j Irregularity or Informality In such bids. Pursuant to Public Contract Code Section 22300, at the j 3 l 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. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on Its behalf, sent by registered mail or certified mall return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which Is not otherwise expressly provided or to which the claimant Is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied; A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from Its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City Issues Its written statement. 4 } B. If the claimant disputes the City's written statement or if the City does not Issue a written y statement In the prescribed time period, the claimant may demand in writing an Informal meet and I, confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. 1 C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall y provide a written statement identifying the portion of the claim that remains In dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days, If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation Is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected In Its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. E. MANDATORY Pre -Bid Meeting attendance is required for this Project. The signature below represents that the above has been re% wed JQ,9,,9- c101Ac Contractor's License No. & Classification Authorized Signature T it e David McGinley, Vi President /0000 5A75P56013ulil DIR Registration Number & Expiration Date Asplundh Construction, LLC Bidder Date 5 February 4, 2019 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE I Contract No. 75721 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Amount Bid ------------------------------------------------- Dollars ($ -----10%------------ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116, 116B and UUD 22 - Phase 1, Contract No. 7572-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 16th day of January , 2019. Asplundh Construction, LLC Name of Contractor (Principal) thorize Signa itle Gr gory E. Sta o , Ass Secretary Travelers Casualty and Surety Company of America Name of Surety u Authorized Agent S g ature One Tower Square, Hartford, CT 06116 Patricia A. Rambo, Attorney -in -Fact Address of Surety ^� Print Name and Title 215-255-2000 Telephone (Notary acknowledgment of Principal & Surety must be attached) 0 ACKNOWLEDGMENT ■ a a M M N K a a a M a a a M a M M M M M M M a M M a a a a a a 1 a a X a s M M 1 M M M M M M 1 M M a M a a l a a a a a 1 M M M M X 1 1 a a a a a M M N a M M M M State of Catiforta�u'�nS��V�lnlc County ofrYlXt Qe On I / 1 / I C Oi c -i _ before me, personally appeared l ¢ x\_ 'F `?rZOn NI , , Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Commonwealth of Pennsylvania - Notary Seat KIMBERLY S WILEY - Notary Public W TNESS my -.hand andofficial s al.D Montgomery County / My Commission Expires May 4, 2022 V — Commission Number 1178828 (seal) ■ M■■ a a a a M M M M M 1 a M M a a a M a M a a M 1 a 1 a a a 1 M M M M M X a a a a a a a a a■■■ a a a M M a M III 1 a a a . a l a a M a a M a M M M M M a M X ,1 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer ■❑ Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a a ■ ■ ■ ■ ■ ■ ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ 1 ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a ■ ■ ■ ■ ■ ■ . ■ ■ ■ ■ ■ ■ a a a ■ a a . a a a . a State of Pennsylvania County of , Philadelphia )SS. On January 16, 2019 before me, Maureen McNeill Notary Public, personally appeared Patricia A. Rambo ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. COMMONWEALTH OF PENNSYLVANIANOTARIAL SEAL MAUREEN McNEILL, Notary Public e City of Philadelphia, Phila. County My Commission Expires September 22, 2021 Signature .. ■ ■ ■ .......... ■ . ■ ■ ■ ■ ■ ■ ■ ■ a . ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ a ■ a ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ . a . ■ ■ . ■ ■ a ■ . ■ ■ .... , . ■ ■ ■ . ■ ■ ■ . Date of Document Type or Title of Document Number of Pages in Document OPTIONAL INFORMATION 1/16/2019 Document in a Foreign Language No Type of Satisfactory Evidence: X Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee X Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: N Thumbprint of Signer ® Check here if no thumbprint or fingerprint is available. Travelers Casualty and Surety Company of America iw► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Patricia A. Rambo of Philadelphia, Pennsylvania their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. w �,�l1WEU9lYp OJ�tYY ANp. ' 4p G'1n, ' OWN, wuwro, K' oars �.j State of Connecticut City of Hartford ss. By: Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p.T - My Commission expires the 30th day of June, 2021 �Y OM�t• �. �Ju1�J' * �'untpS Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or'any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any -Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Mar' a Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney execu d by aid Compan' s, which remains in full force and effect. Dated this / day of eOT HM e� CON4. R CONN. ' yam^ Kevin E. Hughes, As istar., Secreiary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-fact and the'detai/s of the bond to which the power is attached, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 2017 CAPITAL STOCK $ 6,480,000 CASH AND INVESTED CASH $ 137,626,346 UNEARNED PREMIUMS $ 920,416,346 BONDS 3,372,829,396 LOSSES 820,933,807 STOCKS 326,030,613 LOSS ADJUSTMENT EXPENSES 181,114,296 INVESTMENT INCOME DUE AND ACCRUED 39,230,403 COMMISSIONS 42,188,100 OTHER INVESTED ASSETS 2,641,903 TAXES, LICENSES AND FEES 13,242,950 PREMIUM BALANCES 235,706,836 OTHER EXPENSES 42,889,178 NET DEFERRED TAX ASSET 46,322,453 CURRENT FEDERAL AND FOREIGN INCOME TAXES 1,313,124 REINSURANCE RECOVERABLE 23,906,019 REMITTANCES AND ITEMS NOT ALLOCATED 82,545,307 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 20,555,872 AMOUNTS WITHHELD / RETAINED BY COMPANY FOR OTHERS 35,924,038 RECEIVABLES FROM PARENT, SUBSIDIARIES AND AFFILIATES 21,486,218 RETROACTIVE REINSURANCE RESERVE ASSUMED 793,039 ASSUMED REINSURANCE RECEIVABLE AND PAYABLE 626,835 POLICYHOLDER DIVIDENDS 9,857,423 OTHER ASSETS 5,795,705 PROVISION FOR REINSURANCE 5,066,341 ADVANCE PREMIUM 1,256,758 ESCHEAT LIABILITY 637,143 PAYABLE FOR SECURITIES LENDING 20,555,872 CEDED REINSURANCE NET PREMIUMS PAYABLE 36,704,062 OTHER ACCRUED EXPENSES AND LIABILITIES 686,489 TOTAL LIABILITIES $ 2,216,124,273 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS1,576,3122 TOTAL SURPLUS TO POLICYHOLDERS $ 2,016,636327 , TOTAL ASSETS 4,232,760,599 TOTAL LIABILITIES & SURPLUS $ 4,232,76 STATE OF CONNECTICUT COUNTY OF HARTFORD ) SS. CITY OF HARTFORD MICHAEL J. DOODY, BEING DULY SWORN, SAYS THAT HE IS SECOND VICE PRESIDENT, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31 ST DAY OF DECEMBER, 2017, SUBSCRIBED AND SWORN TO BEFORE ME THIS 16TH DAY OF MARCH, 201 B SECOND VICE PREUVENT Zl NOTARY P SUSAN M. WEISSLEDER Nolmy Public Aly Commission Expires November 30, 2022 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116. UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 146B UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE i Contract No. 7572-1.. COMPLIANCE WITH CIVIL RIGHTS ACT AND AFFIRMATIVE ACTION REQUIREMENTS 1) During the performance of the construction contract, contractor shall agree to and be bound by the following: a) Equal Employment Opportunity In connection with the execution of the contract, contractor shall not discriminate against any employee, or applicant for employment because of race, religion, color, gender, age, marital status, sexual orientation, AIDS or AIDS-related symptoms (Including HIV positive findings), or national original. Actions encompassed by this prohibition shall Include, but not be limited to, the following employment, upgrading, demotion or transfer, recruitment, or recruitment advertising; layoff or termination; rate of pay, or other forms of compensation; and selection for training, including apprenticeship. b) Sanctions for Noncompliance In the event of the contractor's noncompliance with the non-discrimination provisions of the contract, City shall impose such contract sanctions as City may determine to be appropriate, Including, but not limited to: (1) withholding of payments to contractor under the contract until contractor complies, and/or (2) cancellation, termination, or suspension of the contract, in whole or In part. ii WAsplundh Construction, LLC � } ) Bidder Authorized Slgnature/Title David McGinley, Vice President X UNDERC3RQU p UTILITY AS81488MENT DISTRICT NO. 118 ,Contract No. 7572-1 QUIGkATION OF SUBGUNTRACTORM State law requires the listing of all subcontractors who Wit 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 qualinod 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 5tandprd S ecl cations for Publip works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any rnonles 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 those subcontractors except with prior approval of the City of Newport Beach. (Use addlflonaf shoots If needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Address: Phone: State License Number: -YAM 0 DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: W Address: Phone: State License Number: DIR Reference: Email Address Asplundh Construction, LLC Bidder Authorized 819natuirdffftle 10 David McGinley, ice President Bid - Sub -Contractors Sub -Contractor Address Phone Email Lic # Dir. # ATG Trucking 860 56th St Riverside, CA 92509 714-329-2462 icampos@asplundh.com 430450 1000041465 J&S Striping 1544 S. Vinyard Ave, Ontario CA 91761 909-947-8073 iennifer@issc.biz 538211 1000006912 V&C Trucking PO Box 71015 Riverside CA 92513 951-529-6699 vctruckingcorp@gmail.com 447420 1000033827 Griffin Dewatering 7000 Jurupa Ave, Riverside CA 92504 951-737-5391 robertthomas3@aol.com 1008718 1000003023 G & F Concrete Cutting 13653 Alondra Blvd, Santa Fe Springs CA 90670 562-229-0227 kbrooks@gfconcretecutting.co 590310 100002076 m rA FA City of Newport Beach UNDERGROUND UTILITY ,A§SESSMENT DISTRICT N0.116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116R UNDERGROUND UTILITY DISTRICT NO. -22 - PHASE Coniract No. 7572-1_ TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formill Please print or type. /! FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NONRESPONSIVE. For all public agency projects you have worked on (or are currently working on) In the past 2 years in excess of $120,000, provide the following Information; 0.1 Project Name/Number Project Description Approximate Construction Dates: FromTo: _._ ___. Agency Name 0-- 0 Contact Person Telephone Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and Indicate outcome of claims. 11 No. 2 \ w tib Project Name/Number �` O� Project Description� Approximate Construction Dates: From To: Agency Name Q/ Contact Person CD' Telephone Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? if yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Project Description Approximate Construction Dates: From IT Agency Name 4 & Contact Person � Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount Is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and Indicate outcome of claims. ib No. 4 9'� Project Name/Number Project Description YLr Approximate Construction Dates: From __. V , To: Agency Name QVI Q/ Contact Person , Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 C°t' Project Name/Number -� Project Description Approximate Construction Dates: From ��_ _To: Agency Name otk Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and Indicate outcome of claims. 13 No. 6 Project Name/Number Project DescriptionlJ Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( } Original Contract Amount $ Final e tract Amount $ If final amount Is different from origlnal, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and Indicate outcome of claims. Attach additional sheets If necessary. Attach to this Bid the experience resume 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 appralsal, of the Contractor's current financial conditions. Asplundh Construction, LLC -�' Bidder Authorized Signatur /fltle David McGinley 14 Job Reference Completed Type of Project Contract Amount Final Amount Completed Client Name Contact Person City of Anaheim 201 South Tim Bass UD#57 Phase 1 $ 9,499,130.50 $ 9,901,873.36 6/22/2014 Anaheim Blvd 714-765-4287 Anaheim Ca 92805 City of Anaheim 201 South Jeremy Greaney UD# 57 Phase 2 $ 7,659,777.77 $ 8,185,384.12 11/6/2015 Anaheim Blvd 714-765-4133 Anaheim Ca 92805 City of Anaheim 201 South Mary Li UD#60 $ 6,577,722.05 $ 5,939,724.91 2/15/2015 Anaheim Blvd 714-765-4133 Anaheim Ca 92805 Overhead Installation for City of Riverside Julian Cardena Plaza Substation $ 1,011,160.00 $ 1,062,210.00 8/30/2017 2911 Adam Street 951-826-5937 Circuit 454 Riverside Ca 92504 Conversion City of Anaheim 201 South Vinh Tran UD#62 Phase 2 $ 16,977,777.00 $ 46,244,377.06 6/30/2018 Anaheim Blvd 714-765-4273 Anaheim Ca 92805 City of Anaheim 201 South Ted Mai DB#12 $ 2,967,000.00 $ 2,983,974.00 9/30/2018 Anaheim Blvd 714-765-4123 Anaheim Ca 92805 In Progress Type of Project Contract Amount Client Name Contact Person City of Anaheim 201 South Jason Rillorzaz Platinum Triangle g $ 17,197,177.00 On Going Anaheim Blvd 714-765-4659 Anaheim Ca 92805 Magnolia Aveneu and Maret Fiver- City of Riverside Julian Gardena Optic Signal $ 2,454,534.00 On Going 2911 Adam Street 951-826-5937 Intercoonect Riverside Ca 92504 Project City of Newport Underground 100 Civic Center Michael Sinacori Utility Assessment $ 2,167,875.00 On Going Drive Newport Ca 949-644-3342 Distgrict No. 117 92660 Magnolia Ave City of Riverside Julian Cardena $ 1,708,489.00 On Going 2911 Adam Street Phase 2 951-826-5937 Riverside Ca 92504 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116E UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE 1 Contract No. 75721 NON -COLLUSION AFFIDAVIT State Of (320omia Penrfylvania )ss. Countyof Montgomerl David McGinley , being first duly sworn, deposes and says that he or she is NTi r,(, prr-"i rlf,'1";of Asplundh Construction, LLCthe 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. PA. I declare under penalty of perjury of the laws of the Stale of)Calif Ia JIRE )h� fpregoing Is true and correct. Asplundh Construction, LLC �,/ V Bidder Authorized Signatu -T] a id McGinley 4th Febtu ry Subscribed and sworn to (or affirmed) before ma on this day of , 2019 by David McGinley , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws ofe State of Califo nia that the foregoing paragraph is true and correct. 1;� COMMONWEALTH OF PENNSYLVANIA Notai�I,Ibublic NOTARIAL SEAL Yl7J/ [SE LAURA ANN LOCKYER, Notary Public per Moreland Township, Montgomery County My Commission Expires April 15, 2019 ID k 1289615 15 V My Commission E=xpires: 4L, I �I/'I City of Newport Beach UNDERGROUND UTILITY ASSESSMENT 1215TRICT NO. 116.116S and !JUD»22 - Phase 1, ContLact No. 7572-1 29SIO 'ION OF SURETIES Bidder's 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); C 't"G�TO t<f i i a. ©rr,e -ro w e,r �r- SGC N"To r j CT -AS "�--r2-oo0 16 City of Newport Beach UNAERGROUND UTILITY ASSESSMENT DISTRICT NO. 11 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO., 22 - PHASE I Contract No. 75721 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name A-sokiliAns�r�e�fii�� 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. 17 Current Record Record Record Record Record Year of for for for for for Record 2018 2017 2016 2015 2014 Total 2019 No. of contracts c98 A'S CA (0 43 AlI S.b 171 Total dollar Amount of Contracts (In Thousands of $) 12. tm /Cm -00 Ilm al in�8 �q No. of fatalities No, of lost Workday Cases 0 0o2 No, of lost workday cases Involving permanent transfer to � � /`-' �✓ another job or termination of employment The information required for these items Is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 17 Legal Business Name of Bidder ,_,-a-AJ,,rl _ vnrJruA1o,2 /--"C Business Address: 'ZyLa N L.en+o,) $4 Ale -Aeon Ci4 mol Business Tel. No.: State Contractor's License No. and Classification: foa.Bi)Do, cio .41 Title \4g- Theabove Information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the Information Is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title ry 4, 201 David McGinley, Vice President 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 partnorship/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 ATTACHED) 18 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO.22 - PHASE I Contract No. 75721 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Asp� reg l.ba /IC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No, Da e ecelve r� 19 City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE I Contract No. 75721 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: Asti'i"JA �.�s�rtirr, �o Ile - Business Address: P/2 -S /j f colla el Hna6m CA q,98o/ Telephone and Fax Number:C71� W,9- - 99& % California State Contractor's License No, and Class: C/o/Al A60b (REQUIRED AT TIME OF AWARD) Original Date Issued: 7/2jExpiratlon Date: 71,019 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: crXkrCA� The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal Interest in this proposal: Name Title Address Telephone Corporation organized under the laws of the State of 20 Asplundh Construction, LLC (New York Limited Liability Company), OFFICERS President Brent D. Asplundh 1356 Meadowbrook Road, Rydal, PA 19046 Senior Vice President Frank V. Giordano 8 Valley Court, Holtsville, NY 11742 Vice President Steven G. Asplundh 2100 Buttonwood Lane, Huntingdon Valley, PA. 19006 Vice President Gregory W. Holman 2030 Huntingdon Rd., Huntingdon Valley, PA 19006 Vice President James R. Hardiman 43612 Ratliff Road, Callahan, FL 32011 Vice President Philip E. Voltz 19 Loretta Circle, Richboro, PA 18954 Vice President David G. McGinley 17 Sentinel Rd, Washington Crossing, PA 18977 Secretary -Treasurer Brian R. Bauer 23 Cameo Drive, Richboro, PA 18954 Assistant Secretary Christopher J. Macsisak 1023 Hutton Way, Yaphank, NY 11980 Assistant Secretary Nickkia S. Sellers 408 Tudor Lane, Middle Island, NY 11953 Assistant Secretary Gregory E. Staton 125 Chew Lane Wayne, PA 19087 Asst. Secretary (Title Clerk) John L. Talbot 201 Casey Way, Hatfield, PA 19440 Asst. Secretary (Title Clerk) James E. Fiant 311 Amberly Drive, Blue Bell, PA 19422 Asst. Secretary (Ins./Bonds) Dennis A. Stapola 36 Buckwalter Road, Audubon, PA 19407 Asst. Treasurer (Taxes) Ronald S. Simpson 1760 Ludwell Drive, Maple Glen, PA 19002 DIRECTORS Brent D. Asplundh 1356 Meadowbrook Road, Rydal, PA 19046 Scott M. Asplundh 1591 Hampton Road, Meadowbrook, PA 19046 Steven G. Asplundh 2100 Buttonwood Lane, Huntingdon Valley, PA 19006 Updated: 14 -February -2018 The dates of any voluntary or Involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows; NA All company, corporate, or fictitious business names used by any principal having Interest in this proposal are as follows: NIA For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved In with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N 1A Briefly summarize the parties' claims and defenses; N 1A - Have you ever had a contract terminated by the owner/agency? If so, explain. N 1A Have you ever failed to complete a project? If so, explain. N0 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 I or compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /6o 21 Are any claims or actions unresolved or outstanding? Yes /& 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 nonresponsive. Asplundh Construction, LLC Bidder Brent D. Asplundh, President (Print name of Owner or President of C t7) `j't' 71, Ir�l any,� A- � Authorized Signature tie D�, McGinley Vice President Title February 4, 2019 Date On 2�I G before me, 1,C -v cot 4- An CO .� e_ , Notary Public, personally appeared j)au4' yv�, ' I , w o proved to me on the basis of satisfactory evidence to be the persons) 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(les), 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. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WITNES .my hand and official seal. Notary Public In and f r said State My Commission Expires: �" l 7�URA WEALTH O--�NNgYLVANIA NN LOOCK ERTARIAL S Nota d TownshiEAL ry Public ssion Expipres April 5e2County ID # 1289615 22 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116, UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 11613, UNDERGROUND UTILITY DISTRICT NO. 22 — PHASE 1 CONTRACT NO. 7572-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 9th day of April, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ASPLUNDH CONSTRUCTION, LLC, a New York limited liability company ("Contractor"), whose address is 1428 N. Lemon Street, Anaheim, California 92801, 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 cant' on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly - pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116,116B and UUD- 22 - Phase 1 (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. 7572-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, as provided in the Contract Documents, 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 Eight Hundred Thirteen Thousand Three Hundred Ninety Nine Dollars and 61/100 ($3,813,399.61). 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. 3.3 Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Spectrum engineers, inspectors or other personnel will not be compensated unless said work was approved in writing by the City Engineer prior to work commencing. !�a0631X0iLT, Evil I_Tew". 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 David McGinley 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. Asplundh Construction, LLC Page 2 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 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 Asplundh Construction, LLC Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: David McGinley Asplundh Construction, LLC 1428 North Lemon Street Anaheim, CA 92801 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Properly - 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. Asplundh Construction, LLC Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Asplundh Construction, LLC Page 5 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 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 Asplundh Construction, LLC Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. Asplundh Construction, LLC Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. Asplundh Construction, LLC Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 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] Asplundh Construction, LLC Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Yl14�4 By: Aaron C. Harp City Attorney ATTEST: Date: 1.17 11 r By: 1� X, sm'�S� Le lani I. Brown City Clerk Attachments: Exhibit A Exhibit B Exhibit C CITY OF NEWPORT BEACH, a California municipal cor oration Date: 3_j g By: Diane B. Dixon Mayor CONTRACTOR: Asplundh Construction, LLC, a New York limited liability company Date: Signed in Counterpart By: David McGinley Vice President By: Signed in Counterpart Brian R. Bauer Secretary -Treasurer [END OF SIGNATURES] Labor and Materials Payment Bond Faithful Performance Bond Insurance Requirements Asplundh Construction, LLC Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: ��— Aaron C. Harp "'""' y•`�''9 City Attorney ATTEST: 0 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Diane B. Dixon Mayor CONTRACTOR: Asplundh Construction, LLC, a New York limited liability company Vice President Date: May 13, 2019 By: - Brian R. Bauer Secretary -Treasurer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C – Insurance Requirements Asplundh Construction, LLC Page 10 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 107084608 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116,116B and UUD-22 - Phase 1. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Eight Hundred Thirteen Thousand Three Hundred Ninety Nine Dollars and 611100 ($3,813,399.61) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Asplundh Construction, LLC Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by_ihe above- named bovenamed Principal and Surety, on the 14th day of may 20-",)-. Asplundh Construction, LLC Name of Contractor (Principal) Authorized Signaturemtle Ann P. Ercol/agn_i(�,, Asst. Secretary(Ins./ Travelers Casualty and Surety Company of America r / IVI(A C05W Bonds) Name of Surety Authorized Agent Signature One Tower Square, Bond/5PB, Hartford, CT 06183 Address of Surety 215-274-1634 Telephone APPROVED AS TO FORM: CITY Date: :- Aaron C. Harp City Attorney OFFICE " 6.4'19 Kaitlyn Malkowski, Attorney -in -Fact Print Name and Title = NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State ofEAXR JW Pennsylvania County of Montgomery ) ss. On 05/16/2019 20 before me, 'LYIDL�S Notary Public, personally appeared Ann P. Ercolani who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ComZm,ntgomerynia - Notary' otary Seal otary Public ;IgT�na NESS my hand and off sea-[. unty May 4, 2022r 1178828 ure (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of yal r4ja New Jersey County of Camden ) ss. On May 14 20 19 before me, Sara P Owens Notary Public, personally appeared Kaitlyn Malkowski proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sara P Owens Notary Public New Jerse Signature My Commission Expires No. 2435514 Asplundh Construction, LLC Page A-3 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 107084608 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,245.00 , being at the rate of $ 1.90 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Asplundh Construction, LLC hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT -NO. 116, 1168 and UUD-22 - Phase 1. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company of America duly authorized to transact business under the laws of -the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Three Million Eight Hundred Thirteen Thousand Three Hundred Ninety Nine Dollars and 611100 ($3,813,399.61) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the Asplundh Construction, LLC Page B-1 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 5•; tie Principal and Surety above named, on the 14th day of May ,2019 . Asplundh Construction, LLC Name of Contractor (Principal) Travelers Casualty and Surety Company of America Name of Surety One Tower Square, Bond/5PB, Hartford, CT 05183 Address of Surety 215-274-1634 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: C ( Ue By: �r aron C. Harp tUu (,.Lt 19 Authorized Signature/Title Ann P. Ercolani, Asst. Secretary(Ins./ Bonds) Authorized Agent Signature Kaitlyn Malkowski, Attorney -in -Fact Print Name and Title City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Asplundh Construction, LLC Page B-2 ACKNOWLEDGMENT A notary public or other officer completing' 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 ofXWMHX1aX Pennsylvania County of Montgomery ) ss. On 05/16/2019 20 before me, V -I rnVaM SS IA4 , Notary Public, personally appeared Ann P. Ercolani �I 1, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing oaraoranh is true and correct. WITN SS my hand and official seal. Si ature Comm f KIMBERLY SWILEY YISeal Notary Public Montgomery County My Commission NumberA122 Commission 17BB28 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of QAVj0Utjj®( New Jersey County of Camden ? ss. On May 14 20__js before me, Sara P Owens Notary Public, personally appeared Kaitlyn Makowski proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand aw/y"? cial seal. / / Sara r Owens�;/1 Notary Public Signature New Jersey (se My Commission Expires 6-25-2023 No.2435514 Asplundh Construction, LLC Page B-3 Travelers Casualty and Surety Company of America .Ak Travelers Casualty and Surety Company TRAVELERS) St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Slate of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint KAITLYN MALKOWSKI of PHILADELPHIA Pennsylvania , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. eem State of Connecticut City of Hartford as. By: ,Robert L. Rane , enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal./j �i �n,s ///'rye -_My Commission expires the 30th day of June, 2021 (0:'). .....�4 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to ad for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fled in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed In his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 14th day of May , 2019 y� rr •.p E 4v ' Kevi�Ass tant Sem cretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attomey-in-Fad and the details of the bond to which this Power of Attorney is attached. No. 6516 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority TH iS 1S TO CERTIFY, That, pursuant to the Insurance Coyle of the State of California. Travelers Casualty and Surety Company of America of flurtford. Connecticut• organi.ed under the laws of Connecticut, subject to its articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this Slate, subject to all provisions of this Certificate. rhe following classes of insurance. Fire, Marine, Surety$ Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boller and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous its such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in f dt compliance with all. and not in violation of any, of the applicable laws and lawful requirements trade under atithoriny of the laivs of theStare of California as long as such laws or requirentents are in effect and upplicahle, and tis such hny s and requirements now are, or nna}y hereafter be changed or amender!. 1N WITNESS WHEREOF, effective as of the 1st clay of Jul}y. 1997, 1 have hereunto set my hand and caused nny qfflcial seal to be affixed this 16th d4v ofJtute, 1997. Fee 593.00 Rec. No. Chuck Quackenbush Iasumacc C:amlissionrr Filed 5"_'8!97 By I'ictoria S. Sidbury lkp�v Certification L the undersigned Insurance Commissioner of the Stale of Califs,ria, do hereby certify that 1 hare rontpared the above copy of Certificate of.9ttthority with the duplicate of original now onJile in niv off ice, and That the sante is a fall, trite, and correct transcript thereof, and of the whole of said duplicate and said Certijit•ute of Atithority is now in full force and effect. 1N WITNESS WHEREOF, ihave hereunto set niv hamd and caused my official seal to be affixed this 31st duty of December. 2007. Steve Pokner Insurance r=wWaimer By FUS D Pauline D Andrea EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate and four million dollars ($4,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Asplundh Construction, LLC 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. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than four million dollars ($4,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance limits are exhausted by paid claims; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and Asplundh Construction, LLC Page C-2 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 CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. Asplundh Construction, LLC Page C-3 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. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Asplundh Construction, LLC Page C-4 Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Asplundh Construction, LLC 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: 6/4/19 Dept./Contact Received From: Raymund Date Completed: 7/3/19 Sent to: Raymund By: Jan Company/Person required to have certificate: Asplundh Construction, LLC (District #116) Type of contract: Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/18 — 8/1/19 A. INSURANCE COMPANY: Greenwich Insurance Company 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? $6M/$8M/$8M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ N/A ® Yes ❑ No H. COMPLETED OPERATIONS ENDORSEMENT (completed ® N/A ❑ Yes ❑ No I. 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 H. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/18— 8/1/19 A. INSURANCE COMPANY: Greenwich Insurance Company 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 $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A ® Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 8/1/18 — 8/1/19 A. INSURANCE COMPANY: XL Insurance America, Inc. B. AM BEST RATING (A-: VII or greater): A / XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ®Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY VI EXCESS LIABILITY ® N/A ❑ Yes ❑ No H N/A ❑ Yes ❑ No ❑ N/A ❑ Yes ® No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Appro ed: 7/3/19 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than ; Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. City of Newport Beach UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE I CONTRACT NO. 7572-1 PROPOSAL To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7572-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Utility Undergrounding for AD 116 OW MiU.4W rule- AUPAVa4 SVj" @aN�m_j,surlrl f..cM&h+hDollars ' and EiA 1414 Cents $ 1,471. M 1.61 Per Curdp Sum 2. Lump Sum Utility Undergrounding for AD 116B @ _Dollars and NiL4-M sc,,r,A Cents $ Per Lump Sum 3. Lump Sum Utility Undergrounding for UUD 22 — PHASE I (OPTIONAL) 6-0- 1�^ " Rv&hl Fw`c. `Thoz*cvnci @i t&4ANdn4 dm_, Dollars and n Ur�wCents $ Per Lump Sum TOTAL PRICE IN WRITTEN WORDS Stu i.i i 11. 'ter �.� L% ., ,��.�. 1.[ .' U��..L • and Cents $ A to 1I Total Price (Figures) The award of this contract will be based on the lowest total bid for AD116, AD116B and UUD 22 — Phase I. UUD 22 — Phase I is subject to SCE approval and will be bid as optional work. Date Bidder's Telephone and Fax Numbers CdA 8609, c /o/Al Bidder's License No(s). and Classification(s) Bidder's email address: rT Authorized SRimdature and Title 1!+�, t\� - U�- M a 1 _ Bidder's Address CA C :. Contractor shall submit a detailed Schedule of Values for this lump sum bid to the Engineer within 3 days after award of contract for review and approval. The agreed upon Schedule of Values will be used as a basis for monthly progress payments and will be agreed upon by the City and Contractor prior to the Award of contract. Lump Sum Bid will be guaranteed for a period of one hundred eighty (180) days. JkSPLUNDR CONSTRUCTION Dear Mike, Asplundh Construction LLC (AC), would like to note the following clarification in itemizing the AD -116, AD -116b, and UUD 22 combined bid. Although the final bid total of $3,813,399.61 was correct, the lump sums for AD -116, AD -166b, and UUD 22 individually were misidentified. The original $3,813,399.61 bid total will be honored by AC. The adjusted breakdown is as follows. AD -116: $1,505,528.60 AD -116b: $506,162.50 UUD 22: $1,801,708.51 AC takes great pride in our customer service and communication, and this situation has given us the opportunity to review and improve our performance. Rest assured we have identified the cause of this mistake and have amended our internal process and procedures to ensure an issue like this does not occur again. We stand ready to assist the City of Newport Beach in achieving its objectives. In closing, thank you for your time and consideration. As always, please feel free to reach me at (714) 822 - 9964 with any questions or concerns. Respectfully, Aimee Elizondo Region Manager Page 1 of I Page 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO. 22 — PHASE 1 CONTRACT NO 7572-1 DATE: February 11, 2019 BY: 'r ")J, A-,, tin 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. NOTICE INVITING BIDS Change bid opening to 10:00 AM on February 26, 2019. SPECIAL PROVISIONS 2-5.1 General Replace the first paragraph with the following: The included plans have been prepared by the three utility companies (Southern California Edison Company, AT&T Telephone and Spectrum). The intent of the project is to use a joint trench to place electrical, telephone and cable television in the ground within the public right-of-way and easements as shown on the plans. Spectrum has provided exhibits for their proposed facilities, which are also included. Replace the last paragraph with the following: For undergrounding of AT&T and Spectrum facilities, the Contractor shall comply with AT&T and Spectrum specifications included in the Appendices of these Specifications. Page 2 of 5 2-6 WORK TO BE DONE Add the following after the first paragraph: The SCE plans show several locations where existing handholes are being upsized to accommodate additional conduits or where new conduits are being installed to accommodate the undergrounding efforts. Approximately 3 locations are within private property. Surface restoration should be like for like as much as possible. Appendix D provides photograph documentation of most locations and minimum restoration limits required are marked in white paint for the Contractor's review prior to bid date. The SCE handhole and intercept work shall be included in the Contractor's bid, however the SCE source contractor for this area (Arizona Pipeline) will be required to install all handholes and intercept vaults where live or dead electrical wires are to be encountered at service handhole and intercept locations. SCE requests that at least three locations available when Arizona Pipeline's efforts are required. Contractor is required to give (7) seven calendar days' notice of planned service hand hole or intercept efforts required by Arizona Pipeline. 2-9.1 Permanent Survey Markers Replace the first paragraph with the following: The contractor shall include in their bid a $150,000 allowance for survey work detailed below. As part of this contract, the contractor will be required to use Coast Surveying, Inc. of Tustin, CA. 5-4 RELOCATION Replace the first paragraph with the following: Utility relocations will be required within Assessment District No. 116, 116B and UUD-22 - Phase 1 as a result of the undergrounding improvements. Contractor shall coordinate with Southern California Edison, AT&T and Spectrum to schedule the noted relocations of utility pedestals, and adjustments/replacement of vault lids. The contractor shall include a $200,000 allowance for Southern California Gas Company to relocate the existing 2 -inch gas line on River Avenue between 39th and 38th streets in the AD 116 Bid. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Replace this section with the following: Add the following: PAVING RESTORATION: Alley concrete pavement restoration will be "trench width" only with 4 -inch thick of fine mix hot asphalt concrete flush with existing undisturbed alley. The City will return later to replace (P.C.C.) concrete areas. Page 3 of 5 Final street paving on Balboa Boulevard and on River Avenue from Channel Place to 42nd street will be "trench width" only with 8 -inches of hot mix asphalt. Base course asphalt concrete shall be placed on the bottom 6 -inches and fine mix asphalt shall be placed flush with existing undisturbed pavement for the top 2 - inches. The City will return and provide a grind and final overlay for impacted streets. For trench lines that are within 3 feet of the curb, the asphalt paving shall be removed and replaced to edge of gutter in addition to the trench line. River Avenue between 38th and 42nd Streets is a concrete street that is 8 -inches thick. Pavement restoration in this street area shall be T -trench per City Standards and shall be a minimum width of six (6) feet for all trenching in this area. For bidding purposes, Contractor shall assume 7,500 square feet (SF) for concrete restoration for the River Avenue concrete street restoration. In addition, the Contractor is required to restore affected concrete curb and gutter, sidewalk, cross -gutters and alley approaches impacted by the work as follows: 1. Curb and gutter — Any trench line that crosses under existing curb and gutter shall be replaced with a minimum 10' linear foot length (generally 5' on each side of the disturbed area) per city Std -182-L. 2. Sidewalk — Any trench line that affects sidewalk, Contractor shall replace full- panels per city Std -180-L. 3. Cross gutters — Any trench that crosses under an existing concrete cross -gutters, Contractor shall replace the cross gutter from joint to joint (on each side of the disturbed area) per city Std -185-L. Cross -gutters shall be assumed 8 -inches thick. 4. Alley approach — Contractor shall replace 6 -foot minimum "T -trench width of all impacted alley approach per city Std -142-L and Std -143-L. T -trench restoration shall be assumed 18 -inches on either side of trench line and concrete alley approach shall be assumed 8 -inches thick. On Cross -gutter and alley approach concrete restoration Contractor shall join existing concrete improvements by core drilling '/2 inch diameter epoxy coated rebar dowels placed at 24 -inches on center. Private Improvements: Where private improvements appear to fall within the public right-of-way, Contractor shall request City to confirm the location of the right of way or easement line prior to removal of said improvements. In the event that subsurface, surface, or overhead utilities, fences, structures, or other facilities are required to be disturbed or removed to permit the construction of the improvements as provided hereunder, such disturbance or removal shall be done only with the approval of the City upon notification of the owner or owners involved by the City. The Contractor shall coordinate his operations with those of the owner or owners concerned with the disturbances or removal of facilities so as to minimize the inconvenience imposed on all affected parties. Contractor shall not remove any improvements until such removal is authorized by City. When authorized, improvements shall be removed in such a manner as to leave a clean neat appearance. Existing landscaping, trees, hedges, or other such items shall be pruned as necessary to allow for the work within the right of way without impacting the health of the landscaping. If pruning is not a feasible, viable alternative, the landscaping shall be removed in its entirety within the limits of the impact along that particular fronting property. Page 4 of 5 For existing hand holes that will need to be replaced and are located on private property, refer to Appendix D for private property restoration work and locations. The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following: All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements as required above shall be considered included in the lump sum and no additional compensation will be allowed therefore. 7-10.1 Street Closures, Detours and Barricades. Add to this section: 10. Sidewalk closures shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and detour path signs provided. PART 3 — CONSTRUCTION METHODS 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions Replace the second sentence in the paragraph with the following: High early strength concrete may be attained to meet the time constraints by the use of 2% PolarSet portland cement mix or other chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. PART 6 — TEMPORARY TRAFFIC CONTROL SECTION 601 — WORK AREA TRAFFIC CONTROL Add the following section: 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to four (4) changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected areas. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. Additionally, steel plates utilized for trenching shall be the slip resistant type per Caltrans standards and capable of carrying H-20 wheel loading. Plates shall have a minimum width equal to the excavation width plus 24 inches. For work on Balboa Boulevard, plates shall be recessed. Page 5 of 5 APPENDIX Add attached Appendix E to the Special Provisions addressing Time Warner Cable/Spectrum vault information. Add Attached Appendix F to the Special Provisions — PowerPoint slides from January 8, 2019 Pre -Bid Meeting. PLANS Delete AT&T plan sheets 4 through 12 of LE(19)AOOFR6S. Final SCE plans can be downloaded from this FTP site: ftp://newportbeachca.gov/ABaldenegro/Final%20SCE%20plans AD%20116 116B UUD %2022 Phase%201 / Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. ASOLINAq 65 c'i) Bidder's Name (Please Print) Attachment: - Appendix E - Time Warner Cable Vault Information (Spectrum) - Appendix F — Agenda & PowerPoint slides from January 8, 2019 Pre -Bid Meeting CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116 UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116B UNDERGROUND UTILITY DISTRICT NO. 22 - PHASE I CONTRACT NO. 7572-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans; (3) the City's Desiqn Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page 1 of 29 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class A, General Engineering, Contractor's license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General Add the following. - The included plans have been prepared by the two utility companies (Southern California Edison Company and AT&T Telephone). The intent of the project is to use a joint trench to place electrical, telephone and cable television in the ground within the public right-of- way and easements as shown on the plans. Spectrum has provided exhibits for their proposed facilities which are also included. However, the design for the use of joint trench was not optimized or even addressed in some areas. Contractor shall resolve such inconsistencies by identifying a joint trench alignment from the alternatives presented by the owning utilities and then placing all utilities into this joint trench. The resolution of these inconsistencies shall be considered included in the lump sum cost for the work and shall include but not be limited to realignment of main conduit runs, vaults, handholes, pullboxes, risers, service laterals and related facilities. The only exception to this requirement shall be in such places that a joint trench cannot be used because of physical constraints, utility companies design or operational characteristics, safety or where otherwise prohibited by law or other regulation(s). Such coordination work shall be performed in advance of actual construction to allow the utility companies time to provide input. Such work shall also include coordination necessary to align or realign that proposed facilities with existing utilities (such as water, sewer, storm drain, among others) that may be in conflict with the proposed facilities. Note that the advance notice requirements for utility mark -out has been extended to allow Contractor time to plan out the route of the joint trench along the various streets and utility corridors. Do not commence trench excavation until the City's representative has had an opportunity to review and provide input on the final joint trench location and alignment. For undergrounding of AT&T facilities, the Contractor shall comply with the AT&T specifications included in the Appendices of these Specifications. Page 2 of 29 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract includes, but is not limited to, mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pullboxes, handholes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116, 116B and UUD-22 - Phase 1. Any costs resulting from work performed that was directed by Southern California Edison, AT&T and Spectrum engineers, inspectors or other personnel will not be compensated unless said work was approved by the Engineer prior to work commencing. Contractor shall perform all trenching, backfill, pavement restoration, resurfacing and replacement of existing improvements (public or private including but not limited to driveways, fences, walls, signs, landscaping, mailboxes, and other such items) associated with or resulting from the work identified herein. 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The contractor shall include in their bid a $100,000 allowance for survey work detailed below. As part of this contract, the contractor will be required to use Coast Surveying, Inc. of Tustin, CA. Coast Surveying, Inc. 15031 Parkway Loop, Suite B Tustin, CA 92780-6527 (714) 918-6266 The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. Page 3 of 29 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 contact the City's representative in the field to confirm that the existing monument has been located, can be removed and the Contractor shall restore the affected survey monuments at his sole expense. If the monument has not yet been located and prior to excavating trenches, Contractor shall allow not more than 2 days for City to locate the monument and tie it out. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. The cost of any replacement work resulting in a failure by Contractor to notice the City or City's surveyor of the existing monument(s) or allow reasonable time to tie the monument out, shall be deduced from payment(s) due to Contractor. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The underground cable and conduit system will not be staked for line or grade. It shall be the Contractor's responsibility to determine the depth of trenching required to maintain the minimum cover required by the utility owner in paved and unpaved areas and also to avoid interference with existing utility lines, mains and services. The drawings may or may not indicate construction of a joint trench in which to place the utilities. Except for service laterals, connections and adjustments to construct vaults, risers, or other such boxes, the intent of this contract is to place the existing overhead utilities underground in a single joint trench. The Contractor will ensure that the location of new work is within the right of way and/or easements of abutting and affected properties. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Page 4 of 29 Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit- 1 ) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. Page 5 of 29 SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The location of existing underground utilities or substructures was determined from a search of each of the utility company's records. No guarantee is made or implied that the information is complete or accurate. The Contractor shall excavate, expose and protect all high -risk underground facilities. The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. It shall further be the Contractor's responsibility to modify any trench alignment - including conduit debt and structure alignment — necessary to protect and provide required minimum cover and clearance from existing underground utilities or structures. The cost of any re -alignment necessary to complete the work will be considered as part of the conduit and structure installation. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings by a method that does not damage existing surfaces. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better at the contractor's expense. The Contractor shall notify the owners of all utilities and substructures as set forth in Section 7-10 Public Convenience and Safety of the Standard Specifications and these Special Provisions. The plans are schematic in nature. Contractor shall furnish and install all conduit required per the plans or the standards of the utility companies including bends, couplings, and pole risers and encase with concrete where shown on the plans. All conduits shall have %4 inch polypropylene pull rope installed including all service lateral runs to property line or other such designated point(s). Stake or otherwise mark the terminus point of all conduit runs not terminating in a junction box, handhole or other such structure. Use a nail, metal stake, rebar or spike flush with the ground with orange or red colored flagging or paint (in paved areas) to depict the terminus of the conduit. Secure the conduit ends with tape or other such plug to avoid contamination. 5-2 PROTECTION Insofar as practicable during the progress of the work, no pipeline, conduit, sewer, culvert, storm drain, drainage ditch, flood control channel, pole line, street lighting system, overhead wires or cables, or underground wires or cables, either main line structures or Page 6 of 29 laterals and services, or any other structure or facility, shall be disturbed, but all should be supported and protected against injury and maintained in good operating condition at the expense of the contractor. In no case shall any such property be disturbed or removed without the consent of the Owner. The Contractor shall be responsible for and make good all damage due to his operations. All operations of the contractor affecting flood control channels and drainage ditches, and the restoration thereof, shall conform to the requirements of the agency having jurisdiction. All services shall be maintained throughout the course of the construction. In the case of a disruption of service, Contractor shall work diligently to restore the service with the minimum of outage and disruption. In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION Utility relocations will be required within Assessment District No. 116, 116B and UUD-22 - Phase 1 as a result of the undergrounding improvements. Contractor shall coordinate with Southern California Edison, AT&T and Spectrum to schedule the noted relocations of utility pedestals, and adjustments/replacement of vault lids. All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. City will provide utility boxes at no charge to the Contractor. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Prior to issuing the Notice to Proceed for the Work, the Engineer will schedule a pre - construction meeting with the Contractor to review the proposed construction schedule and delivery dates, arrange utility coordination, discuss construction methods, discuss employee parking of personal vehicles, ,discuss construction staging areas and clarify inspection procedures. 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule and cost breakdown, in bar chart form showing the proposed dates of commencement and completion cost of each of the various parts of the work and the anticipated amount of each monthly payment that will become due the Contractor in accordance therewith, to the Engineer for approval a minimum of five (5) working days prior to the pre -construction meeting. The schedule Page 7 of 29 shall be supported by written statements from each supplier of materials or equipment indicating that all order have been placed and acknowledged, and setting forth the dates that each item will be delivered. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within Two Hundred and Twenty (220) consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 A.M. to 4:30 P.M., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., 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. 6-7.2 Working Days The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) Page 8 of 29 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24tt , (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 It (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. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full-size set of as -built plans to the Engineer and the utility inspector(s) for approval prior to final payment or release of any bonds. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. Page 9 of 29 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $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, dust control, 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 such water. 7-2 LABOR 7-2.2 Prevailing Wages Add the following. - In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-5 PERMITS The text of Subsection 7-5 of the Standard Specifications is hereby deleted and replaced with the following. - The Contractor and all subcontractors shall each be licensed in accordance with State Business and Professions Code. The Contractor, at its own cost, shall also obtain any and all other permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. The Contractor shall pay all costs incurred by the permit and license requirements, unless specified in this section. All groundwater, pipeline dewatering and flushing shall be discharged to the nearest sewer facility. When the discharge to the sewer system is not feasible, the Contractor may discharge to the storm drain by meeting the reporting requirements of the City's NPDES diminimus construction permit. 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 Page 10 of 29 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 C. The Contractor will need to obtain this permit and comply with all of its requirements in order to discharge to the nearest sewer facilities. The permit fee is $2,427.56 and shall be paid by the Contractor. The Contractor shall allocate a minimum of fifteen (15) working days for this process. The Contractor will be required to analyze a representative sample of the groundwater to be dewatered by the Project, for Total Toxic Organics (TTO's), Volatile Organic Compounds, Selenium, Heavy Metals, Arsenic, and Total Dissolved Solids (as a minimum). In cases where chlorine addition is used for disinfection, the Contractor shall also monitor for chlorine. The Contractor will be required to install and maintain a desilting tank for settling and removal of solids in the groundwater before discharge to the sewer mains. Contractor will be required to install a flow meter on the discharge line from the desilting tank. The meter shall have a known accuracy of ±5%, and upon commencement of construction dewatering, the Contractor must report volume totals to OCSD on a weekly basis. A sample port with valve assembly shall be installed on the discharge line from the desilting tank, and in an accessible location for subsequent sampling by both the Contractor and OCSD. The Contractor will be prohibited from discharging during a rain/storm event. The Contractor shall conduct monitoring of the groundwater discharge as specified for the purpose of determining the status of compliance and suitability for discharge. For the purpose of monitoring the groundwater discharge associated with the Project, the Contractor shall collect grab samples from the desilting effluent discharge within the first week upon commencement of the discharge, and lastly, approximately one month before project shutdown. The constituents to be analyzed will include heavy metals (chrome, copper, nickel, zinc), plus arsenic and selenium (by EPA method 601013), total suspended solids, and total toxic organics (by EPA method 624). Copies of all sampling results/lab reports must be submitted to OCSD within 15 days of the sampling date. The project site is less than 1 acre, therefore, the preparation of a SWPPP is not required. The statewide general NPDES permit does not apply either to this project." 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. Page 11 of 29 The Contractor is required to cooperate with utility companies and must coordinate work with utility company operations at no additional cost to the City. 7-8 WORK SITE MAINTENANCE 7-8.1 General The construction sites must be swept clean at the end of each workday. No unauthorized debris from the construction project site will enter the City's storm drain system, either through Contractor's forces or by any subcontractors of the Contractor, without prior written approval by the Engineer. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. The Contractor may use the 28tn Street Fire Station No. 2 site for staging and equipment storage (laydown area). Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. The Contractor may also close cross streets as typically shown on Appendix B as the adjacent alleys are under construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. Page 12 of 29 The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. Full compensation for water pollution control shall be considered included in the various items of work and no additional compensation will be allowed therefore. 7-8.6.4 Dewatering Add the following to the end of this section: "Groundwater will be encountered during the excavation of the project. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area if groundwater is encountered. The Contractor's dewatering operations shall conform with all requirements of the OCSD's Special Purpose Discharge Permit. See Section 7-5, as amended, for specific requirements. The Contractor shall provide and maintain, at all times during construction, ample means and devices to promptly remove and properly dispose of all water from any source, including groundwater, and water migrating through the bedding of existing sewers or storm drains or other existing utilities, entering the excavations. Costs for dewatering of all water shall be the Contractor's responsibility and shall be included within the Linear Foot Price for Project Dewatering and no additional compensation will be allowed therefor. The Contractor shall confirm that the receiving sewer system has the capacity to take the estimated flows during dry and wet weather conditions and whether or not the water quality is acceptable and will not cause any permit violations. The following discharges are prohibited: oil, grease, fuel, sludge, trash, chemicals, and any other items which would adversely affect water quality. Water shall not be discharged into OCSD sewer facilities during a wet -weather storm event. For all dewatering operations, each disposal point shall have a calibrated, non-resettable totalizing effluent flow meter with a flow accuracy of plus or minus 5 percent to track the dewatering discharges. The Contractor shall submit weekly reports showing total amount of discharge at each point with meter readings and other data necessary to support the quantity reported. Also, an accessible sample collection point shall be provided immediately upstream of all points of discharge. The Contractor shall provide OCSD's Source Control staff and Engineer unrestricted access to the facility and site to inspect, monitor, or verify compliance with OCSD's Permit requirements. Page 13 of 29 All dewatering operations require the use of a desilting tank with a stainless steel sampling port and a drip container so that the Engineer may collect periodic dewatering samples. Additionally, the desilting tanks shall be covered with sturdy and air -tight covers so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for silt removal or other maintenance activities. The desilting tank shall be located in a safe and easily accessible location. The system used for desilting the water shall be a baffled structure and shall provide not less than 5 minutes detention time and have a "flow - through" velocity not exceeding 0.2 foot per second at the anticipated peak flow. The desilting box shall be cleaned as required to maintain the detention time and flow -through limitations specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system. All dewatering operations with detectable levels of TTO's, or evidence of TTO's in the extraction zone, or significant amounts of volatile organics, may require the use of granular activated carbon (GAC) filters in lead -lag arrangement or other suitable technology to meet OCSD's TTO limit of 0.58 mg/L and mitigate an Lower Explosion Limit (LEL) event. Note that additional particle filtration is typically provided upstream of the GAC filters to prevent fouling and to extend the life of the carbon. The GAC filters shall be equipped with a stainless steel sampling port and a drip container on the final stage discharge outlet so that the Engineer may collect periodic dewatering samples. Additionally, the GAC filters shall be air -tight so no odors can escape, and no illegal dumping is possible. The air -tight covers shall be maintained throughout the dewatering period, and only removed when necessary for carbon change out or other maintenance activities. The GAC filters shall be located in a safe and easily accessible location. Each GAC filter shall provide enough detention time to meet OCSD's TTO limit of 0.58 mg/L. The carbon shall be changed in the lead GAC filter when the TTO as measured in the discharge of the lead GAC filter is at 0.58 mg/L, or as required. The GAC filters and additional particle filtration equipment upstream of the GAC filters shall be cleaned as required to maintain the detention time and flow -through limitations as specified above. The intent is to avoid any addition of soil materials from dewatering operations into the receiving sewer system or fouling of the GAC filter carbon media. The method of pretreatment and point of disposal of water shall be subject to the District's Source Control staff and the Engineer's approval." 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add the following. - PAVING RESTORATION: Alley concrete pavement restoration will be "trench width" only with 4-inch thick of fine mix hot asphalt concrete flush with existing undisturbed alley. The City will return later to repave (P.C.C.) concrete areas, including P.C.C. alley approaches. Final street paving will be "trench width" only with 6-inches of hot mix asphalt. Base course asphalt concrete shall be placed on the bottom 4.5-inches and fine mix asplat shall be placed flush with existing undisturbed pavement for the top 1.5-inches. The City will return and provide a grind and final overlay for impacted streets. For trench Page 14 of 29 lines that are within 3 feet of the curb the asphalt paving shall be removed and replaced to edge of gutter in addition to the trench line. In addition, the Contractor is required to restore affected concrete curb and gutter, sidewalk, cross -gutters and alley approaches impacted by the work as follows- 1 . Curb and gutter — Any trench line that crosses under existing curb and gutter shall be replaced with a minimum 10' linear foot length (generally 5' on each side of the disturbed area) per city Std-182-L. 2. Sidewalk — Any trench line that affects sidewalk, Contractor shall replace full - panels per city Std-180-L. 3. Cross gutters — Any trench that crosses under an existing concrete cross -gutters, Contractor shall replace the cross gutter from joint to joint (on each side of the disturbed area) per city Std-185-L. Cross -gutters shall be assumed 8-inches thick. 4. Alley approach — Contractor shall replace 6-foot minimum "T-trench width of all impacted alley approach per city Std-142-L and Std-143-L. T-trench restoration shall be assumed 18-inches on either side of trench line and concrete alley approach shall be assumed 8-inches thick. On Cross -gutter and alley approach concrete restoration Contractor shall join existing concrete improvements by core drilling'/z inch diameter epoxy coated rebar dowels placed at 24-inches on center. Private Improvements: Where private improvements appear to fall within the public right- of-way, Contractor shall request City to confirm the location of the right of way or easement line prior to removal of said improvements. In the event that subsurface, surface, or overhead utilities, fences, structures, or other facilities are required to be disturbed or removed to permit the construction of the improvements as provided hereunder, such disturbance or removal shall be done only with the approval of the City upon notification of the owner or owners involved by the City. The Contractor shall coordinate his operations with those of the owner or owners concerned with the disturbances or removal of facilities so as to minimize the inconvenience imposed on all affected parties. Contractor shall not remove any improvements until such removal is authorized by City. When authorized, improvements shall be removed in such a manner as to leave a clean neat appearance. Existing landscaping, trees, hedges, or other such items shall be pruned as necessary to allow for the work within the right of way without impacting the health of the landscaping. If pruning is not a feasible, viable alternative, the landscaping shall be removed in its entirety within the limits of the impact along that particular fronting property. For existing hand holes that will need to be replaced and are located on private property, refer to Appendix D for private property restoration work and locations. The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following: Page 15 of 29 All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements as required above shall be considered included in the lump sum and no additional compensation will be allowed therefore. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Street Closures, Detours and Barricades. The Contractor shall coordinate with the City Traffic Control Engineer who will prepare traffic control and detour plan(s) prior to the pre -construction meeting. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control shall conform to the provisions as defined in the latest available edition of WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H). The traffic control and detours must meet the following requirements: 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 minimal inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent and all property owners. On trash collection days, the refuse company will start trash collection for alleys under construction at 7:00 AM. 5. Where work is performed, the contractor shall maintain a minimum one open travel lane at all times, unless otherwise specified by the City. Provide two flagmen around each excavation operation. Contractor will coordinate with the City's Traffic Control Engineer in the preparation of detour plans for the various phases of work allowing only local resident traffic, if necessary. 6. Alleys can be closed to thru traffic, but pedestrian access shall be maintained to garages at all times except when excavating immediately adjacent to them. When excavation is immediately adjacent to garages, pedestrian access shall be restored at the end of each work week unless otherwise approved by the City. If necessary, the Contractor shall cover over the street sweeping "No Parking" signs on the streets immediately adjacent to the alley(s) under construction to allow for additional on -street parking with City provide "Permit Parking Only" signs. Contractor shall arrange to sweep all streets with covered "No Parking" signs. In addition, the Contractor will distribute Parking Permits to the impacted residents. Permits to be provided by the City. 7. All unutilized, non -construction related vehicles shall be legally parked. Page 16 of 29 8. The Contractor shall schedule all work in a fashion that minimizes inconveniences to the public. The Contractor shall complete the underground construction in one street/roadway/alley prior to moving to another. The Contractor may have multiple crews, but no two adjacent streets or alleys may be under construction at any one time. 9. Balboa Boulevard southbound lane closures shall not be allowed prior to 8:15 AM Monday through Friday. Balboa Boulevard lane closures will not be allowed from Memorial Day to Labor Day. 7-10.2 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. In addition, it shall be the Contractor's responsibility to notify the City Police Department's, Parking Control Division 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 will be provided at no cost. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the City prior to posting. 7-10.3 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. 7-10.4 Notices to Residents and Temporary Parking Permits Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or alley, 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 residence adjacent to Page 17 of 29 the alley construction. The Temporary Parking Permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-10.5 Steel Plates Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards and type that minimizes noise (NO Welded bead type). In addition, steel plates shall be pinned and recessed flush with existing pavement surface when placed longer than one day. All trenching on Balboa Boulevard shall be base paved daily or utilize steel plates as defined here in. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph one and two to read: Contractor shall submit a detailed Schedule of Values for this lump sum bid to the Engineer within 3 days after award of contract for review and approval. The agreed upon Schedule of Values will be used as a basis for monthly progress payments and will be agreed upon by the City and Contractor prior to the Award of contract. 9-3.4 Mobilization. Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, materials and incidentals to the project site necessary for work on the project and for all other work and operations which must be performed or costs incurred including bonds, insurance, and financing prior to beginning work on the various contract items on the project site. Mobilization shall also include the cost, time and labor to move the necessary construction equipment to and from the job site, supervisory time on the job by the Contractor's personnel to keep the construction site in a safe condition and all other related work as required for all non -working days during the course of construction. Contractor is responsible for securing an adequate storage site for equipment and materials. The Contractor shall have on the work site at all times, as its agent, a competent English-speaking superintendent capable of reading and thoroughly understanding the plans, specifications, other related documents, and directions from the Engineer. Page 18 of 29 PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course shall be III-C3-PG 64-10 RAP. Asphalt concrete base course shall be III-B2-PG 64-10 RAP. SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. Page 19 of 29 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Page 20 of 29 PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http-//newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. Page 21 of 29 SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General The Contractor shall furnish all equipment, labor, and materials required to remove and replace existing surface improvements in accordance with owning utilities Standard Specifications and these Special Provisions. Asphalt concrete for trench resurfacing shall be placed and rolled in accordance with the Plans, City of Newport Beach Standard Drawing No. STD-105-L (A-F), the Standard Specifications and these Special Provisions. Cutting and Removal: Asphaltic concrete pavement shall be cut in a neat and workmanlike manner. Care shall be exercised so as to not damage adjacent pavement or other improvements. Existing Portland cement concrete surfaces to be removed shall be neatly sawcut. Cut existing pavement to the dimensions shown on the City of Newport Beach Standard Drawing No. STD-105-L (A-F), the Standard Specifications and these Special Provisions. All asphalt concrete and Portland cement concrete removed from trench and structure excavations shall be removed from the site and disposed of by, and at the expense of, the Contractor. Subgrade Preparation: The subgrade shall be prepared by alternatively watering and cultivating the material until it is uniformly moistened to optimum moisture content for a depth of at least six (6) inches. The subgrade shall then be rolled with a steel roller or rubber tired roller until it is compacted to not less than 95 percent of maximum density as determined in accordance with ASTM D1556 or by nuclear methods, D 2922 or D 3017. The resulting surface shall be firm, hard, and unyielding, with a true, even, and uniform surface. Edges of existing pavement shall be sawcut to form a straight line. Crushed Aggregate Base: Crushed aggregate base shall meet the requirements of Section 200-2 and shall be constructed in accordance with Section 301-2.2 and 301-2.3 of the Standard Specifications. Place crushed aggregate base in accordance with the City of Newport Beach Standard Drawing No. STD-105-L (A-F), the Standard Specifications and these Special Provisions. Temporary Resurfacing: Temporary bituminous resurfacing shall be replaced and maintained wherever excavations is made through pavement, sidewalk, or driveways. Temporary resurfacing shall be minimum of two inches in thickness. Aggregate for temporary resurfacing shall meet the requirements of Type II asphalt concrete, Class D, Section 203-6.3 of the Standard Specifications. Bitumen shall be Grade SC-800 liquid asphalt conforming to Section 203-2.4 of the Standard Specifications. Page 22 of 29 The mixture may be furnished from stockpiles or directly from the plant mixer and may be laid cold, at the option of the Contractor. Temporary resurfacing shall be placed to the grade of existing surfaces and rolled and compacted as soon as the condition of the backfill is considered by the City to be suitable to receive such surfacing. The Contractor shall maintain all temporary resurfacing in proper, usable condition until the permanent resurfacing operations are to be commenced. Temporary resurfacing shall be removed and disposed of by the Contractor. 302-5.4 Tack Coat Where stipulated on the plans and specifications or required by the Engineer, a SS-1 h type emulsified asphalt tack coat shall be applied. A tack coat may be used only when approved by the Engineer. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in Section 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. Page 23 of 29 303-5.4 Joints 303-5.4.1 General The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. SECTION 306 — OPEN TRENCH CONDUIT CONSTRUCTION 306-1 GENERAL This section includes specifications for trench excavation, construction of buried conduits, testing, backfill, and resurfacing. 306-1.1 Pipe Laying All conduit work shall be performed per the Plans, the Standard Specifications and these Special Provisions. Contractor shall furnish and install Schedule 40 PVC conduit (except for riser pipe, which shall be PVC Schedule 80). Conduit work shall include all bends, couplings, sweeps, risers, fittings, connections, and all necessary appurtenances. All conduits shall have '/4 inch polypropylene pull rope installed including all service lateral runs to property line or other such designated point(s). Stake or otherwise mark the terminus point of all conduit runs not terminating in a junction box , handhole or other structure. Use a nail, metal stake, rebar or spike flush with the ground with orange or red colored flagging or paint (in paved areas) to depict the terminus of the conduit. Secure the conduit ends with tape or other such plug to avoid contamination. Installation of pull rope in all conduits shall comply with appropriate sizes and type per applicable utility company standards. Installation of plugs and markers shall comply with the applicable utility company standards. Mandrel all installed conduits to the satisfaction of the utility company inspector(s), including testing and re-mandreling as necessary. Page 24 of 29 306-3 TRENCH EXCAVATIONS This section includes specifications for trench excavation, construction of buried conduits, testing, backfill, and resurfacing. Installation of underground utility facilities shall conform to the requirements per City Standard Drawing No. STD-106-A, the Standard Specifications and these Special Provisions. Contractor shall submit trench shoring plan with design of shoring, sheeting, bracing or other provisions. Trench shoring shall be prepared by a State of California -licensed Civil or Structural Engineer. The acceptance of the trench shoring plans submitted is only an acknowledgement of the submission and does not constitute review or approval of the designs, design assumptions, criteria, completeness, applicability to areas of intended use, or implementation of the plans, which are solely the responsibility of the Contractor and it's California -registered Civil or Structural Engineer. 306-3.1 General The Contractor shall perform all excavation necessary or required for the construction of the improvements as shown on the drawings. Excavations hall include the removal and disposal of all materials of whatever nature encountered, including all obstructions of every nature that would interfere with the proper execution and completion of the work. The work shall include all pumping, ditching, and other required measures for the removal or exclusion of water. Add the following subsection: 306-3.1.1 Trench Excavation and Subgrade General: Trenches shall be excavated to a line and grade and be of a minimum width necessary for proper conduit installation. Where exclusive trench work is needed, the minimum conduit cover identified in each utility owner's current standard specification or installation guide may be followed. All trenches called for to be excavated in a utility easement which runs through private or public property shall be hand dug, unless otherwise approved by the Engineer. Except as otherwise provided herein, excavation for the improvements shall be in open - cut trenches. The maximum length of open trench shall not be greater than 300 feet, or the distance to accommodate the amount of conduit installed in a single day, whichever is the lesser. The distance is the collective length including excavation, conduit laying and backfill which has not been temporarily resurfaced. Trench width shall be outside diameter plus twelve (12) inches minimum or outside diameter plus twenty (20) inches maximum, including thickness of trench shoring or sheeting in conformance with City Standard Drawing No. STD-106-L. Page 25 of 29 Access to Trenches: Safe and suitable ladders which project two feet above the top of the trench shall be provided for all trenches over five feet in depth. One ladder shall be provided for each one -hundred feet of open trench, or fraction thereof, and be so located that workmen in the trench need not move more than fifty feet to a ladder. Public Access: Whenever required for the convenience of the public or individual residents, at saw crossings, at private driveways, or elsewhere, the Contractor shall provide suitable temporary bridges over unfilled excavations, except in such cases as the Contractor shall secure the written consent of the individuals or public authorities concerned to omit such temporary bridges. Contractor shall refer to Section 601-1 of the Standard Specifications and these Special Provisions for steel plates for temporary bridges. Temporary Surfacing: Immediately after completion of backfilling in paved streets and roadways, a two-inch layer of temporary asphalt concrete paving, the mix thereof to be approved by the City, shall be placed and rolled over the backfill. Temporary surfacing shall be of such quality and so placed and maintained as to provide a smooth surface level with adjacent existing paving. At no time shall excavation operations advance ahead of temporary paving by distance of 300 feet, Temporary surfacing shall remain in place until permanent resurfacing is placed. All streets and roads used shall be kept free from dust, mud, rocks, and gravel. Drainage: The Contractor shall take care of drainage water from the construction operations, and of storm water and wastewater reaching the site of the work from any source. The Contractor shall be responsible for any damage to persons or property on or off the right-of-way due to such drainage water or to interruption or diversion of such storm water on account of his operations. Contractor shall refer to Section 7-8.6 of the Standard Specifications and these Special Provisions for water pollution control. Supports: Excavations shall be supported in a safe manner meeting the requirements of the California Division of Industrial Safety. For supports for excavations five feet or greater in depth, Contractor shall submit a trench shoring plan in compliance with Section 306-3 of the Standard Specifications and these Special Provisions. Excess Excavation: Whenever excavation is made below the required trench bottom, suitable and approved bedding material (in conformance with City Standard Drawing No. STD-106-L and Section 306-6 of the Standard Specifications) shall be used to bring the trench back to proper grades. Properly moistened approved bedding material shall be deposited in the trench in uniform layers not exceeding six (6) inches thick and compacted to 90% minimum relative compaction. The material shall be compacted by use of power driven tampers of an approved type and in a manner satisfactory to the Engineer. The trench bottom shall then be prepared to receive the conduits or other such structures as indicated by the plans. Rock: Where rock or similar hard and unyielding material is encountered, the trench shall be over excavated to provide a minimum of six (6) inches below all conduit and accessories, and refilled to foundation grade with granular materials, suitable for bedding. Page 26 of 29 Bell Holes: Conduit shall be laid only on properly prepared trench bottom shaped to provide continuous contact with the pipe. Bell holes are not required. Excess Material: Excess excavated material removed from site shall be disposed of by the Contractor at his expense at a disposal site approved by the Engineer. The route (through the City) for trucks hauling excess excavated material shall be approved by the Engineer prior to removal of any material from the project area. The amounts, type, and destination of disposed excess excavated material shall be properly documented in writing to the City. Compaction: After conduit installation, trench bedding and backfill shall include sand shading and compaction to the satisfaction of the Engineer, in conformance to the project plans, City Standard Drawing STD-106-L, Subsection 306-6 of the Standard Specifications, and these Special Provisions. Select material taken from excavation shall be free from stones or boulders larger than two inches in diameter, from chunks of pavement, and from large unbroken masses of earth, free of tree roots, branches and sticks. Imported granular backfill material shall be approved loose, granular materials, free from humus, and having a sand equivalent of not less than 30 as determined by laboratory tests. The Contractor, at their own expense, shall submit a certification of material quality to the Engineer prior to placement. Select or imported granular backfill shall be placed simultaneously on both sides of the conduit and shall be completely worked around the conduit and consolidated by sluicing or jetting with water. Before additional material is placed upon the portion of the backfill consolidated by sluicing or jetting an adequate interval of time, as determined by City, shall be allowed to permit reduction of the water content to a degree affording maximum practicable compaction. After the water has drained out as required, the Contractor shall use water jets or other approved means to increase the consolidation until no further consolidation can be obtained. Only material susceptible to satisfactory consolidation by sluicing and jetting shall be used for granular bedding and backfill. Material used for the remainder of the backfill above the top of the conduit shall be selected from that removed from the excavation or shall be imported at the option of the Contractor, brought to near optimum moisture content and compacted by jetting with water or by mechanical equipment. Equipment used for compaction when earth cover on the conduit is three (3) feet or less shall be rollers or vibratory tampers. Use of equipment which compacts by impact will not be permitted. 306-3.1.2 Backfill of Trenches Preparation: Prior to placing backfill, the area to receive the fill material shall be cleaned to remove all trash and debris. Materials: Material used for trench backfill shall be selectively taken from the excavation, or shall be imported granular material approved by the Engineer. Placement and Completion: Where supports of any nature are used in the trench, said supports shall be removed unless otherwise approved by the Engineer. Where tight Page 27 of 29 sheeting is used, it shall be removed systematically as soon as practicable after backfilling by pulling alternating pieces along each side of the trench alternating also from one side of the trench to the other. Compaction: Structure and trench backfills shall be compacted to the specified relative percent of the maximum dry density as determined by ASTM D1557. Compaction tests performed in the field will be done in accordance with ASTM D1556 (sand cone) or by nuclear methods, ASTM D2922 or D3017. The Contractor shall perform, at its sole expense, all necessary testing to certify that material and sole compaction of the project meet these specifications. The Contractor shall conduct and provide compaction test results for every 150 linear feet of conduit from a lab approved by the Engineer. Compaction test are at the expense of the Contractor. The Contractor shall make all necessary excavations for compaction tests, as directed by the Engineer, and all work in connection with compaction testing by the Contractor shall be included in the various items of work and no additional compensation will be allowed therefore. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General 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 placed. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines which shall be 0.90 mm minimum thickness. Page 28 of 29 If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 15 days. Section 315 is hereby added as follows. - SECTION 315 — PULL BOXES, HANDHOLES, UTILITY BOXES, VAULTS AND COMPONENTS 315-1 GENERAL The Contractor shall furnish and install all junction boxes and vaults as necessary or as shown on the Plans, Standard Specifications, these Special Provisions and the Utility Company's standards. If located in the roadway or traffic areas, traffic rated covers (to meet H-20 loading) are required. All junction boxes, handholes, vaults pull boxes, and components, such as vault covers, ladder, vents and vent pipes, shall meet or exceed the requirements of the utility companies. Contractor shall lay out all junction boxed, handholes, vaults, pullboxes, etc. to ensure that structures do not compromise street integrity and are located out of drainage courses and street flowline. Layout to be approved by the Engineer prior to construction. Backfill Around Transformer Enclosures: Backfill between the transformer enclosures and natural soil shall consist of a mixture of ten parts of sand to one part of Portland cement. Water shall be added to the mixture to produce a slurry which will fill voids when placed in the excavation. Page 29 of 29 APPENDIX - A AT&T REQUIREMENTS General Requirements 1. Contact the AT&T at [insert phone no.] at least [no.] days prior to construction to establish a pre -construction meeting date. 2. Notify AT&T Inspector on [insert phone no] at least 48 hours prior to trenching to ensure inspector will be on site. 3. Verify the location of AT&T and all utility substructures and buried facilities two (2) days prior to excavation. Call Underground Service Alert: 811 4. Provide supervision and coordination between the various contractors working within the project in order to prevent damage to AT&T facilities. The developer is responsible for the cost of repairs, replacement or relocation made necessary by damage to the AT&T facilities by other work operations. 5. Construct trench and place substructures according to AT&T plans and specifications. 6. Request and get authorization for any design change from the AT&T company trench inspector or engineer prior to implementing the change. 7. Provide "As Built" drawings with the footages to the AT&T Inspector or Engineer upon completion of the conduit system. © 2012 AT&T Communications Inc. 3 Trenching 1. Area of proposed trench route must be graded to within 6" of final grade prior to trenching. 2. Minimum radial clearance must be 12" from all trench occupants except CATV (C.P.U.C. Order 128), unless there is a prior signed agreement with AT&T. 3. Bends, sweeps or grade changes that have a radius of 80' or less or a grade change of 20% or more must be encased in 2500 psi concrete. 4. Minimum trench cover must meet the governing agency requirement. 5. Property corners of each residential or business lot must be staked prior to cable placement to determine the exact location for AT&T fixtures. 6. All trench backfill material must be minimum Class B and compacted in accordance with governing agency specifications. TELCO (AT&T) ONLY TRENCH JOINT TRENCH FINAL GRADE FINAL GRADE 2" SAND ND G O OC 'ICAL) 12" O O 3" SAND (TYPICAL) © 2012 AT&T Communications Inc. 4 Conduit Conduit placed for AT&T must be for its exclusive use. AT&T will not occupy the same conduit with other utilities or foreign cable/communication systems. AT&T may refuse to occupy conduit that deviates from our plans and specifications. Electrical four inch (4") conduit is never acceptable for AT&T use. The developer is responsible for repairing or resolving any problems with the conduit they have installed that prevents AT&T from pulling its cable through the conduit using normal installation methods. All conduit sections must be rodded, cleared, and roped prior to AT&T pulling in cable. If the job calls for AT&T to provide the conduit material to the job site, the developer or his/her agent must be on site to sign for the delivery. Material Requirements The approved supplier for PVC conduit, fittings and accessories is Centex. Their main telephone number is 817-215-7000. They can also be contacted through their website at www.cantexinc.com. Suppliers/Distributors are listed on page 15. 1. Four inch (4") conduit must be type C PVC, white in color with "AT&T" logo. • Minimum sweep for 4" conduit is three (3) ft 90 degree radius. • Three -eighth inch (3/8") minimum polypropylene pull line or equivalent strength Polyester Woven Mule Tape must be installed in 4" terminated conduit end to end. • All terminated conduit must be measured, end to end, and the lengths included in the "As-Builts". 2. Two inch (2") conduit must be type DB 60 rigid plastic. • Minimum sweep for 2" conduit is two (2) ft 90 degree radius. Maximum of four (4) 90 degree bends for service connections that exceed 200'. Three -sixteenth inch (3/16") or larger, polypropylene pull line must be installed in 2" terminated conduit end to end. © 2012 AT&T Communications Inc. 5 All terminated conduit must be measured, end to end, and the lengths included in the "As-Builts". 3. One inch (1 ") conduit must be ABS -DB, Schedule 40 or equivalent. Three -sixteenth inch (3/16") polypropylene rope or equivalent strength Polyester Woven Mule Tape must be installed in 1 " terminated conduit end to end. 4. Conduit exposed to sunlight MUST be Schedule 40 or equivalent. S. Only standard factory bends may be used, no field bending of conduit if radius is less than 80' 6. Conduit placed on private property for service to the individual residence may not exceed two inch (2") diameter. NOTE: 1 " conduit is only acceptable for service wire installations to single family units. 7. Two inch (2") conduit must be placed for service connections (from property line to residence) that exceed 200' in length. Plastic splice boxes (or "water boxes") may be used with one inch (1 ") conduit for longer distances as long as the maximum pull between terminating points does not exceed 200' or have more than four (4) 90 degree bends. 8. All stubbed conduit must be capped. 9. If plastic splice boxes (or "water boxes") are used for service connection pulls on private property they must be 9" diameter x 10" for round boxes, or 10" wide x IS" long x 12' deep for square boxes. Installation Reauirements 1. Minimum trench coverage is detailed on page 4. 2. Boxes are to be ordered with the appropriate number of knockouts or terminators to accommodate the conduits (excluding 9" round or 11 " "water boxes"). Service conduit (1 "or 2") is to be terminated above distribution conduits (4") in the box to prevent water flowing from the box and down service conduit toward the building. © 2012 AT&T Communications Inc Substructure Material Specifications All substructures placed by the developer that will be owned and maintained by AT&T must be Utility Vault, NewBasis or Cantex conduit distributed by SAF -T -CO. All approved products have an AT&T PID number. 1. The approved manufacturer for 30" x 60" boxes and smaller is NewBasis. All of their boxes are plastic or polymer. Their main number is 951-787-0600. They can also be contacted through their website at www.newbasis.com. 2. The approved manufacturer for concrete boxes and manholes is Utility Vault (Oldcastle) for (LA south) and Teichert Precast for (Bakersfield north). Contact information for Utility Vault's and Teichert Precast Products Sacramento 916-386-6174 or Stockton 209-464-7697 distribution centers is posted on their website at: http://www.oldcastleprecast.com http://www.teichert.com/attt.cfm 3. The approved distributor for PVC conduit, fittings and accessories is SAF -T -CO. Their main number is 714-547-9975. They can also be Contacted through their website at www.saftco.com 4. See page 10 for a list of California distributors. Installation Specifications 1. All splice boxes and hand holes must be placed in areas outside of vehicular traffic. Manholes will be specified by AT&T if protected areas are not available. 2. Placement of substructures must allow for the final grade of new sidewalk and parkways. 3. A minimum of six inches (6") of compacted sand, graded level is required under all hand holes and splice boxes. Six inches (6") of gravel, drain rock or base rock is required for manholes. 4. Conduit must terminate at the end wall or side wall, in a terminator or knockout, of the box as specified by the AT&T Engineer. Entry through the bottom is never acceptable. © 2012 AT&T Communications Inc 5. All conduits entering knockouts must be cut within one inch (11") flush with the inside of the substructure and mortared. All joints must be mortared and all unused ports and openings sealed. Use cement mortar, water plug cement or other approved prepared mortars. 6. AT&T's engineer will specify where Ground Beds are to be placed. (see pages 10-13 for specifications) Manhole Specifications 1. Conduits must be terminated in the manufactured terminators only. Main conduits must be placed in lower terminators first. From each terminator, a minimum of 5' of straight conduit is required (no bends). Manholes are not to be cored without prior AT&T approval. 2. Manhole number (MH #123) and volume (v 248) must be stenciled with a 1/2" die stamp on the frame casting (not cover). If the stenciling can be read from the curb then stamp at position (A) as shown on the diagram below. If not, then stamp at position (B) when facing the oncoming traffic. 3. Steps and ladder must face oncoming traffic. Steps: First step 12" -17" from grade to step (C). All other steps 12" separation from each other (D). All steps must be concreted in place and extended 6" from MH wall. 4. Cover from grade to MH roof should be 34" (2-12" extensions, 1-10" casting), unless otherwise indicated by the AT&T engineer. 5. Neck of MH (extension) must be painted with white latex paint after joints are mortared. 6. Floor of MH must be level. GRADE CASTING COVER TRAFFIC SIDE VIEW © 2012 AT&T Communications Inc. 8 Service Cabinets, Bonding and Grounding All service cabinets, bonding and grounding requirements must meet the National Electrical Code. The diagram below shows the minimum specifications accepted by AT&T for residential use. 20 Gauge Steel Weatherproof UL Listed Cabinet Must meet the following UL 50 Standard for Safety Criteria: Edge Requirements, Number 1 or 2 for Interior Use, Number 3 R for Exterior Use, Protection Against Corrosion, Overlap Requirements Minimum 32" H X 14" W X 6" D (Less Mounting Flange) Equipped With 1/2" Plywood Backboard Allow 3' Minimum Clearance In Front Of Cabinet Place Cabinet Adjacent to CATV Housing Grounding Options in Order of AT&T Preference: 1. LIFER Bar Extended Maximum 1" Into Telco Cabinet 2. #10 Ground Wire From UFER To Telco Cabinet 3. Conduit From LIFER To Telco Cabinet For Ground Wire Placement © 2012 AT&T Communications Inc. 9 4. Without electrical service, bond to a driven ground rod that is a minimum of 12.7 mm (0.50 in) in diameter and 1.5m (5 ft) long. UFER GROUND 10:1011101I 19. TWO DAYS BEFORE YOU DIG CALL U.S.A. TOLL FREE all iitional Detail on Exhibit A © 2012 AT&T Communications Inc. 10 MNNE VTION TO GROUND ROD BARE 4 6 SOL ID GROUND WIRE APPROVEi3 W GROUND ROD CONNECTOR POLE LOMT 1400 SFL MD FIRST GROUN 6 ROD TO RE P -LACED No CLOSER THAN 24" AND NO FCRTHER THAN 1¢' TO/FROM ANYSUP. FAC E OF THE POLE. SECOND AND THIRD SrRQUNO BODS ARE TOME SEPARATED BV AT LEAST 8 FEET FROM FACH OTHEFL AND F ROM TI -11 FIRST GROU ND ROD. THE TOP OF EACH GFLOLIN DROE) IS TO BE AT (EA$T 1}" $E LOW FIhiAL i3 RADE AT THE ROO LOCAT ION, USE c}g" DIAM L If R, COPPE R CLAD, STEEL GROUND ROD - 46" LONG - GROUND LINE 1-00Fr6AWG BARE C0RPER;iROUND:RETHRUIHECLAMPi AT&?%CH GRGLIN DROQ -DO NOTILIT WRE.ROUTEWil REFROM C1.05EST ROD UP THE POLE TO THE LOW EST TELCOMESSENGER. COILS FEET OF WIRE AT THAT 11L(O hAESSE NGER. INSTALL WOOD M1OLDINGOVER WIRE FROM G43OUND LINE TO 3" BELOW THE LOWEST TELCO MESSENGER. SECURE TO POLE AT 36"(FAA5€_] IHl'MAL� AND AT A FOAXIMIJ M Of fY' FROM Ell HER END OF EACH SECTION OF M€}LDING. USE 0RhSS CLAM1P ONLY TO BOND WIRE TO RODS_ iD0NOTALkIft 114LRE WIRE TO CONTAC7MfTAL REFLEC71VE STRIPS 04 POLES. REMOVE A11D REPLA{E STRIPS OVER THE MOLD1NIC OR CUT AND REATTACH STRIPS TO THE SIDES OF THE MQLDINC I 12"F0.XTO 12" McN�MUra TOP OF COVER OVER ANY HORIZONTAL RC ES SECTION OF GROUND VASE._ 2�'-'J6�4 B" IAM. 8' MIH. (TF PICALI GROUND RflDs POSTITIONING GROUND BEDS AT POLE © 2012 AT&T Communications Inc. 11 CUR$ 8 (1UrEeR cue9 a GUTTER ...... TUC05TFMD ................. 4 TLLCOSTRIND...................................... 8' MIN 8' MIN I RIGHT OF WAY GA EASEMENT — * — — —4 AT aSGame MW Of wAY WMI k SIDEWALK � OR EASEMENT k� w MIM C, ROUND REDS t IMPROVED AREAS TO REDUCE THE (4) ST Inn PACT WHEN PLACING NEW GROUND REDS IN IMPROVED AREAS, POSITION THE FIR -ST GROUND ROD Z4' - 16" FRO M TH E POL a TH EN, W H EHE SIRE ET RIGHTS - 0 F- WAY OR EASE ME N TS ALLOW, ROUT E THE GROU NDWIRE BEHIND THE SIDEWALK, PARAIiEI,TOTHF POI KINF.MAI NTAlNAll. l SPACINGREC`{UIREMENTSFOFRTHE 5ECO MID AND THIRD GROU NO RODS. THIS MAY ALSO HAVE THE BENEFIT OF PREVENTING DAMAGE TO THE GROUND GED DURING POIE REPLACEMENTS - THIS APPLIES TO &OTN DEAD -ENI] AND IN - LINE POLES IN IMPRO`JED AREAS. ANO UNDBEDS IN UNIMPiiOMARE AS TO HELP PREVEE#T DAMAGE TO A GROUMID 0 E DURiNG FUTURE POLE REPLACEMENTS IN UNINIPROVED AREA% POiIT;ONTHE FIRST GROUM1]DNOD ].4"-36" FROM THE POLE AT A 45 - DEGREE ANGLETO THE POLE LINE THEN, ROUTE THE GROUND WARE PARALLEL TO THE PCI,FIh E-MAINTAINAU SPACING REQUIREMENTS BETWEEN ALL GROUND ROD5. THIS APPLIES TO BOTH DEAD-END ANG IN-LINE POLES IN UNIMPROVED AREAS. AROUND BEDS AT SPLICE BOX TWO DAYS BEFORE YOU DIG CALL U.S.A. TOLL FREE 8'1'1 © 2012 AT&T Communications Inc. 12 FIRSTGROUNDRODTG RE P LACE D N D C LOSER THAN t4" AND NO FURTHER THAN 3,6" TO/FROM ANY S UR FAC E O F TH E POL E_ SEC O NO A NO THIRD 6RQONDRODS AkE TO BE SEPARATED BY AT LEAST 8 EEkf f R0 EACH OTHER AND FROnn 7HE FIRST GROUND ROD. THE TOP OF EACH-GROUNDROD IS TO BE AT tFhiT iY'AFLOW FINAL CAADFAT7HE ROD 10CATIC5N- USE 518" DAM ETEB, COPPER (LAD, STE EL GROU NPD ROD - 46" LONG. LOCI P R6 AWG BARE SOLID COP PER G RO LIND WIRF THRU THE {IAk1PSAT FACH GROUND ROO - DO N 07 C UT WIR E. ROU TE WIRE FROM CLO51:51 ROD PN51DE SB, WRAPPING THE 56 ON E TIME , MAN I N -G AN APPS RAN C E 0 N 2 OPIFOSITIE WALLS OFTHESB_ �. OMNI) LINE � 12"MINI�uf41 {OWER OVER A NY HORI210 NTAL 5K TION OT GROUND WIEL., E x SJS" GROUND ROM CCFNNECTION TO GR-OUNID ROD BARE tl6SC}LID l GROUND WIRE APPROVED W GROUND ROD — * CONNECTOR 814 RE 415 SOL I D GRO UN D WIRE TO ENTER THROUGH 20E WALL OR THROUGH 60TTOM Of 56- aa���� 12"MIN, TO TDP OF ROD r 24"'-36` — S'MIH, $'MIN, (TYP!I--AL) POSTITIONING GROUND BEDS AT SPLICE BOXES © 2012 AT&T Communications Inc. 13 cum sour= CURB & GLrTEFt 51Dt�N+iLK E3'MIN $'MIN 24"-34" MKr OF WAY OR EASEMENT RIGHT OF WAY 8' Maly SIMALK OR EA5Ek1EN1 24"-36" l AT 45-EFEGFIEF MIN GROUND BEDS IN IMPROVElD AREAS TO REDUCE THE COST INPA( T WHEN PLACING NEW GR-0UN D BES IN IMPROVED AREAS, POSMON THE FIRST GROUNI) ROD 24' - 36" FROM THE SB1'HEN, WHERE STREET` RIGHI'S•OF, WAY OR EASEMENTS ALLOWr ROUTE THE GROUND WIRE BfHlND THE SIDEWALK, PARALLEL TO THE SIDEWALK- MALI INTA LM ALL 5PACIN6 REQUIRE MENTS FOR THE SEILONO AN ID THIRD G ROUFID RODS. THIS MAYALSO HAVE THE BENEFIT OF PREVINTING DAMAGE TO THE GROUND BED DURINi CAKE REpiA�EMfNT$- Pre-wire Material Specifications GR-0!3NDBE D5 IN UNI MPROVE DAREAS TO HELP PREVENT DAMAGE TO A GROUND BEES DURING FUTURE CABLE REPLAC EMENT5 JN UNIM PROVE D AREAS, POSITION THE FIRST GA-0UN DROD 24 CJs' 5A0M THC SR Al A 4; DEGREE ANGLE TO THE TRENCH LINE THEN, ROUTE THE GROLINDWIRE PARALLEL TO THE TRENCH LINE- MAI NT -AIN ALLSPACINiG R EQUIF.EM E NTS BETW E EN ALL G ROU ND RG D5, © 2012 AT&T Communications Inc. 14 Customer owned wire (pre -wire) must meet the FCC registration rules part 68, subpart C, section 68.213 and be to ANSI/TIA/EIA 570-B standards. Two cables will be required for Fiber to the Premise applications, a twisted pair interior wire cable for telephone applications, and a data cable. 1. Interior wire (telephone) shall be a minimum of four pair sheath wire containing eight (8) solid copper conductors, each of which has insulation in the industry standard color coding format. This format must provide "white / blue" wires for the primary pair and "white / orange" wires for the second pair. 2. The wire must be twisted pair with an outer sheath of insulation. The conductor size must be either 22 AWG or 24 AWG and classified as Category 5e. 3. The developer must tag and terminate the pre -wire at the AT&T telephone cabinet. 4. Data Cable: A separate data cable shall be placed in conjunction with the interior wire (telephone) The data cable shall be 4 pair (8 conductor), CAT 5e, and terminated on a standard RJ 45 modular connector at the telephone cabinet. 5. If a Central Wiring Center is utilized (See Exhibit C) place a tri -shield RG -6 COAX cable from the telephone cabinet to the center. Use compression connectors such as LRC Snap/Seal or Gilbert. Low Voltage Conduit / AC Outlet Fiber to the Premise applications will require an uninterruptible DC power source (UPS). This power source will be placed by AT&T personnel in the interior of the dwelling. The developer will determine the UPS location. We recommend that the location be adjacent to the central wiring center in the residence (hall or master bedroom closet). The developer must place conduit between the UPS location and the exterior telephone cabinet. AT&T will install the wiring when placing the UPS unit. © 2012 AT&T Communications Inc. 15 I . For UPS power the developer shall provide a 110V GFI protected AC outlet or 110V AC outlet (In accordance to NEC and/or local ordinances) located no greater than 5 feet from where the UPS will be placed inside the residence. 2. The location selected for the UPS must not be in excess of 75 feet from the telephone cabinet. 3. Conduit must be provided from the UPS location to the exterior telephone cabinet. Conduit should be a minimum of 3/4 " with no sharp 90 degree bends. Conduit Suppliers Southern California Northern California Saf-t-co Cal -duct Beacon Electric CED CES Crescent TVC, inc. FXHIRIT A Herning Supply CED Central Wholesale GE Supply Independent Utility Independent Electric Wedco Maltby Northern Valley Distributing Graybar RE R1 AT&T Standard Underground Serving Arrangement for Residential Single Family or Duplex Unit - FIBER © 2012 AT&T Communications Inc. 16 54" ma 36" mir ONT- UPS POWER CABLE PATH Provide a 3/4" conduit (90 degree sweeps only) ' from telephone cabinet to central wiring cabinet location inside residence. Power cable to be placed by Telephone Company. UFER ROUND \ ELCO CABINET elco cabinet size (less mounting flange) iinimum 32 " H x 14" W x 6" D equipped with 1/2" ywood backboard minimum clearance in front of cabinet lace cabinet adjacent to CATV housing INTERIOR WIRE / DATA CABLE Terminate Category 5e four pair insulated jacket interior wire in cabinet. Terminate DATA cable in cabinet with standard RJ 45 module. DATA cable should be eight conductor (4 pairs) 24" minimum radius bend. Conduit size 1" minimum, 2" maximum GROUNDING OPTIONS IN ORDER OF AT&T PREFERENCE • UFER bar extended maximum 1" into telco cabinet • #10 Ground wire from UFER to telco cabinet • Conduit from UFER to telco cabinet for ground wire placement y:1aI_1118 � Pre -installation Requirements for FTTP UPS Power Unit © 2012 AT&T Communications Inc. 17 aW Developer to place GFI or standard 110/120V Outlet. ( In accordance to NEC and/or local ordinances) Not to exceed 5' from UPS location. Weatherproof cabinet on exterior wall Developer to place conduit (3/4" Min.) from Power Unit location to weatherproof cabinet Maximum distance = 75' Wall Moun (To be inst © 2012 AT&T Communications Inc. 18 Outside wall, typically adjacent to power entrance Single Family Unit Optical Node Termination TELCO CABINET EXHIBIT C at&t Interior Wiring Specifications Inside Residence: • Follow ANSI/TIA/EIA-570-B standard for residential wiring • Utilize a Star (Hub and Spoke) topology ad wire to Grade 2 specifications • Inside wiring to the outlet locations should all originate from a Central Wiring Center. • Utilize CAT 5e twisted pair and a minimum of Tri Shield RG6 coaxial cable throughout the premise. • For COAX connection use connectors such as LRC Snap/Seal or Gilbert. Do not use hex crimp fittings. CAT -5e for Voice Central Wiring Center (CWC) ND Power Supply Unit 111PR1 Rechargeable Battery 1--f (Customer Owned) Q ®_® I Coax for Video TO Shield RG -6 Properly connectorize © 2012 AT&T Communications Inc In Outlets (Jacks): • A minimum of one outlet location shall be cabled within each of the following rooms: Kitchen Bedroom Family/Great Room Den/Study • An outlet location should be provided in each room and additional outlet locations provided within unbroken wall spaces of 12 ft. or less. Additional outlet locations should be provided so that no point along the floor line in any wall space is more than 25 ft., measured horizontally, from an outlet location in that space. • At video outlet (jack) locations utilize Grade 2 outlets providing both video (COAX) and data/voice (RJ -45) jacks. • Terminators should be placed on COAX outlets to minimize signal interference. 568-A wiring Standard for Cat 5/5e/6 cabling Pair # Wire Pin # 1- White/Blue White/Blue 5 Blue/White 4 2- White/Orange White/Orange 1 Orange/White 2 3- White/Green White/Green 3 Green/White 6 4- White/Brown White/Brown 7 Brown/White 8 © 2012 AT&T Communications Inc. 20 AT&T 3'-0" X 5'-0" X 3'-0" SUB—SURFACE ENCL. NO PID NO. REPLACEMENT VAULT HEIGHT ADJUSTMENT BRACKET 36"X60" (NOMINAL) AOIUSTABIE, FRAME AND COVER ASSEMBLY. BOLT DOWN, H-20 M TRAFFIC RATED SLIP RESISTANT COVER TORSION ASSIST OPENING J 36"X60" (NOMINAL) ADJUSTABLE, FRAME AND COVER ASSEMBLY. AVAILABLE IN PEDESTRIAN OR INCIDENTAL TRAFFIC RATING SUP RESISTANT COVER AT&T NAME PLATE 12EA Yt"O PLASTIC INSERTS 6EA CABLE RACKS o ori 3 �D" J 12"fX2" J 4FA.:(,"6 GALVANIZED 5'-9" ` \SUMP 16EA. 4'6 DUCTS PULL -IRONS \ _ 3'-9" (TWO STEP BLACK) ATT -3 DRAWING MAY NOT CONFORM TO THE VAULT WEIGHT: 4,140 LBS. MOST CURRENT SPECIFICATION ® AT&T -3660-3 3'-0" X 5'-0"X 3'-0"(I. D.) Oldcastle Precast RUENAMEATT-3.DWG SUB -SURFACE ENCLOSURE 0 rvolM1 Calnema REVOM. MARCH 2016 AT&T M om,M WnHill• Plaaaanbn• Sanha Rana, Sbltl Tul Pnona: Rzs-isorsso Fa:: W5 I.. w .oldceWeprecaat.com Copyright ®2016 ommmt Reujm FCA306036-90000 OIN#100071528 FIBERGLASS / PCX POLYMER CONCRETE ASSEMBLY 30" X 60" X 36" (For actual dimensions see drawing) Fiberglass / Polymer Concrete Assembly, Straight Sides, No Floor, WUC 3.6, ANSI/SCTE 77-715/20K," 3/8" Captive Hex Bolts, Telephone EMS, (4) Racks, (4) Knockouts, Ground Bar, (2) Pulling Eyes, Custom Nameplate (AT&T USE 100006201 COVER HOOK ONLY) Cast -in LOAD RATINGS Incidental Traffic - Parking Lot, Sidewalk Conforms to: • WUC 3.6 • ASTM C 857 • ANSI/SCTE 77 FEATURES: • USDA/RUS Approved • UL classified polymer concrete • Drop -In nameplate • Shipped assembled • Skid resistant cover • Stainless steel bolts • Cast -in floating nut box - Integral drain holes Additional product information continued on the reverse nev&asis Composites for Infrastructure 2626 Kansas Avenue Riverside, California 92507 951.787.0600 951.787.0632 (fax) info@newbasis.com newbasis.com U I' 1<66"5/11 36" Inslae unenslons Length Width 59 7/8" 29 7/8" 59 1/8" 29 1/8" F� POLYMER CONGf�ETE The Next Generation KNOCKOUT & PULLING EYE DETAIL PULLING EYE & Depth GROUND BAR DETAIL 33" Rev: A.8 29 of 99 SPLICE BOX ASSEMBLY PID NO.: 301179768 RISER WEIGHT: 300 LBS. BASE WEIGHT: 1,150 LBS. 24"X36" (NOMINAL) SLIP—NOT, CAST IN, H RATED FRAME ry' 2EA. 2'-8)12„ 2'-0" 2'-8" LlOldcastle Precast Northern California Madera ■ Morgan Hill ■ Pleasanton ■ Santa Rosa- Stockton ■ Tulare Phone: 925-750-6650 Fax: 925-750-6660 AT&T -2436 I FILENAME: ATT -2. DWG I REVISED: MARCH 2016 www.oldcastleprecast.com ATT -2 AT&T NAME PLATE 4EA. 8"4 LIFTING INSERTS IN RISER JTERCHANGEABLE JOINT IITH MASTIC SEALANT EA. 8"0 LIFTING INSERTS J BASE EA. 4"0 DUCTS iWO STEP BLACK) 4EA. 6"X6" KNOCK—OUTS DRAWING MAY NOT CONFORM TO THE MOST CURRENT SPECIFICATION 2'-0" X 3'-0" X 2'-6" (1. D.) SPLICE BOX ASSEMBLY AT&T © 2016 OldcastWprecastj,c. APPENDIX - B STORAGE AREA u-1 01 ir 'oll1�"�B'�6�' �_ .gyp? ;:�, �! ,•_• �`r?oYyoy � �$�� ��2 ' IL ilk LP �-bM 5 �a ;ice 0� 1 , 2$ O,op JV i•c7� 0 100 200 Disclaimer: Every reasonable effort has been made to assure the accuracy of the 9S data provided, however, The City of Newport Beach and its v NEWPO RT BEACH Feet employees and agents disclaim any and all responsibility from or cRCrFQaH�r relating to any results obtained in its use. 12/13/2018 APPENDIX - C ORANGE COUNTY SANITATION DISTRICT SPECIAL PURPOSE DISCHARGE PERMIT (SPDP) APPLICATION AND SAMPLE APPLICATION APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT Permit No. A. Instructions Special Purpose Discharge Permits are limited term permits, with a maximum term of one year. For the Orange County Sanitation District (District) to properly evaluate and process a Special Purpose Discharge Permit, ■ The Permit Application form must be filled out completely. Your application will be returned to you if there is missing information. Clearly print or type the information requested. Please write "NIA" if the information being requested does not apply. ■ The Permit Application must be signed by the Chief Operating Officer or official company representative. The District will return your Permit Application if it is not signed by the proper company official. ■ The permit fees and other charges are due at the time the Permit Application is submitted. An application received without remittance will be returned. B. Applicant and Ownership Information Applicant Mailing Address Street Phone Number: ( ) Contact Name: Sewer Service Address: Street Please include a site map Complete Legal Entity Name City State Zip Code Fax Number: ( ) E-mail Address: 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 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 ■ Do you project this discharge to last longer than one year? 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? ❑ 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: gallons PLn T ■ Days of week of discharge (enter X): ue Wed Thu Fri Sat Sun 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. ■ Equipmentlstructure and method to prevent pass-through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. ■ Best management practices and pollution prevention strategies designed to minimize or eliminate the proposed discharge to the sewer. ■ System to measure and record the discharge to the sewer system (see Attachment 157 for effluent flow meter installation requirements). Page 3 of 9 If effluent measuring device is already installed, please provide the following: Date of last calibration: Type of calibration: Hydraulic Instrumentation Calibration performed in situ? Yes ❑ No The calibration of an existing effluent 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: Street Title: Phone Number: ( ) E-mail: D. Additional Requirements and Certification Please complete and provide the following documents with your application: ■ Certification of Accuracy of Information ■ Sewer Connection Verification Statement ■ Certification of Responsible Officer ■ Option to Designate Signatory (Optional) City State Zip Code Page 4 of 9 APPLICATION FOR SPECIAL PURPOSE DISCHARGE PERMIT Permit No. A. Instructions Special Purpose Discharge Permits are limited term permits, with a maximum term of one year. For the Orange County Sanitation District (District) to properly evaluate and process a Special Purpose Discharge Permit, ■ The Permit Application form must be filled out completely. Your application will be returned to you if there is missing information. Clearly print or type the information requested. Please write "NIA" if the information being requested does not apply. ■ The Permit Application must be signed by the Chief Operating Officer or official company representative. The District will return your Permit Application if it is not signed by the proper company official. ■ The permit fees and other charges are due at the time the Permit Application is submitted. An application received without remittance will be returned. B. Applicant and Ownership Information Applicant: �i�lr'LU S j!�-7N('//VEEE/N�, /A)C , Complete Legal Entity Name Mailing Address: aQA) >G7 S% qN, M j %�O (o Street city State Zip Code Phone Number: q) 7 % q $ O Fax Number: ( ) Contact Name: V -P Vj h, PPI,,--, E-mail Address: h016:21n j,ppi,e p cl ynn t- Y13 C' Sewer Service a Cpoc�o r\J PINj2OYk TQCh &� Address: Street city State Zip Code Please include a site map List all Principal Owners /Major Shareholders of the site and/orbusiness: G �rhr 0 F N6.*J &4- C*At -- 100 ckym cyojy� OR- Nf fes- 6cnc u7 C* 9}660 Name Title Address Name Title Address Name Title Address For Corporations Only: 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. L11114, I MR. MMM �' 0�4 /M Include site drawings and piping layout. 1 V\A0 S eGUet 2. Reasons for the discharge request to the sewer system. To tower -f-� rz�'vnrr wc4ev /'PSP/ So W cr (G Can l LOmy�Ge---(e b �5a,606/ 04d - -PELc ( o n4-ty On _1:1� [)\,) Q-4--er m a t V? s alai S�-/U /iKnC . 3. Analysis of the feasibility of other disposal alternatives (e.g., discharging into storm drains, reuse and reclamation, etc.). 4. Describe the following: ■ Is this a one-time discharge? Yes ©No ■ Do you project this discharge to last longer than one year? ■ Projected duration: Of project: –( M cry --V» ■ Does the facility on this site have a Wastewater Discharge Permit issued by he Orange County Sanitation District? If yes, provide Permit number: 1-1 Yes ® No Of discharge: G% M Oaf- S ❑ Yes No ■ Average daily flow (gpd) from this site: ';Lr L/® Q gpd ■ If this is a one-time discharge, indicate the total expected discharge for the project: ■ Rate of discharge: 5 gpm ■ Hours of discharge: From: –7: ©e) a. m. To: S = OCA p.m. ■ Number of days per week of discharge: ■ Days of week of discharge (enter X): gallons Mon Tue Wed Thu Fri Sat Sun X:�: "If I,< Page 2 of 9 4 5. Location of discharge point: 62pc?re--{- e>e6ue-r menac% j� c6,rl-en4 { o e-0 -iLiar-) c kq sfr'Oek Z1Q k�e ave� Mcg rCUs eve 5 2•-7d <f (, a C%dcr� X0'4 62101' '!i'a a.'� jt Include site drawings. 6. Contaminants present in the source of discharge and level of each contaminant. Constituent Level (mg/L) Include analytical reports. 7. Detailed design and technical information (include drawings and attach additional information). ■ Pretreatment system provided to remove the contaminants. Analytical Method Used a AW iNTMI •1 �� o ! V r i ' • _ • u u • •NOR_ ■ Equipment/structure and method to prevent pass-through and interference with the sewerage system in case of temporary outages, emergency shutdown, or sewer surcharge. -f ,Primo-, f S G! 'S e -L UP 4-0 NOO fS Y(i/IG, 4 m,'1,11 fit (��- r-i7i�rz pvmR-, gfo S4crr-f- wIneyi `H&f WGtr r reaC(10-5 Ci C 4? r -4a 1/2 mo-);, -f ZNS E , �LL h2v m 12S Of Y- 0 ca 16-_ Lb U j2 +c)(L Gini1/�OX(��cOY ['I'1C�`I CC?? -)ice, 7vr"r(. D ■ 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). 2/�,���� � � M&ryn Ww�, 96r r�-n 0r1 Qtw_ eta* ott �kutwn t* -J - T-0 915'C'H-AA'6* A*+ ,om jT!5, (sc% kt?x*UFc,i Ptfo rb Page 3 of 9 If effluent measuring device is already installed, please provide the following: �`_l .. Date of last calibration: �^, VIA& � FKA4A %, W • (S61& m r'�"�' k �ek SAW) Type of calibration: ❑ Hydraulic ❑ Instrumentation Calibration performed in situ? ❑ Yes ❑ 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. MWA- VU -1- 64- 6 A 7% 91srny4 Aar &L TI M&S 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: M y-2 W h.M22 W_ Title: P('c-) )eC�— M a Vl Q IV� Address: 2,S-1 V t ( o rant ca& ¢, S4- /-t-n a Al ivy\ CA- If 7 V0& Street City State Zip Code Phone Number: (-7 fes() L -(Z - qE-mail: MW tn'%pgjvtaefIrk3, D. Additional Requirements and Certification Please complete and provide the following documents with your application: ■ Certification of Accuracy of Information ■ Sewer Connection Verification Statement ■ Certification of Responsible Officer ■ Option to Designate Signatory (Optional) Page 4 of 9 Certification of Accuracy of Information 1 have personally examined and am familiar with the information submitted in the attached document, and I hereby certify under penalty of law that the submitted information is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment. Official Company Representative: Name: Al" NahPPLG Signature: Title: �/Gp �+4r✓ih-(r(. Date: 7' #,411-7 Name of the person to contact concerning information provided in this application: Name: AV* W 0+1 PiPt'C- Address: d$? 1 G - Cote.J AM 5r -6=IM4 C* ft -904 Title: 0107G -Gr m4ej)y k„ti, Telephone: C7N) 71/).— 7940 Page 5 of 9 Sewer Connection Verification Statement Connection to District's Sewer System (Trunklines) Connection Permit No.: Connection Address: Discharge Pipe Size: Receiving Trunkline Name / Size: Date Connection/Inspection Fees Paid: inches Maximum Flow Rate: xD Connection to Local Sewer (Collection) Systems Local Sewerage Agency: City of Newport Beach Connection/Encroachment Permit No. (if applicable): Under contract with City Connection Address: Various locations in West Newport Beach Maximum Allowed by Local Sewerage Agency: Varies gpm gpm / inches Name and Title of Local Agency Contact: Michael J. Sinacori, P.E., Assistant City Engineer Contact's Phone No: 949 ) 644-3342 Page 6 of 9 Certification of Responsible Officer I, the undersigned, do hereby certify that 1 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. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to establish a new Responsible Officer. Name of Responsible Officer: Michael J. Sinacori, P.E. (Please Print or Type) Signature: Title: Assistant City Engineer Date: 7-26-17 Permit No.: Company Name: City of Newport Beach E-mail Address: Msinacori@newportbeachca.gov 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 Certification of Responsible Officer I, the undersigned, do hereby certify that 1 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. 1 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 dis harge originates. I understand that if, in the future, this information is no longer correct, the District will be notified in writing to estish a new Responsible Officer. Name of Responsible Officer: � ��C� .Ju 5 u Signature: Title: Date: 7 Il9 10 Permit No.: Company Name: &wutS "n•u&, 2,7� E-mailAddress: (Y+hNr►r,rc..co 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 A "H r ORANGE COUNTY SANITATION DISTRICT APPLICATION FOR 9o�c HE EMP SPECIAL PURPOSE DISCHARGE PERMIT APPLICATION PACKAGE CHECKLIST Date of last regular discharge (Not Including purge water for sampling): SUBMITTED ® PERMIT APPLICATION ® PERMIT FEE REMITTANCE ($2,427.56 for New Permit effective July 1, 2017 and $1,500.00 for Renewal) (Include a copy of the check) INFORMATION AND DRAWINGS REQUIREMENTS: ® I. Current Site Drawing and Process Flow Sketch ® ll. 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 TestAmerica ° THE LEADER IN ENVIRONMENTAL TESTING ANALYTICAL REPORT TestAmerica Laboratories, Inc. TestAmerica Irvine 17461 Derian Ave Suite 100 Irvine, CA 92614-5817 Tel: (949)261-1022 T estAmerica Job ID: 440-188379-1 Client Project/Site: Newport Beach - Water - PEI #1073 Foi Paulus Engineering, Inc 2871 E. Coronado St Anaheim, California 92806 Attn: Mike Whipple A'Z- Authorized for release by. - 712412017 y.7/24/2017 4:53:32 PM Lena Davidkova, Project Manager II (949)261-1022 Jena.davidkova@testamericainc.com The test results in this report meet all 2003 NELAC and 2009 TNI requirements for accredited parameters, exceptions are noted in this report. This report may not be reproduced except in full, and with written approval from the laboratory. For questions please contact the Project Manager at the e-mail address or telephone number listed on this page. This report has been electronically signed and authorized by the signatory. Electronic signature is intended to be the legally binding equivalent of a traditionally handwritten signature. Results relate only to the items tested and the sample(s) as received by the laboratory. Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Table of Contents Cover Page .............................................. 1 Table of Contents ......................................... 2 Sample Summary ......................................... 3 Case Narrative ........................................... 4 Client Sample Results ...................................... 5 Method Summary ......................................... 7 Lab Chronicle ............................................ 8 QC Sample Results ........................................ 9 QC Association Summary ................................... 19 Definitions/Glossary....................................... 22 Certification Summary ...................................... 23 Chain of Custody .......................................... 24 Receipt Checklists ......................................... 25 TestAmerica Irvine Page 2 of 25 7/24/2017 41 Sample Summary Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Lab Sample ID Client Sample ID Matrix Collected Received 440-188379-1 Grab Water 07/14/1711:12 07/14/1712:00 TestAmerica Irvine Page 3 of 25 7/24/2017 Case Narrative Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Job ID: 440-188379-1 Laboratory: TestAmerica Irvine Narrative Job Narrative 440-188379-1 Comments No additional comments TestAmerica Job ID: 440-188379-1 Receipt The sample was received on 7/14/2017 12:00 PM; the sample arrived in good condition, properly preserved and, where required, on ice The temperature of the cooler at receipt was 3.4° C. Receipt Exceptions The following sample was activated for TDS analysis by the client on 7/20/17: Grab (440-188379-1). This analysis was not originally requested on the chain -of -custody (COC). GC/MS VOA No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. GC Semi VOA Method(s) 608: Insufficient sample volume was available to perform a.matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-418052 and analytical batch 440-418372.The laboratory control sample (LCS) was performed in duplicate to provide precision data for this batch.(LCS 440-418052/4-A) Method(s) 608: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-418052 and analytical batch 440-418070. The laboratory control sample (LCS) was performed in duplicate to provide precision data for this batch. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. Metals No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. General Chemistry Method(s) SM 4500 S2 D: The following sample was diluted due to purple color: Grab (440-188379-1). Elevated reporting limits (RL) are provided. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. Organic Prep Method(s) 1664A: Insufficient sample volume was available to perform a matrix spike/matrix spike duplicate (MS/MSD) associated with preparation batch 440-417477 and analytical batch 440-417491. The Laboratory Control Sample (LCS) was performed in duplicate to provide precision data for this batch Method(s) 1664A: Analysis for Hexane Extractable Material (HEM) was performed for the following sample: Grab (440-188379-1). Since the HEM result(s) was below the reporting limit (RL), the result(s) for Silica Gel Treated - Hexane Extractable Material (SGT -HEM) was reported as a non -detect. All HEM quality control criteria were met. No additional analytical or quality issues were noted, other than those described above or in the Definitions/Glossary page. VOA Prep No analytical or quality issues were noted, other than those described in the Definitions/Glossary page. TestAmerica Irvine Page 4 of 25 7/24/2017 Client Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Client Sample ID: Grab Lab Sample ID: 440-188379-1 Date Collected: 07/14/17 11:12 Matrix: Water Date Received: 07/14/17 12:00 Dil Fac Method: 8260B SIM - Volatile Organic Compounds (GC/MS) <0.050 Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 1,4 -Dioxane <0.50 2.0 0.50 ug/L 07/17/17 21:30 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac Dibromofluoromethane (Surf) 90 80-120 R-11711721 30 1 Method: 608 - Organochlorine Pesticides in Water Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac 4,4' -DDD <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 4,4' -DDE <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 4,4' -DDT <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Aldrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 alpha -BHC <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 beta -BHC <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Chlordane (technical) <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/19/17 18:43 1 delta -BHC <0.050 0.20 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Dieldrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endosulfan 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endosulfan 11 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endosulfan sulfate <0.10 0.20 0.10 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endrin aldehyde <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Endrin ketone <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 gamma -BHC (Lindane) <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Heptachlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Heptachlor epoxide <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Methoxychlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 18:43 1 Toxaphene <2.5 5.0 2.5 ug/L 07/19/17 08:25 07/19/17 18:43 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac Tetrachloro-m-xylene 74 16-115 6-7-1-1911708 25 67/19/17 18:43 1 DCB Decachlorobiphenyl (Surr) 52 10-149 07/19/17 08:25 07/19/17 18:43 1 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Aroclor 1221 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1232 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1016 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1242 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1248 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1254 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Aroclor 1260 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:51 1 Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac DCB Decachlorobiphenyl (Surr) 52 26-115 07/19/17 08:25 0720/17 11:51 1 Method: 200.7 Rev 4.4 - Metals (ICP) - Total Recoverable Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Arsenic 0.10 0.010 0.0089 mg/L 07/18/1715:46 07/19/1713:23 1 Cadmium <0.0025 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:23 1 Chromium 0.12 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:23 1 Copper 0.075 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 1 TestAmerica Irvine Page 5 of 25 7/24/2017 Client Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07/14/17 11:12 Date Received: 07/14/17 12:00 Method: 200.7 Rev 4.4 - Metals (ICP) - Total Recoverable (Continued) TestAmerica Job ID: 440-188379-1 Lab Sample ID: 440-188379-1 Matrix: Water Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Lead 0.040 0.0050 0.0038 mg/L 07/18/1715:46 07/19/1713:23 Molybdenum 0.071 0.020 0.010 mg/L 07/18/1715:46 07/19/1713:23 Nickel 0.079 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 Selenium <0.0087 0.010 0.0087 mg/L 07/18/1715:46 07/19/1713:23 Silver <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:23 Zinc 0.26 0.020 0.012 mg/L 07/18/1715:46 07/19/1713:23 Method: 245.1 - Mercury (CVAA) Analyte Result Qualifier RL MDL Unit Mercury <0.00010 0.00020 0.00010 mg/L General Chemistry Analyte Result Qualifier RL HEM (Oil & Grease) <1.5 5.2 SGT -HEM (Oil and Grease - Nonpolar) <1.5 5.2 Total Dissolved Solids 1100 10 Cyanide, Total <0.013 0.025 Ammonia (as N) 3.5 1.0 Total Sulfide <0.054 0.10 Dil Fac 1 1 1 1 1 1 D Prepared Analyzed Dil Fac 07/17/17 23:31 07/18/17 17:33 1 MDL Unit D Prepared Analyzed 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 1.5 mg/L 07/15/17 06:38 07/15/17 08:43 5.0 mg/L 07/21/17 08:06 0.013 mg/L 07/21/1711:40 07/24/1715:34 0.50 mg/L Unit 07/19/1717:23 0.054 mg/L 0.050 07/18/1716:11 Dil Fac 1 1 1 1 5 2 Analyte Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac Biochemical Oxygen Demand <2.0 2.0 2.0 mg/L 07/14/17 15:17 1 General Chemistry - Dissolved Analyte Result Qualifier RL MDL Unit D Prepared Analyzed oil Fac Sulfide, Dissolved <0.027 HF 0.050 0.027 mg/L 07/17/17 15:10 07/18/17 13:57 1 TestAmerica Irvine Page 6 of 25 7/24/2017 Method Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Protocol References: 1664A = EPA -821-98-002 40CFR136A = "Methods for Organic Chemical Analysis of Municipal Industrial Wastewater", 40CFR, Part 136, Appendix A, October 26, 1984 and subsequent revisions. EPA = US Environmental Protection Agency SM = "Standard Methods For The Examination Of Water And Wastewater', SW846 = "Test Methods For Evaluating Solid Waste, Physical/Chemical Methods", Third Edition, November 1986 And Its Updates. Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Derian Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 TestAmerica Irvine Page 7 of 25 7/24/2017 Laboratory Method Method Description Protocol 8260B SIM Volatile Organic Compounds (GC/MS) SW846 TAL IRV 608 Organochlorine Pesticides in Water 40CFR136A TAL IRV 608 Polychlorinated Biphenyls (PCBs) (GC) 40CFR136A TAL IRV 200.7 Rev 4.4 Metals (ICP) EPA TAL IRV 245.1 Mercury (CVAA) EPA TAL IRV 1664A HEM and SGT -HEM 1664A TAL IRV SM 2540C Solids, Total Dissolved (TDS) SM TAL IRV SM 4500 CN E Cyanide, Total SM TAL IRV SM 4500 NH3 G Ammonia SM TAL IRV SM 4500 S2 D Sulfide, Total SM TAL IRV SM5210B BOD, 5 Day SM TAL IRV Protocol References: 1664A = EPA -821-98-002 40CFR136A = "Methods for Organic Chemical Analysis of Municipal Industrial Wastewater", 40CFR, Part 136, Appendix A, October 26, 1984 and subsequent revisions. EPA = US Environmental Protection Agency SM = "Standard Methods For The Examination Of Water And Wastewater', SW846 = "Test Methods For Evaluating Solid Waste, Physical/Chemical Methods", Third Edition, November 1986 And Its Updates. Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Derian Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 TestAmerica Irvine Page 7 of 25 7/24/2017 Lab Chronicle Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Client Sample ID: Grab Date Collected: 07/14/17 11:12 Date Received: 07/14/17 12:00 TestAmerica Job ID: 440-188379-1 Lab Sample ID: 440-188379-1 Matrix: Water Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Derian Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 TestAmerica Irvine Page 8 of 25 7/24/2017 Batch Batch Dil Initial Final Batch Prepared Prep Type Type Method Run Factor Amount Amount Number or Analyzed Analyst Lab Total/NA Analysis 82606 SIM 1 10 mL 10 mL 417740 0-7/-17/1721 30 GK TAL IRV Total/NA Prep 608 250 mL 2 mL 418052 07/19/17 08:25 FTD TAL IRV Total/NA Analysis 608 1 418070 07/19/17 18:43 KS TAL IRV Total/NA Prep 608 250 mL 2 mL 418052 07/19/17 08:25 FTD TAL IRV Total/NA Analysis 608 1 418372 07/20/17 11:51 IVA TAL IRV Total Recoverable Prep 200.2 25 mL 25 mL 417923 07/18/17 15:46 JL TAL IRV Total Recoverable Analysis 200.7 Rev 4.4 1 418136 07/19/17 13:23 EN TAL IRV Total/NA Prep 245.1 20 mL 20 mL 417767 07/17/17 23:31 DB TAL IRV Total/NA Analysis 245.1 1 418223 07/18/17 17:33 EN TAL IRV Total/NA Prep 1664A 965 mL 1000 mL 417477 07/15/17 06:38 JC1 TAL IRV Total/NA Analysis 1664A 1 417491 07/15/17 08:43 JC1 TAL IRV Total/NA Analysis SM 2540C 1 100 mL 100 mL 418541 07/21/17 08:06 XL TAL IRV Total/NA Prep Distill/CN 50 mL 50 mL 418607 07/21/17 11:40 EC1 TAL IRV Total/NA Analysis SM 4500 CN E 1 419060 07/24/17 15:34 EC1 TAL IRV Total/NA Analysis SM 4500 NH3 G 5 0.8 mL 8 mL 418202 07/19/17 17:23 MMH TAL IRV Dissolved Prep SM 4500 S2 B 7.5 mL 7.5 mL 417684 07/17/17 15:10 HTL TAL IRV Dissolved Analysis SM 4500 S2 D 1 7.5 mL 7.5 mL 417890 07/18/17 13:57 HTL TAL IRV Total/NA Analysis SM 4500 S2 D 2 7.5 mL 7.5 mL 417928 07/18/17 16:11 HTL TAL IRV Total/NA Analysis SM5210B 1 417307 07/14/17 15:17 MMP TAL IRV Laboratory References: TAL IRV = TestAmerica Irvine, 17461 Derian Ave, Suite 100, Irvine, CA 92614-5817, TEL (949)261-1022 TestAmerica Irvine Page 8 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: 8260B SIM - Volatile Organic Compounds (GC/MS) Lab Sample ID: MB 440-417740/2 Matrix: Water Analysis Batch: 417740 MB MB Analyte Result Qualifier RL MDL Unit 1,4 -Dioxane <0.50 2.0 0.50 ug/L MB MB Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surr) 89 80-120 Lab Sample ID: LCS 440-417740/3 Matrix: Water Analysis Batch: 417740 Analyte 1,4 -Dioxane TestAmerica Job ID: 440-188379-1 Client Sample ID: Method Blank Prep Type: Total/NA D Prepared Analyzed Dil Fac 07/17/17 19:56 1 Prepared Analyzed Dil Fac 07/17/1719:56 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 10.0 10.2 ug/L 102 70-125 LCS LCS Surrogate %Recovery Qualifier Limits Dibromofluoromethane (Surr) 90 80-120 Lab Sample ID: 440-188379-1 MS Matrix: Water Analysis Batch: 417740 Sample Sample Analyte Result Qualifier 1,4 -Dioxane <0.50 MS MS Surrogate %Recovery Qualifier Dibromofluoromethane (Surr) 90 Lab Sample ID: 440-188379-1 MSD Matrix: Water Analysis Batch: 417740 Sample Sample Analyte Result Qualifier 1,4 -Dioxane <0.50 MSD MSD Surrogate %Recovery Qualifier Dibromofluoromethane (Surr) 92 Client Sample ID: Grab Prep Type: Total/NA Spike MS MS %Rec. Added Result Qualifier Unit D %Rec Limits 10.0 10.5 ug/L 105 70-130 Limits 80-120 Client Sample ID: Grab Prep Type: Total/NA Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 10.0 11.6 ug/L 116 70-130 10 30 Limits 80-120 Method: 608 - Organochlorine Pesticides in Water Lab Sample ID: MB 440-418052/1-A Matrix: Water Analysis Batch: 418070 Analyte 4,4' -DDD 4,4' -DDE 4,4' -DDT Aldrin alpha -BHC Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418052 MB MB Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 TestAmerica Irvine Page 9 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: 608 - Organochlorine Pesticides in Water (Continued) Lab Sample ID: MB 440-418052/1-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac beta -BHC <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Chlordane (technical) <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/19/17 17:59 1 delta -BHC <0.050 0.20 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Dieldrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endosulfan 1 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endosulfan 11 <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endosulfan sulfate <0.10 0.20 0.10 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endrin <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endrin aldehyde <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Endrin ketone <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 gamma -BHC (Lindane) <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Heptachlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Heptachlor epoxide <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Methoxychlor <0.050 0.10 0.050 ug/L 07/19/17 08:25 07/19/17 17:59 1 Toxaphene <2.5 5.0 2.5 ug/L 07/19/17 08:25 07/19/17 17:59 1 MB MS Surrogate %Recovery Qualifier Limits Prepared Analyzed DY Fac Tetrachloro-m-xylene 81 16-115 07/19/17 08:25 07/19/17 17:59 1 DCB Decachlorobiphenyl (Surr) 80 10-149 07/19/17 08:25 07/19/17 17:59 1 Lab Sample ID: LCS 440-418052/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits 4,4' -DDD 0.400 0.374 ug/L 93 31-141 4,4' -DDE 0.400 0.374 ug/L 94 30-145 4,4' -DDT 0.400 0.351 ug/L 88 25-150 Aldrin 0.400 0.388 ug/L 97 42-122 alpha -BHC 0.400 0.401 ug/L 100 37-134 beta -BHC 0.400 0.357 ug/L 89 17-147 delta -BHC 0.400 0.397 ug/L 99 19-140 Dieldrin 0.400 0.390 ug/L 98 36-146 Endosulfan 1 0.400 0.398 ug/L 99 45-150 Endosulfan II 0.400 0.390 ug/L 97 10-150 Endosulfan sulfate 0.400 0.375 ug/L 94 26-144 Endrin 0.400 0.420 ug/L 105 30-147 Endrin aldehyde 0.400 0.371 ug/L 93 47-115 Endrin ketone 0.400 0.371 ug/L 93 52-115 gamma -BHC (Lindane) 0.400 0.377 ug/L 94 32-127 Heptachlor 0.400 0.372 ug/L 93 34-115 Heptachlor epoxide 0.400 0.399 ug/L 100 37-142 Methoxychlor 0.400 0.395 ug/L 99 55-115 LCS LCS Surrogate %Recovery Qualifier Limits Tetrachloro-m-xylene 89 16-115 DCB Decachlorobiphenyl (Surr) 76 10-149 TestAmerica Irvine Page 10 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: 608 - Organochlorine Pesticides in Water (Continued) Lab Sample ID: LCSD 440-418052/3-A Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 418070 Prep Batch: 418052 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit 4,4' -DDD 0.400 0.366 ug/L 91 31-141 2 35 4,4' -DDE 0.400 0.366 ug/L 91 30-145 2 35 4,4' -DDT 0.400 0.348 ug/L 87 25-150 1 35 Aldrin 0.400 0.383 ug/L 96 42-122 1 35 alpha -BHC 0.400 0.397 ug/L 99 37-134 1 35 beta -BHC 0.400 0.350 ug/L 88 17-147 2 35 delta -BHC 0.400 0.390 ug/L 98 19-140 2 35 Dieldrin 0.400 0.388 ug/L 97 36-146 1 35 Endosulfan1 0.400 0.392 ug/L 98 45-150 1 35 Endosulfan 11 0.400 0.380 ug/L 95 10-150 3 35 Endosulfan sulfate 0.400 0.375 ug/L 94 26-144 1 35 Endrin 0.400 0.414 ug/L 104 30-147 1 35 Endrin aldehyde 0.400 0.363 ug/L 91 47-115 2 35 Endrin ketone 0.400 0.370 ug/L 93 52-115 0 35 gamma-BHC(Lindane) 0.400 0.364 ug/L 91 32-127 3 35 Heptachlor 0.400 0.370 ug/L 92 34-115 1 35 Heptachlor epoxide 0.400 0.392 ug/L 98 37-142 2 35 Methoxychlor 0.400 0.393 ug/L 98 55-115 1 35 LCSD LCSD Surrogate %Recovery Qualifier Limits Tetrachloro-m-xylene 84 16-115 DCB Decachlorobiphenyl (Surr) 70 10-149 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) Lab Sample ID: MB 440-418052/1-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Aroclor 1221 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1232 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1016 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1242 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1248 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1254 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 Aroclor 1260 <0.50 1.0 0.50 ug/L 07/19/17 08:25 07/20/17 11:11 1 MB MB Surrogate %Recovery Qualifier Limits Prepared Analyzed Dil Fac DCB Decachlorobiphenyl (Surr) 70 26-115 07/19/17 0825 07/20/17 11:11 1 Lab Sample ID: LCS 440-418052/4-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Aroclor 1016 4.00 3.47 ug/L 87 50 -115 TestAmerica Irvine Page 11 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: 608 - Polychlorinated Biphenyls (PCBs) (GC) (Continued) Lab Sample ID: LCS 440-418052/4-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 418372 Prep Batch: 418052 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Aroclor 1260 4.00 3.44 ug/L 86 10-127 LCS LCS Surrogate %Recovery Qualifier DCB Decachlorobiphenyl (Surr) 70 Lab Sample ID: LCSD 440-418052/5-A Matrix: Water Analysis Batch: 418372 Analyte Aroclor 1016 Aroclor 1260 Limits 26-115 • LCSD LCSD Surrogate %Recovery Qualifier Limits DCB Decachlorobiphenyl (Surr) 80 26-115 Method: 200.7 Rev 4.4 - Metals (ICP) Lab Sample ID: MB 440-417923/1-A Client Sample ID: Lab Control Sample Dup Added Result Qualifier Prep Type: Total/NA Matrix: Water 0.500 Prep Batch: 418052 Spike LCSD LCSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 4.00 3.55 ug/L 89 50 -115 2 30 4.00 3.54 ug/L 89 10-127 3 30 LCSD LCSD Surrogate %Recovery Qualifier Limits DCB Decachlorobiphenyl (Surr) 80 26-115 Method: 200.7 Rev 4.4 - Metals (ICP) Lab Sample ID: MB 440-417923/1-A LCS LCS Added Result Qualifier Client Sample ID: Method Blank Matrix: Water 0.500 0.524 0.500 0.516 Prep Type: Total Recoverable Analysis Batch: 418136 0.500 0.512 0.500 0.525 0.500 Prep Batch: 417923 0.500 MB MB 0.250 0.240 105 85-115 mg/L Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac Arsenic <0.0089 0.010 0.0089 mg/L 07/18/1715:46 07/1911713:19 1 Cadmium <0.0025 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:19 1 Chromium <0.0025 0.0050 0.0025 mg/L 07/18/1715:46 07/19/1713:19 1 Copper <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 Lead <0.0038 0.0050 0.0038 mg/L 07/18/1715:46 07/19/1713:19 1 Molybdenum <0.010 0.020 0.010 mg/L 07/18/1715:46 07/19/1713:19 1 Nickel <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 Selenium <0.0087 0.010 0.0087 mg/L 07/18/1715:46 07/19/1713:19 1 Silver <0.0050 0.010 0.0050 mg/L 07/18/1715:46 07/19/1713:19 1 Zinc <0.012 0.020 0.012 mg/L 07/18/1715:46 07/19/1713:19 1 Lab Sample ID: LCS 440-417923/2-A Matrix: Water Analysis Batch: 418136 Analyte Arsenic Cadmium Chromium Copper Lead Molybdenum Nickel Selenium Silver Spike LCS LCS Added Result Qualifier 0.500 0.500 0.500 0.524 0.500 0.516 0.500 0.503 0.500 0.512 0.500 0.525 0.500 0.515 0.500 0.494 0.250 0.240 Page 12 of 25 Client Sample ID: Lab Control Sample Prep Type: Total Recoverable Prep Batch: 417923 TestAmerica Irvine 7/24/2017 %Rec. Unit D %Rec Limits mg/L 100 8-5-115 mg/L 105 85-115 mg/L 103 85-115 mg/L 101 85-115 mg/L 102 85-115 mg/L 105 85-115 mg/L 103 85-115 mg/L 99 85-115 mg/L 96 85-115 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: 200.7 Rev 4.4 - Metals (ICP) (Continued) Lab Sample ID: LCS 440-417923/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Zinc 0.500 0.506 mg/L 101 85-115 Lab Sample ID: 440-188379-1 MS Client Sample ID: Grab Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Arsenic 0.10 0.500 0.616 mg/L 102 70-130 Cadmium <0.0025 0.500 0.491 mg/L 98 70-130 Chromium 0.12 0.500 0.676 mg/L 111 70-130 Copper 0.075 0.500 0.616 mg/L 108 70-130 Lead 0.040 0.500 0.528 mg/L 98 70-130 Molybdenum 0.071 0.500 0.584 mg/L 103 70-130 Nickel 0.079 0.500 0.598 mg/L 104 70-130 Selenium <0.0087 0.500 0.486 mg/L 97 70-130 Silver <0.0050 0.250 0.255 mg/L 102 70-130 Zinc 0.26 0.500 0.786 mg/L 105 70-130 Lab Sample ID: 440-188379-1 MSD Client Sample ID: Grab Matrix: Water Prep Type: Total Recoverable Analysis Batch: 418136 Prep Batch: 417923 Sample Sample Spike MSD MSD %Rec. RPD Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits RPD Limit Arsenic 0.10 0.500 0.604 mg/L 100 70 -130 2 20 Cadmium <0.0025 0.500 0.483 mg/L 97 70-130 2 20 Chromium 0.12 0.500 0.644 mg/L 105 70-130 5 20 Copper 0.075 0.500 0.595 mg/L 104 70-130 4 20 Lead 0.040 0.500 0.508 mg/L 94 70-130 4 20 Molybdenum 0.071 0.500 0.562 mg/L 98 70-130 4 20 Nickel 0.079 0.500 0.571 mg/L 98 70-130 5 20 Selenium <0.0087 0.500 0.465 mg/L 93 70-130 4 20 Silver <0.0050 0.250 0.250 mg/L 100 70-130 2 20 Zinc 0.26 0.500 0.753 mg/L 98 70-130 4 20 Method: 245.1 - Mercury (CVAA Lab Sample ID: MB 440-417767/1-A Matrix: Water Analysis Batch: 418223 MB MB Analyte Result Qualifier Mercury <0.00010 Lab Sample ID: LCS 440-417767/2-A Matrix: Water Analysis Batch: 418223 Analyte Mercury Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 417767 RL MDL Unit D Prepared Analyzed Dil Fac 0.00020 0.00010 mg/L 07/17/17 23:31 07/18/17 17:09 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 417767 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.00800 0.00725 mg/L 91 85 -115 Page 13 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Lab Sample ID: 550 -85686 -AB -1-F MS Matrix: Water Analysis Batch: 418223 Sample Sample Analyte Result Qualifier Mercury <0.00010 Lab Sample ID: 550 -85686 -AB -1-G MSD Matrix: Water Analysis Batch: 418223 Sample Sample Analyte Result Qualifier Mercury <0.00010 Spike MS MS Added Result Qualifier Unit 0.00800 0.00611 mg/L TestAmerica Job ID: 440-188379-1 Client Sample ID: Matrix Spike Prep Type: Total/NA Prep Batch: 417767 %Rec. D %Rec Limits 76 70-130 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA Prep Batch: 417767 Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 0.00800 0.00606 mg/L 76 _70-130 1 20 Method: 1664A - HEM and SGT -HEM Lab Sample ID: MB 440-417477/1-A Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 MB MB Analyte Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac HEM (Oil & Grease) <1.4 5.0 1.4 mg/L 07/15/17 06:38 07/15/17 08:43 1 Lab Sample ID: LCS 440-417477/2-A Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits HEM (Oil & Grease) 40.0 31.90 mg/L 80 78-114 Lab Sample ID: LCSD 440-417477/3-A Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417491 Prep Batch: 417477 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit HEM (Oil & Grease) 40.0 35.10 mg/L 88 78-114 10 11 Method: SM 2540C - Solids, Total Dissolved (TDS) Lab Sample ID: MB 440-418541/1 Matrix: Water Analysis Batch: 418541 Analyte Total Dissolved Solids Lab Sample ID: LCS 440-418541/2 Matrix: Water Analysis Batch: 418541 Analyte Total Dissolved Solids Client Sample ID: Method Blank Prep Type: Total/NA MB MB Result Qualifier RL MDL Unit D Prepared Analyzed Dil Fac <5.0 10 5.0 mg/L 07/21/17 08:06 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 1000 984 mg/L 98 90-110 Page 14 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 Method: SM 2540C - Solids, Total Dissolved (TDS) (Continued Lab Sample ID: 440-188487-J-2 DU Matrix: Water Analysis Batch: 418541 Sample Sample Analyte Result Qualifier Total Dissolved Solids 11000 Method: SM 4500 CN E - Cyanide, Total Lab Sample ID: MB 440-418607/1-A Matrix: Water Analysis Batch: 419060 MB MB Analyte Result Qualifier Cyanide, Total <0.013 Lab Sample ID: LCS 440-418607/2-A Matrix: Water Analysis Batch: 419060 Analyte LCyanide, Total Lab Sample ID: 440-188314-1-1-B MS Matrix: Water Analysis Batch: 419060 Sample Sample Analyte Result Qualifier Cyanide, Total <0.013 Lab Sample ID: 440-188314-1-1-C MSD Matrix: Water Analysis Batch: 419060 Sample Sample Analyte Result Qualifier Cyanide, Total <0.013 Method: SM 4500 NH3 G - Ammonia Lab Sample ID: MB 440-418202/10 Matrix: Water Analysis Batch: 418202 MB MB Analyte Result Qualifier Ammonia (as N) <0.10 Lab Sample ID: LCS 440-418202/11 Matrix: Water Analysis Batch: 418202 Analyte Ammonia (as N) Client Sample ID: Duplicate Prep Type: Total/NA DU DU RPD Result Qualifier Unit D RPD Limit 11000 mg/L 0 5 Client Sample ID: Method Blank Prep Type: Total/NA Prep Batch: 418607 RL MDL Unit D Prepared Analyzed Dil Fac 0.025 0.013 mg/L 07/21/1711:40 07/24/1715:34 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Prep Batch: 418607 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.200 0.188 mg/L 94 90-110 Client Sample ID: Matrix Spike Prep Type: Total/NA Prep Batch: 418607 Spike MS MS %Rec. Added Result Qualifier Unit D %Rec Limits 0.200 0.165 mg/L 83 70-115 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA Prep Batch: 418607 Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 0.200 0.159 mg/L 80 70-115 4 15 Client Sample ID: Method Blank Prep Type: Total/NA RL MDL Unit D Prepared Analyzed Dil Fac 0.20 0.10 mg/L 07/19/1716:51 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 5.00 4.95 mg/L 99 90-110 Page 15 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: SM 4500 NH3 G - Ammonia (Continued Lab Sample ID: MRL 440-418202/9 %Rec. Matrix: Water Unit D %Rec Limits Analysis Batch: 418202 mg/L 81 10-200 Analysis Batch: 417928 Spike Analyte Added Ammonia (as N) MS MS 0.200 Lab Sample ID: 440-188462-N-1 MS Analyte Result Qualifier Matrix: Water D %Rec Limits 5.32 Analysis Batch: 418202 104 90-110 0.411 Sample Sample Spike Analyte Result Qualifier Added Ammonia (as N) 0.13 J 5.00 Lab Sample ID: 440-188462-N-1 MSD Prep Type: Total/NA Matrix: Water Analysis Batch: 418202 Sample Sample Sample Sample Spike Analyte Result Qualifier Added Ammonia (as N) 0.13 J 5.00 Method: SM 4500 S2 D - Sulfide, Total Lab Sample ID: MB 440-417928/3 Matrix: Water Analysis Batch: 417928 MB MB Analyte Result Qualifier Total Sulfide <0.027 Lab Sample ID: LCS 440-417928/4 Matrix: Water Analysis Batch: 417928 Analyte Total Sulfide TestAmerica Job ID: 440-188379-1 Client Sample ID: Lab Control Sample Prep Type: Total/NA MRL MRL %Rec. Result Qualifier Unit D %Rec Limits 0.162 J mg/L 81 10-200 Analysis Batch: 417928 Client Sample ID: Matrix Spike Prep Type: Total/NA Spike MS MS %Rec. Analyte Result Qualifier Unit D %Rec Limits 5.32 mg/L 104 90-110 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA MSD MSD %Rec. RPD Result Qualifier Unit D %Rec Limits RPD Limit 5.31 mg/L 104 90-110 0 15 Client Sample ID: Method Blank Prep Type: Total/NA RL MDL Unit D Prepared Analyzed Dil Fac 0.050 0.027 mg/L 07/18/1716:10 1 Client Sample ID: Lab Control Sample Prep Type: Total/NA Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.500 0.418 mg/L 84 80-120 Lab Sample ID: LCSD 440-417928/5 Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit Total Sulfide 0.500 0.411 mg/L 82 80-120 2 20 Lab Sample ID: 720-80676-E-3 MS Client Sample ID: Matrix Spike Matrix: Water Prep Type: Total/NA Analysis Batch: 417928 Sample Sample Spike MS MS %Rec. Analyte Result Qualifier Added Result Qualifier Unit D %Rec Limits Total Sulfide 10.027 F1 0.500 0.331 Fi mg/L 66 70.130 Page 16 of 25 TestAmerica Irvine 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Method: SM 4500 S2 D - Sulfide, Total (Continu( Lab Sample ID: 720-80676-E-3 MSD Matrix: Water Analysis Batch: 417928 Sample Sample Analyte Result Qualifier Total Sulfide <0.027 F1 Lab Sample ID: MB 440-417684/1-A Matrix: Water Analysis Batch: 417890 MB MB Analyte Result Qualifier Sulfide, Dissolved <0.027 Lab Sample ID: LCS 440-417684/2-A Matrix: Water Analysis Batch: 417890 Analyte Sulfide, Dissolved Lab Sample ID: 440 -188389 -C -1-B MS Matrix: Water Analysis Batch: 417890 Sample Sample Spike Analyte Result Qualifier Added Sulfide, Dissolved <0.027 F1 0.500 Lab Sample ID: 440 -188389 -C -1-C MSD Matrix: Water Analysis Batch: 417890 Sample Sample Spike Analyte Result Qualifier Added Sulfide, Dissolved <0.027 F1 0.500 TestAmerica Job ID: 440-188379-1 Client Sample ID: Matrix Spike Duplicate Prep Type: Total/NA Spike MSD MSD %Rec. RPD Added Result Qualifier Unit D %Rec Limits RPD Limit 0.500 0.316 F1 mg/L 63 70 -130 5 30 Client Sample ID: Method Blank Prep Type: Dissolved Prep Batch: 417684 RL MDL Unit D Prepared Analyzed Dil Fac 0.050 0.027 mg/L 07/17/1715:10 07/18/1713:57 1 Client Sample ID: Lab Control Sample Prep Type: Dissolved Prep Batch: 417684 Spike LCS LCS %Rec. Added Result Qualifier Unit D %Rec Limits 0.500 0.402 mg/L 80 80.120 Client Sample ID: Matrix Spike Prep Type: Dissolved Prep Batch: 417684 MS MS %Rec. Result Qualifier Unit D %Rec Limits 0.326 F1 mg/L 65 70-130 Client Sample ID: Matrix Spike Duplicate Prep Type: Dissolved Prep Batch: 417684 MSD MSD %Rec. RPD Result Qualifier Unit D %Rec Limits RPD Limit 0.323 F1 mg/L 65 70-130 1 30 Method: SM5210B - BOD, 5 Day Lab Sample ID: USB 440-417307/1 Client Sample ID: Method Blank Matrix: Water Prep Type: Total/NA Analysis Batch: 417307 USB USB Analyte Result Qualifier RL RL Unit D Prepared Analyzed Dil Fac Biochemical Oxygen Demand <2.0 2.0 2.0 mg/L 07/14/17 08:17 1 Lab Sample ID: LCS 440-417307/4 Client Sample ID: Lab Control Sample Matrix: Water Prep Type: Total/NA Analysis Batch: 417307 Spike LCS LCS %Rec. Analyte Added Result Qualifier Unit D %Rec Limits Biochemical Oxygen Demand 199 179 mg/L 90 85-115 TestAmerica Irvine Page 17 of 25 7/24/2017 QC Sample Results Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 TestAmerica Job ID: 440-188379-1 Method: SM5210B - BOD, 5 Day (Continued) Lab Sample ID: LCSD 440-417307/5 Client Sample ID: Lab Control Sample Dup Matrix: Water Prep Type: Total/NA Analysis Batch: 417307 Spike LCSD LCSD %Rec. RPD Analyte Added Result Qualifier Unit D %Rec Limits RPD Limit Biochemical Oxygen Demand 199 184 mg/L 92 85-115 2 20 C TestAmerica Irvine Page 18 of 25 7/24/2017 QC Association Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 GUMS VOA TestAmerica Job ID: 440-188379-1 Analysis Batch: 417740 Prep Type Matrix Method Grab Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 8260B SIM MB 440-417740/2 Method Blank Total/NA Water 82608 SIM LCS 440-417740/3 Lab Control Sample Total/NA Water 8260B SIM 440-188379-1 MS Grab Total/NA Water 8260B SIM 440-188379-1 MSD Grab Total/NA Water 8260B SIM GC Semi VOA Prep Batch: 418052 Lab Sample ID 440-188379-1 MB 440-418052/1 -A LCS 440-418052/2-A LCS 440-418052/4-A LCSD 440-418052/3-A LCSD 440-418052/5-A Analysis Batch: 418070 Client Sample ID Prep Type Matrix Method Grab Total/NA Water 608 Method Blank Total/NA Water 608 Lab Control Sample Total/NA Water 608 Lab Control Sample Total/NA Water 608 Lab Control Sample Dup Total/NA Water 608 Lab Control Sample Dup Total/NA Water 608 Prep Batch a Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 418052 MB 440-418052/1 -A Method Blank Total/NA Water 608 418052 LCS 440-418052/2-A Lab Control Sample Total/NA Water 608 418052 LCSD 440-418052/3-A Lab Control Sample Dup Total/NA Water 608 418052 Analysis Batch: 418372 Total Recoverable Water 200.2 Total Recoverable Water Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 608 418052 MB 440-418052/1 -A Method Blank Total/NA Water 608 418052 LCS 440-418052/4-A Lab Control Sample Total/NA Water 608 418052 LCSD 440-418052/5-A Lab Control Sample Dup Total/NA Water 608 418052 IYleials Prep Batch: 417767 Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417767/1-A Method Blank LCS 440-417767/2-A Lab Control Sample 550 -85686 -AB -1-F MS Matrix Spike 550 -85686 -AB -1-G MSD Matrix Spike Duplicate Prep Batch: 417923 Total/NA Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417923/1 -A Method Blank LCS 440-417923/2-A Lab Control Sample 440-188379-1 MS Grab 440-188379-1 MSD Grab TestAmerica Irvine Page 19 of 25 7/24/2017 Matrix Method Prep Batch Prep Type Total/NA Water 245.1 Total/NA Water 245.1 Total/NA Water 245.1 Total/NA Water 245.1 Total/NA Water 245.1 Prep Type Matrix Method Prep Batch Total Recoverable Water 200.2 Total Recoverable Water 200.2 Total Recoverable Water 200.2 Total Recoverable Water 200.2 Total Recoverable Water 200.2 TestAmerica Irvine Page 19 of 25 7/24/2017 QC Association Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Metals (Continued) Matrix Analysis Batch: 418136 Prep Batch Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417923/1-A Method Blank LCS 440-417923/2-A Lab Control Sample 440-188379-1 MS Grab 440-188379-1 MSD Grab Analysis Batch: 418223 Water Lab Sample ID Client Sample ID 440-188379-1 Grab MB 440-417767/1-A Method Blank LCS 440-417767/2-A Lab Control Sample 550 -85686 -AB -1-F MS Matrix Spike 550 -85686 -AB -1-G MSD Matrix Spike Duplicate General Chemistry Analysis Batch: 417307 TestAmerica Job ID: 440-188379-1 Prep Type Matrix Method Prep Batch Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Total Recoverable Water 200.7 Rev 4.4 417923 Prep Type Matrix Method Prep Batch Total/NA Water 245.1 417767 Total/NA Water 245.1 417767 • Total/NA Water 245.1 417767 Total/NA Water 245.1 417767 Total/NA Water 245.1 417767 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM5210B USB 440-417307/1 Method Blank Total/NA Water SM5210B LCS 440-417307/4 Lab Control Sample Total/NA Water SM5210B LCSD 440-417307/5 Lab Control Sample Dup Total/NA Water SM5210B Prep Batch: 417477 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 1664A MB 440-417477/1-A Method Blank Total/NA Water 1664A LCS 440-417477/2-A Lab Control Sample Total/NA Water 1664A LCSD 440-417477/3-A Lab Control Sample Dup Total/NA Water 1664A Analysis Batch: 417491 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water 1664A 417477 MB 440-417477/1-A Method Blank Total/NA Water 1664A 417477 LCS 440-417477/2-A Lab Control Sample Total/NA Water 1664A 417477 LCSD 440-417477/3-A Lab Control Sample Dup Total/NA Water 1664A 417477 Prep Batch: 417684 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Dissolved Water SM 4500 S2 B MB 440-417684/1 -A Method Blank Dissolved Water SM 4500 S2 B LCS 440-417684/2-A Lab Control Sample Dissolved Water SM 4500 S2 B 440 -188389 -C -1-B MS Matrix Spike Dissolved Water SM 4500 S2 B 440 -188389 -C -1-C MSD Matrix Spike Duplicate Dissolved Water SM 4500 S2 B Analysis Batch: 417890 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Dissolved Water SM 4500 S2 D 417684 MB 440-417684/1-A Method Blank Dissolved Water SM 4500 S2 D 417684 LCS 440-417684/2-A Lab Control Sample Dissolved Water SM 4500 S2 D 417684 Page 20 of 25 TestAmerica Irvine 7/24/2017 QC Association Summary Client: Paulus Engineering, Inc Client Sample ID Prep Type TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 440-188379-1 Grab Total/NA Water General Chemistry (Continued) MB 440-418202/10 Method Blank Total/NA Water Analysis Batch: 417890 (Continued) LCS 440-418202/11 Lab Control Sample Total/NA Water Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440 -188389 -C -1-B MS Matrix Spike Dissolved Water SM 4500 S2 D 417684 440 -188389 -C -1-C MSD Matrix Spike Duplicate Dissolved Water SM 4500 S2 D 417684 Analysis Batch: 417928 Lab Sample ID Client Sample ID Prep Type Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 4500 S2 D MB 440-418607/1 -A MB 440-417928/3 Method Blank Total/NA Water SM 4500 S2 D LCS 440-417928/4 Lab Control Sample Total/NA Water SM 4500 S2 D Distill/CN LCSD 440-417928/5 Lab Control Sample Dup Total/NA Water SM 4500 S2 D Water 720-80676-E-3 MS Matrix Spike Total/NA Water SM 4500 S2 D Total/NA 720-80676-E-3 MSD Matrix Spike Duplicate Total/NA Water SM 4500 S2 D Analysis Batch: 418202 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 4500 NH -3G MB 440-418202/10 Method Blank Total/NA Water SM 4500 NH3 G LCS 440-418202/11 Lab Control Sample Total/NA Water SM 4500 NH3 G MRL 440-418202/9 Lab Control Sample Total/NA Water SM 4500 NH3 G 440-188462-N-1 MS Matrix Spike Total/NA Water SM 4500 NH3 G 440-188462-N-1 MSD Matrix Spike Duplicate Total/NA Water SM 4500 NH3 G Analysis Batch: 418541 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 2540C MB 440-418541/1 Method Blank Total/NA Water SM 2540C LCS 440-418541/2 Lab Control Sample Total/NA Water SM 2540C 440-188487-J-2 DU Duplicate Total/NA Water SM 2540C Prep Batch: 418607 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water Distill/CN MB 440-418607/1 -A Method Blank Total/NA Water Distill/CN LCS 440-418607/2-A Lab Control Sample Total/NA Water Distill/CN 440-188314-1-1-B MS Matrix Spike Total/NA Water Distill/CN 440-188314-1-1-C MSD Matrix Spike Duplicate Total/NA Water Distill/CN Analysis Batch: 419060 Lab Sample ID Client Sample ID Prep Type Matrix Method Prep Batch 440-188379-1 Grab Total/NA Water SM 4500 CN E 418607 MB 440-418607/1 -A Method Blank Total/NA Water SM 4500 CN E 418607 LCS 440-418607/2-A Lab Control Sample Total/NA Water SM 4500 CN E 418607 440-188314-1-1-B MS Matrix Spike Total/NA Water SM 4500 CN E 418607 440-188314-1-1-C MSD Matrix Spike Duplicate Total/NA Water SM 4500 CN E 418607 TestAmerica Irvine Page 21 of 25 7/24/2017 Definitions/Glossary Client: Paulus Engineering, Inc TestAmerica Job ID: 440-188379-1 Project/Site: Newport Beach - Water - PEI #1073 -------------- Qualifiers General Chemistry Qualifier Qualifier Description HF Field parameter with a holding time of 15 minutes. Test performed by laboratory at client's request. F1 MS and/or MSD Recovery is outside acceptance limits. J Result is less than the RL but greater than or equal to the MDL and the concentration is an approximate value. Glossary Abbreviation These commonly used abbreviations may or may not be present in this report. a Listed under the "D" column to designate that the result is reported on a dry weight basis %R Percent Recovery CFL Contains Free Liquid CNF Contains No Free Liquid DER Duplicate Error Ratio (normalized absolute difference) Dil Fac Dilution Factor DL Detection Limit (DoD/DOE) DL, RA, RE, IN Indicates a Dilution, Re -analysis, Re -extraction, or additional Initial metals/anion analysis of the sample DLC Decision Level Concentration (Radiochemistry) EDL Estimated Detection Limit (Dioxin) LOD Limit of Detection (DoD/DOE) LOQ Limit of Quantitation (DoD/DOE) MDA Minimum Detectable Activity (Radiochemistry) MDC Minimum Detectable Concentration (Radiochemistry) MDL Method Detection Limit ML Minimum Level (Dioxin) NC Not Calculated ND Not Detected at the reporting limit (or MDL or EDL if shown) PQL Practical Quantitation Limit QC Quality Control RER Relative Error Ratio (Radiochemistry) RL Reporting Limit or Requested Limit (Radiochemistry) RPD Relative Percent Difference, a measure of the relative difference between two points TEF Toxicity Equivalent Factor (Dioxin) TEQ Toxicity Equivalent Quotient (Dioxin) TestAmerica Irvine Page 22 of 25 7/24/2017 Accreditation/Certification Summary Client: Paulus Engineering, Inc Project/Site: Newport Beach - Water - PEI #1073 Laboratory: TestAmerica Irvine Unless otherwise noted, all analytes for this laboratory were covered under each accreditation/certification below. TestAmerica Job ID: 440-188379-1 Authority Program EPA Region Identification Number Expiration Date California State Program 9 CA ELAP 2706 06-30-18 The following analytes are included in this report, but accreditation/certification is not offered by the governing authority Analysis Method Prep Method Matrix Analyte 1664A 1664A Water SGT -HEM (Oil and Grease - Nonpolar) 608 608 Water 4,4' -DDD 608 608 Water 4,4' -DDE 608 608 Water 4,4' -DDT 608 608 Water Aldrin 608 608 Water alpha -BHC 608 608 Water Aroclor 1016 608 608 Water Aroclor 1221 608 608 Water Aroclor 1232 608 608 Water Aroclor 1242 608 608 Water Aroclor 1248 608 608 Water Aroclor 1254 608 608 Water Aroclor 1260 608 608 Water beta -BHC 608 608 Water Chlordane (technical) 608 608 Water delta -BHC 608 608 Water Dieldrin 608 608 Water Endosulfan 1 608 608 Water Endosulfan 11 608 608 Water Endosulfan sulfate 608 608 Water Endrin 608 608 Water Endrin aldehyde 608 608 Water Endrin ketone 608 608 Water gamma -BHC (Lindane) 608 608 Water Heptachlor 608 608 Water Heptachlor epoxide 608 608 Water Methoxychlor 608 608 Water Toxaphene TestAmerica Irvine Page 23 of 25 7/24/2017 `6 i, m - i t7 0 m ? I C Page 24 of 25 7/24/2017 0 q m w 230 0 N A m ON0 Po)sno;o uie4o 6MR L -O" lu E E of in 7z0D-am v>1 -7>3w _ G o E o 0 o 0 L) ro m O a F t N 04 0 c m < C n G NOL Lr) m¢ O 3 m. Z p m U m c= m ai E x 3 p p N `' U O y Ol n m C ` S ZNZZZQ 6 t�0 W W m .x G O O LL \ V I d d 0 a p d 1 cleul!quoa;o�egwnN N ar E m E m E Z E n rn R O W J 5 CA ePBInS Pew4ossl0 ZS OOSVWS y- = , m �' p��1 m 'E H CD N y W3NdOSfW3H•tl699L Q� � v� t7C y h m O IUD N y E E m m ¢ eplueRO-3 N� 00SY Vim. N m "5 $mm O ePOI^S'lol•0 ZS 0054W5 E E o a n ReO S'009.01s000990tZSWS Jz, \ R3 u Q 61uo euexolO•Y'L • WIS 90SZa c 9 .Gn-oW-L"SIZ'uZ'13tl'OS'IN'oW'gdln0'i0'Polsv-L,OOZ n a E Nae eryowwy • N - 0 CHNOOSVWS 0- m OC C 1 m 1cea sos'9�a ¢as z- c J > _ rr c 0 y Q1 c M- U $ v _ q {oN )o S, Al sldums*ja7113f1a13 X1 E j' (L E m i-. X -'5 Epp E E ~ � U U U O• �. 0 `. J E tItED o a � 2 E— T N 0 9 C o a. j m 0 04 ami A c m is �" E E E E m �� O FO SQ 3 T 0A N - e'�• m G 0 D D 0 U C e1 CL N O Z W LL t n E c > � O u) o m Cl `n Lc c c � o E o M d d u E- e tL Lj C c _ (n c r O) ••-� N N a N N C O C n p{ 10 co G @ m m E m d N Z Z Lr. m d a a in U1 oL isW Ea0 N a z" d O E 3 o m m W @ p a E :- - U Q w U a r w E d Z Fn w W Page 24 of 25 7/24/2017 Login Sample Receipt Checklist Client: Paulus Engineering, Inc Job Number: 440-188379-1 Login Number: 188379 List Number: 1 Creator: Avila, Stephanie 1 Question List Source: TestAmerica Irvine Answer Comment Radioactivity wasn't checked or is </= background as measured by a survey True meter. The cooler's custody seal, if present, is intact. N/A Not present Sample custody seals, if present, are intact. N/A Not Present The cooler or samples do not appear to have been compromised or True tampered with. Samples were received on ice. True Cooler Temperature is acceptable. True Cooler Temperature is recorded. True COC is present. True COC is filled out in ink and legible. True COC is filled out with all pertinent information. True Is the Field Sampler's name present on COC? True There are no discrepancies between the containers received and the COC. True Samples are received within Holding Time (excluding tests with immediate True HTs) Sample containers have legible labels. True Containers are not broken or leaking. True Sample collection date/times are provided. True Appropriate sample containers are used. True Sample bottles are completely filled. True Sample Preservation Verified. N/A There is sufficient vol. for all requested analyses, incl. any requested True MS/MSDs Containers requiring zero headspace have no headspace or bubble is True <6mm (1/4"). Multiphasic samples are not present. True Samples do not require splitting or compositing. True Residual Chlorine Checked. N/A TestAmerica Irvine Page 25 of 25 7/24/2017 w MCCROMRU ��• DURa Main SPECIFICATION SHEET BATTERY POWERED FLANGED ELECTROMAGNETIC FLOW METER DESCRIPTION McCrometer's Dura Mag is the easy choice for tough applications. With a 5 -year battery life, Dura Mag eliminates the need for AC power connection while providing the easiest installation possible for a flanged mag flow meter. The meter is available to fit a common range of irrigation line sizes, from 4" to 12" diameter pipe. Dura Mag offers accuracy of +/- 1 % with only 2D of upstream and 1 D of downstream straight pipe required for most installations, all with the durability that the agricultural market has come to expect from McCrometer for the past 60 years. The integrated electronic converter is secured with tamper evident screws. The meter offers flow rate and totalizer with a 5 -year battery life. Dura Mag features two 3.6V lithiumthionyl chloride (Li-SOCl2) D size batteries and one back-up battery. The batteries are easily replaced in the field in under 10 minutes. Pulse and 4-20mA output are available for remote meter reading or SCADA. Dura Mag is compatible with McCrometer CONNECT wireless systems, which allows users to access flow data by simply logging on to the Internet. This eliminates costly manual meter reading. FREQUENTLY ASKED QUESTIONS Q: What is the expected life of the battery pack? A: The battery pack is covered under warranty for 3 years, but is expected to last 5 years. Q: Is there a data logger? A: Yes, every Dura Mag comes standard with an internal data logger for easy data recording and transfer. Q: What alarms are available? A: Two alarms: Empty pipe alarm and low battery. Q: What if I need to connect to telemetry? A: Choose one of the pulse or 4-20mA output options. If using one of McCrometer's telemetry options, choose the telemetry -ready 7 -pin connector. MCCROMM 3255 WEST STETSON AVENUE • HEMET, CALIFORNIA 92545 USA www.mccrometer.com W TEL: 951-652-6811.800-220-2279 •FAX: 951-652-3078 Printed In The U.S.A. Lit.It 30122-59 Rev. 1.1 /6-23-17 Copyright m 20142017 McCrometer, Inc All printed material should not be changed or altered without permission of McCrometer. Any published technical data and instructions are subject to change without notice. Contact your McCrometer representative for current technical data and instructions. FPI Mag* is a registered trademark of McCrometer, Inc. SPECIFICATIONS Pipe Sizes 4", 6", 8", 10", 12" Accuracy* ± 1% or± 0.075% of standard full scale Display 2 -Line LCD display (no backlight), 16 Options and characters per line Accessories • Non-volatile memory 70 • Anti -reverse totalizer (standard) 60-2,000 • Total (to 9 digits of precision) 11.0" • Flow Rate and Velocity (to 5 digits of Units precision) 1 105-3,500 • Two alarms: low battery and empty pipe Note: To preserve battery life a button on the 115 front of the converter activates the display. Power cubic feet Battery Standard: two 3.6V lithium-thionyl chloride 140 (Li-SOCl2) D size batteries. Batteries are field 195-6,500 replaceable DC Power Linear power supply 10-35VDC, 2.4W Battery Life 5 years (3 -year warranty) Outputs hectoliters Pulse Output Digital pulse (open collector) output for volumetric and/or alarm Analog Output 4-2OmA (not galvanically separated from the power supply). DC powered option only. Data Storage Data logger (standard with all models), minimum of five years of data stored Environmental imperial gallons Operating Temperature _4° to 140oF (-20° to 60°C) Storage Temperature -40° to 149°F (-40° to 65°C) Electrical connects Optional quick connect for easy installation Pipe Run Standard GPM Flow Ranges Min - Max Requirements 2D Upstream / 1 D Downstream Pressure Rating 150 psi Options and Two alarms: low battery and empty pipe Accessories Data logger cable (sold separately) 70 • DC power w/battery backup 60-2,000 • Pulse & 4 20mA output 11.0" • Annual verification / calibration Units US gallons 1 105-3,500 US gallons x1000 (standard totalizer) US gallons x1,000,000 115 cubic inches 165-5,500 cubic feet cubic feet x1000 140 cubic centimeters 195-6,500 cubic decimeters milliliters, liters 190 deciliters hectoliters kiloliters megaliters cubic meters cubic meters x1000 acre feet acre inches imperial gallons imperial gallons x1000 imperial gallons x1,000,000 standard barrels oil barrels miner inch days Unit Rate Scales seconds, minutes, hours, days *All Dura Mag meters are calibrated in a NIST traceable gravimetric test stand with a minimum straight run of IOD upstream and 2D downstream. A calibration certification report is provided with each Dura Mag meter certifying the specification accuracy in our laboratory test. Alternative piping configurations or electrical environments may impact the performance of the meter in the field. METER GROUNDING RECOMMENDATIONS Grounding the meter body for safety according to national (NEC) or local electrical codes is recommended on ALL meter installations. For best performance, grounding the fluid column is recommended when the meter is installed in an electrically noisy environment, such as with VFD pumps or nearby electrical systems with insufficient grounding. Conductive or uncoated pipe - the uncoated pipe flange can be used to establish a connection to earth ground. Plastic or internally coated pipe - grounding rings can be installed to establish a connection to earth ground See the Dura Mag IOM Manual, Lit. # 30122-53, for more information on grounding configurations using grounding rods and grounding rings. METER BODY DIMENSIONS AND WEIGHTS Pipe Size (Nominal) Standard GPM Flow Ranges Min - Max DIMENSIONS (Lav Len the in Inches * Estimated Shipping Weight (lbs.) A* B C 4" 30-1,000 13.4" 9.0" 9.25" 70 6" 60-2,000 14.6" 11.0" 10.25" 80 8" 1 105-3,500 16.1 "M13.5"11.25" 115 10" 165-5,500 18.5"12.5" 140 12" 195-6,500 19.7"13.5" 190 * Shipping weights are estimated and may change due to specific order packaging. Side View r End View +y C 1411111111AW MCCRONOU 3255 WEST STETSON AVENUE • HEMET, CALIFORNIA 92545 USA www.mccrometer.com TEL: 957-652-6811.800-220-2279 •FAX: 951-652-3078 Printed In The U.S.A. Lit. # 30122-59 Rev. 1.1 / 6-23-17 Copyright ® 20142017 McCrometer, Inc. All printed material should not be changed or altered without permission of McCrometer. Any published technical data and instructions are subject to change without notice. Contact your McCrometer representative for current technical data and instructions. FPI Mag* is a registered trademark of McCrometer, Inc. APPENDIX - D PRIVATE PROPERTY RESTORATION AND LOCATIONS Underground Utility Assessment District No. 116, 116B & 22A— Phase 1, Contract No. 7572-1 Appendix D - Page 2 of 3 211 391h Street (PLAN SHEET NO. 4 of 6, AD 116) 21143 rd Street (PLAN SHEET NO. 2 of 6, AD 116) Underground Utility Assessment District No. 116, 116B & 22A— Phase 1, Contract No. 7572-1 Appendix D - Page 3 of 3 361537 Ih Street (PLAN SHEET NO. 7 of 9, UUD22 — Phase 1) APPENDIX - E TIME WARNER CABLE VAULT INFORMATION Bolt Down 589141-JDE # VAULT, (13x24x15) HDPE BODY & SHIELD LID TIER22 CHARTER LOGO 589279-JDE # VAULT, (17x30x24) HDPE BODY & SHIELD LID TIER22 CHARTER LOGO 589315-JDE # VAULT, (24x36x24) HDPE BODY & SHIELD LID TIER22 CHARTER LOGO 589391-JDE # VAULT, (30x48x36) HDPE BODY & SHIELD LID TIER22 CHARTER LOGO JL -Bolt 589142-JDE # vault, 13x24, 15" deep,L bolt, with Shield lid, broadband logo 589280-JDE # Vault, 17x30, 24" deep, L bolt, with Shield lid, broadband logo 589316-JDE # Vault, 24x36, 24" deep, L bolt, with Shield lid, broadband logo Ductile Iron Bulk Vaults 589282-JDE # BULK GLB 1700, 24"DEEP, DUCTILE IRON LID USA, BLACK, BOLT -DOWN, NO LOGO 589320-JDE # BULK GLB 24x36, 24"DEEP, DUCTILE IRON LID USA, BLACK, BOLT -DOWN, NO LOGO BULK GLB, 3048, 36"D,DUCTILE IRON USA 3PC LID,BLK,HEX BOLT,NO LOGO TVC Pricing EA CITY BULK215D072 $ 103.93 BULK324D072 $ 217.01 BULK424D072 $ 352.25 BULK736D072 $ 572.90 2 BULK215D071 $ 118.45 BULK324D071 $ 231.53 BULK424D071 $ 366.87 BULK1730244N1020 $ 676.10 15 BULK2436244N1020 $ 919.48 5 BULK736N102 589395- JDE # BULK GLB 2406, 42"DEEP, DUCTILE IRON LID, BLACK, BOLT -DOWN, NO LOGO BULK2476424N1020 Vault Hook 589108-JDE # VAULT HOOK FOR LID REMOVAL 9/16 HEX HK02009928 HOOK, LID LIFT TOOL FOR CAST IRON LID IHKO1805 Composite Rings 589404-CHA VAULT, COMPOSITE RAISING RING ONLY 1700- ADDS 2-1/2" LIFT TO VAULT, (32 PER PALLET) 589405-CHA VAULT, COMPOSITE RAISING RING ONLY 24x36- ADDS 3-1/2" LIFT TO VAULT, (12 PER PALLET) 589406-CHA VAULT, COMPOSITE RAISING RING ONLY 30x48- ADDS 3-1/2" LIFT TO VAULT, (12 PER PALLET) BULKARC1730 BULKARC2436 BULKARC3048 " E L L Channell Grade Level Vault SHIELD BULK products Channell Commercial Corporation Nathan Roessmann is the contact person for Channell Vaults. The awarded contractor will need to open an account with Channell. Please contact Nathan to assist with this. Nathan Roessmann District Sales Manager Pacific Southwest T-800-423-1863 Ext -138 C-406-253-5522 www.channell.com BULK21ST072 HDPE STRUCTURAL FOAM / CHANNELL SHIELD COVER/ COMPOSITE RING Channell's SGLB Assembly FEATURES: •13 X 24 X 15 inches (open floor) •HDPE Body — SHIELD Cover- Load Rated Tier 22 (ANSI/SCTE 77 2010) •1 Channell Polymer cover with load rating of SCTE 77 Tier 22 with Slip Resistant Tread •2 Cover locking bolts, 9/16 stainless steel hex head bolts 3/8-16 UNC x 3 %2" thread bolts with washers •2 Box self centering stainless steel corrosion resistant nuts •2 Temporary drop or ground wire doors: 1 each side •2 Reinforced polymer cable rack supports, 2 each side , rack hardware bolts are also to be stainless steel •1 Lifting slot in cover equipped with stainless steel pins (slots are approximately %" x 4") WEIGHT & SHIPPING: •Cover Weight: 16 lbs •Box Weight: 29 lbs •Assembly Weight : 45lbs •Loaded Pallet Weight: 180 lbs •Per Pallet #: 4 •Pallet Dimensions: 34"L x 49"W x 31%" H LOAD RATINGS: •ANSI/SCTE TIER 22 ;!W Logo HDPE Channell SHIELD Cover Inside Dimensions Length Width Depth 22.25" 1612.75" 15.25" Lift Pin for landhole Cover Cable Rack 1 on each side) BULK324TO72 HDPE STRUCTURAL FOAM / CHANNELL SHIELD COVER/ COMPOSITE RING Channell's BULK Assembly FEATURES: •17 X 30 X 24 inches (open floor) •HDPE Body — SHIELD Cover- Load Rated Tier 22 (ANSI/SCTE 77 2010) •1 Channell Polymer cover with load rating of SCTE 77 Tier 22 with Slip Resistant Tread •1 Polymer Composite Ring •Cover locking bolts, 9/16 stainless steel hex head bolts 3/8-16 UNC x 3 %2" thread bolts with washers •2 Box self centering stainless steel corrosion resistant nuts •2 Temporary drop or ground wire doors: 1 each side •4 Reinforced polymer cable rack supports, 2 each side , rack hardware bolts are also to be stainless steel •1 Lifting slot in cover equipped with stainless steel pins (slots are approximately %" x 4") WEIGHT & SHIPPING: •Cover Weight: 26 lbs •Box Weight: 34 lbs •Assembly Weight: 60 lbs •Loaded Pallet Weight: 320 lbs •Per Pallet #: 4 •Pallet Dimensions: 34"L x 49"W x 31%" H LOAD RATINGS: •ANSI/SCTE TIER 22 HDPE Logo Location Inside Dimensions Length Width Depth 29.5" 16.5" 26.5" n for le Cover Rack ch side) BULK424TO72 HDPE STRUCTURAL FOAM / CHANNELL SHIELD COVER Channell's SGLB Assembly FEATURES: •Vault body : 24 X 36 X 24 inches (Open Floor) •HDPE Body — Channell Polymer Cover - Load Rated Tier 22 (ANSI/SCTE 77 2010) •1 SHIELD Cover, Tier 22, with Slip Resistant Tread •2 Cover locking bolts, 9/16 stainless steel hex head bolts 3/8-16 UNC x 3 %" thread bolts with washers •2 Box self centering stainless steel corrosion resistant nuts •2 Temporary drop doors: 1 each side •Minimum of 2 lifting slots in cover equipped with stainless steel pins (slots approximately'/" x 2") • 4 Reinforced polymer step racks, 2 per side •2 lifting slots approximately'/" x 4" with stainless steel lifting pins. WEIGHT & SHIPPING: •Cover Weight: 50 lbs •Box Weight: 55 lbs •Assembly Weight: 105 lbs •Loaded Pallet Weight: 210 lbs •Per Pallet #: 2 •Pallet Dimensions: 58"L x 40"W x 42"H LOAD RATINGS: •ANSI/SCTE 77 TIER 22 •Color Type: Orange or Purple q& CHANNELL LOGC HDPE Bc Channell SHIELD Cover I ifr Pin for !Cover Inside Dimensions Length Width Depth 34.75" 23" 24" tical Racking BULK736TO720 HDPE STRUCTURAL FOAM /SHIELD COVER Channell's SGLB Assembly FEATURES: •30 X 48 X 36 inches (Open Floor) -HDPE Body — Split SHIELD Cover • Load Rated Tier 22 (ANSI/SCTE 77 2010) •1 Powder coated removable safety beam mounted in the middle under the split in the cover — not shown •2 Cover locking bolts per cover half, 9/16 stainless steel hex head bolts 3/8-16 UNC x 4" thread bolts with washers •2 Box self centering stainless steel corrosion resistant nuts per cover half •2 Temporary drop doors: 1 each side •4 Hot dipped galvanized cable rack supports, 2 each side (approx. 108 inches total of galvanized metal material, rack hardware bolts are also to be stainless steel) •1 lifting slots per cover half, equipped with stainless steel pins (slots approximately W x 2") WEIGHT & SHIPPING: -Cover Weight: 100 lbs ( both halves) -Box Weight: 114 lbs -Assembly Weight: 215 lbs -Loaded Pallet Weight: 3230 lbs *Per Pallet #: 1 -Pallet Dimensions: 54"L x 36"W x 39"H LOAD RATINGS: •ANSI/SCTE TIER 22 -See attached Color Coded Placement Guide -Color Type: Orange /0 CHANNELL Lift pin for Handhole Co HDPE Body Inside Dimensions Length Width Depth 46.75" 29" 35.75" 'late cation Cable Racking ( 2 per Side) APPENDIX — F Agenda & PowerPoint Slides from January 8, 2019 Pre -Bid Meeting t¢ W �Rr City of Newport Beach �'yY PUBLIC WORKS DEPARTMENT '+riFnti' Underground Utility Assessment District No. 116 & 116B Underground Utility District No. 22 — Phase 1 Project C-7572-1 Pre -Bid Mandatory Meeting Agenda Tuesday, January 8, 2019 — 9:30 a.m. Civic Center Community Room 1. Contacts • Acting City Engineer • Associate Civil Engineer 2. Project Description The project consists of: Michael J. Sinacori 949-644-3342 Anna Baldenegro 949-644-3034 • Mobilization, traffic control, water pollution control, potholing and field verifications of existing utilities, trench construction, furnishing and installing conduit with poly -pull ropes including service lateral runs, utility pull -boxes, hand -holes, vaults and all associated items necessary for the conversion of existing overhead and electrical power, street lighting, telephone, and cable television services to underground locations as required and intended by the Plans, Specifications, and further specified by Southern California Edison, AT&T, and Spectrum standards within UNDERGROUND UTILITY ASSESSMENT DISTRICT NO. 116, 1166 and UNDERGROUND UTILITY DISTRICT NO. 22 — PHASE 1. 3. Working Days/Start of Construction/Working Hours/Liquidated Damages • Work shall be completed within 220 consecutive working days. • Construction start day is planned immediately after award by City Council. • Award anticipated on March 12, 2019. • Normal working hours are 7:00 AM to 4:30 PM, Monday through Friday. • Liquidated damages is $1,000 per day. 4. "No -Parking" Signs/Traffic Control • Contractor shall post "No -Parking" signs at least 48 hours prior to starting work and contact the Police Department for sign verification. If signs are not verified 48 hours in advance, they will not be enforceable. • Contractor will also post "Permit Parking Only" signs in impacted streets and assist in passing out Parking Permits. 5. Contractor's Work Area • Per specifications, Contractor may use the proposed Fire Station #2 area at 2807 Newport Blvd for Storage. • On-site cleanliness on streets at all times. • Maintain access to alleys at all times. 6. Qualified Contractors and Inspection • Contractor must have prior experience constructing underground civil improvements for SCE, AT&T and Spectrum (or other similar utility companies) • SCE, AT&T and Spectrum will inspect their facilities and the City will need their approval prior to final payment. • Spectrum vaults (AD 116 — 24 of 1700 and 5 of 24x36; AD 116B — 11 of 1700 and 5 of 2406) 7. Progress Payments/Contract Change Orders 8. Comments and Questions F:\Users\PBW\Shared\Contracts\FY18-19 CURRENT PROJECTS\800 - MISCELLANEOUS\ASSESSMENT DISTRICT NO. 116_1168\PreBid Mtg\PreBid Agenda Mtg C-7572-1_20190108.doc Assessment District Nos. 116 & 116B and Underground Utility District No. 22 - Phase 1 Undergrounding of Utilities AD 116 (Area Bounded by Channel Place east of River Ave/ 38th Street/ Balboa Blvd), AD 116BArea Bounded by Balboa Blvd Neptune Avenue l47th Street 45th Street Channel Rd and UUD 22 - /Phase 1 (Balboa Blvd between Highway n West Coast Hi aBnd 36th Street g y Pre -Bid Meeting January 8, 2019 H ST. uur 38 ff ST. 36TH ST. `VI BALBOA BL. w,:H 8z MIARGUO AVE PROPOSED UNDERGROUND UTILITY DISTRICT NO. 116 CHANNEL dg o cola o cm g� V 303 FIV R AVENUE 12- 13 2i -1r 2i 213 21 212 2i3 213 2137 1 , 210 zh i-, 210 211 210 2'l 1 210 211 10 i 211 2LI BOJ Q$ 200 200 209 205 209 _208 200o 297-1 r 206 7 1 rz ��� 208 207 206 207 206 207 SOB U7 204 205 204 205 204 205 204 205 204 205 20 20 41BALBOA'I BLVD — — 1 128 "1 7 12:8 1� 130 PROPOSED UNDERGROUND 30: � UTILITY DISTRICT � °� 213 NO. 22 � 31 df 2067 2a4 — — BALBA II BLVD P POSED N ER ROU 1 51.3 1 1 1 TIL TY DI ICT 1 1 � '�3� 180 � 1 1 128 129 130 1 128 929 126 127 1412 129 128 126 197 124 125 188 127 128 124 125 12.E 123 } 1 s• 125 T 124 1 r X122 : 120 118 1 1 119E r 'la 12'l 1 Tr 122 1 1 1 � 2 i 18 114 115 1260 1 1 114 122 117 1 i5 115 Im I 118 11 HOPE RIVE E i U ICT 41VUCktC�r{VulyU � � /� J / 135 i33 UTILITY DISTRICT S 2 T 131) 126 126 24 ti NO, 195 1— 129 CHANNEL •F� 12, 52: 121 14B ;+`s M 1 fi o Q 124 125 = 122 � � 4 V �j UNDERGROUND 1�N 118 RIVER AVENUE UTILITY DISTRICT e 313 213 213 NO, 22 * 10 214 214 211 �i� 2 239°r 2q8 209 2013 209 r r� 2d6267 205 208 247 _ 206 2 244 245 2 205 e 1 284 114 i 1 ALBOA BLVD T U ICT 129 131 32 q -A 1 8 135 i33 $ 930 r 128 r 125 ' S 2 T 131) 126 126 24 131 129 127 125 3 1 1— 129 r i�ri 1?b 124 vim, 120 •F� 12, 52: 121 14B ;+`s M 1 fi 124 125 = 122 i23 1 1 12U 1�N 118 11r ~ yam- ' u° "` 125 = 12d 125 i 122 F r 120 1i$ 1 11 ii7 v 11 11. _ +„s � 122 21 R 11 114 115 i1A 115 11 114 111 ,a+± 1115 iWIE \I W -14 118 r r - �~, ~ 114 1 - }” �i 11$ 117 w 114 1 1i 3 116 i1� a 115 = r � E L-- I M SEASHORE OR �, r—rrr -rl- r r-TT-1—rTr—i ri 70- V 40 age Area at Station #2 at 7 Newport Blvd 3 A� A 40.40 3'1 0 100 200 Disclaimer_ N u Every reasonable effort has been made to assure the acouracy of the * Feet data prcr tdud, havever, The City d NeWort Death and its Fit W P 0 ii 7 S E A t rl employees and agents disdain any and all responsibility frau or () relating to any results ohtai ned in its. use. a ❖ Undergrounding of Utility Lines in Public Right of Way • Trenching for New Conduit System and Installation of Utility Vaults • Removal of Wires and Poles • Repaving of Affected Roadways and Alleys ❖ AD 116 and 116B are residential ❖ UUD 22 - Phase I is Balboa Blvd and is optional (awaiting approval by SCE) • Spectrum will be undergrounding in Jan &Feb 2019 • Verizon is also installing underground lines ❖ Bid documents include SCE, AT&T & Spectrum plans • Joint trench and connection to existing facilities is required Coordination at alleys SCE Plan AT&T Plan CONSTRUE m � DUNS] 7F - 1 67' 1-4" CPC- Y II — , a+ODSr- r CURB E%. 2-S (45) I P0.f mulom IFM04fD - crs m vcmo w ReRa --_ ' ACP SO 4o,es4sE 96' I FROM V0983 TO H0983F •� MP UP W/ A0006CS E I I fEa v OF S / [a. t -i I V EPI I I N _ ` flr , HH H0983A I "Bor y � n:n.To.za I +J �x, I-�• Izwl y. ss � I rn eso 0 5• rna tL -- -- a4LL�Y 16• ACP ! xo�: 46TH ST. +14", s 3-6WA OBE IMM P, V' FOR aos s1 I 133 15" ACP 50 - ; - - NU 1 9UR9 NW WL K L1m8i8) ON PROP �E xvn cus] s Intro i I � �I euFme mnnmw y ry �/ [�'T 117-33. 4; '] 551,84" TT J l . 17- zaze' CI: V5570984 VAULT v ,15.1 SCE Plan 46TH ST 9 / B STYLE - k M3 -1,t 2 -IM tits FM 0 ,".19 132,4M SI PL ME TO ............ -TRANSPoRNQi yZEo FOR Lllsl[MIERs IN'. 17"K ,711"X 2A" SE, 9M, A I r1 rI rwrlp; V61 11 T M 45TH ST AT&T Plans - revise to match SCE trench -r - ............ A I ............... ............... /W .... ............... SCE Plan 09 NMI Ell - Ex. CIC [5] 'J POLE TO HH p 30 R Y ICHOR ROD W/PLAiE L]I. 9 IS3'1 POLE TO PED 9+51 104+35.49 CSL BA BOA BLV➢. 4T73&1E 10+00.00 CSL 44TH STREET s 55 ETL HH 5 9+41 ` HH H0952A s+24 Ek 17'x 30' 24" 1125. IN: 2-6—WAY SEC BARS I � E T— Il —L--- -------ire= 3 11' �6 4' 12' —1D' NOTE: I --------- --- 9+79 / 132 12 C HH OVERHEAD SECONDARY !�! STI �Ir -VESTAL PARALLEL 54�� ST I RUNS T6 DEET 417LTAGE ORCP AND FLICKER I I I� 35 3Y 13,ZY AT&T Plan E Y � E T— Il —L--- -------ire= 4E E `a,. ACP r! — --------- --- 9+79 / 132 12 C HH I I i I I I� — }30 � 3 I I � o ss � SII 15' 15' 126 9+51 POLE 477353E 10 131 PL. 2-4' OU. ✓+i2 JEW POLE 444361 O0E l 9 I 31 SCE Plan AT&T Plan - revise to T -T Crmatch SCE trench '�+oa I ,ea2n 1.73K4F T — II E E E E 9+57 ___ - __ ------- --- -- — — 3/4' G---- — SE 35 CI I 1 13a S 1 3 FROM H0982A TO PANEL 2— R t�'j ?�111."t1jC R 1-/: 2.6 VF IQ�]�� 1 L 1 5 N 9+49 —�— NEW POLE 441i]51E EGL H09924 TO PANEL .104' 4FL PANEL i0 ++9992A =49' II a 5 fA0 PL. 2-4' ou. ,29 tl wAx FPL —696' II R/W� I 5" CI 2 17' 2 w —t- >s� LL 1 FROM H0982 TOt ED � 3-06 A �f} N 110' 1-4' CPC 52A o + xo� ta� Qi 99987A TO PED PD TO H095A f�EPL =fi96' 2295299E Its — 15 I 1 1 I I .141KVA EXIST., MH 3123 5 it' S _ — — — - 4' Sd 12' p 1111 144Tff ST. O.72Kvn SCE P Ian AT&T Plan - revise to 0 - -------1 match SCE trench? E ETH y E E ---- --------- ---- --- —------------ - -----------_ — — — — ---Q--– _50' 1-4" CPC —82A 9+73i5/LF PL 2-4" .1 9+ ` 9+50 III[I�ISb POLE 45582E 12B ]� T27 R/W—Iry R i 1 y I 1 SS 5� .Ip to rsT I� F � � 12fi jD J 1. ❑ � �a ed 125 � m z N Q a I . I - I f 15' MOM H9BOA TO PEP ! �I NfC }11E 11�O1 11QI MIR410 RO blw n 54' 4. FROM HP980A TO H2526 do (HH I K onN�12.1E ki-oRw �i ROX®A�I� =1s 8. #' I HH H5172624 Z E%: I8 1/1'� 31' 24' i IN: 64 -'NAY SEC BMS -MT 952 8' ,.emiw t. l Ip I I I 21= _ RD ST. /0 `� D 421 E ETH y E E ---- --------- ---- --- —------------ - -----------_ — — — — ---Q--– _50' 1-4" CPC —82A 9+73i5/LF PL 2-4" .1 9+ ` 9+50 III[I�ISb POLE 45582E 12B ]� T27 R/W—Iry R i 1 y I 1 SS 5� .Ip to rsT I� F � � 12fi jD J 1. ❑ � �a ed 125 � m z N Q CI 2.02KW ix SS 7 �nI 2.24KVA 55 f 9,4f JJ I= 3C 25' J ! _ H0979A y I n FROM H0979A TO PA"'EL '2y 4'.'>C7 PT + J�gIl 1k �'j i-I/C 2-1/6 k 1-0 -AIDC 216 J r+ar xm�+L m wva I WEATHERH - EPL EPL PANEL T: 14444752E MEVL=E+i:' 77* ss - 155 IIr7EEATHERHEA6 I 1SS9Cf � 2.taw2.34KVA 13", tr—rzcr sur ,124 I I I PANEL 126 42ND TI, 'j 30, 2 k 1-0 D77A APNTO PANE,L44 NIL ' MEL To H6379A=6" =fi9fi' z TRAFFIC RATEDI HH H0979A 6 t6 s I to-' IN: 18-1/2"x 31"K 24" ZUHH 158 36 m' I I N: 3-8-wnr SEC BARS -ZUST 052 I + 5S �4LLE'Y 4 IST ST. ; Ss I AT&T Plan - revise to match SCE trench r, TO - c 3 � o TO MH 3124 ` r- ---- �y — ----- — E E E G R 17 9+74 128 O/L HH + 12 CAP 2 DU. 47' 1-4" CPC 13 9+52 1 U 9+55 1a �I 14 9+47 a 12� CAP 1-2 OU. � 11 pp I f I I } 9+19 I I NEW POLE 4444752E 124 I �' R/W rn Rfw SCE Plan ;Y --- - -- ----------- ----------------- ITION BOUNDA ZY W1 +a o w aixw 2.00KVA w A t1U.1.6T>L I TN 9+51 Rltatax 152591SE s= CI 2.02KW ix SS 7 �nI 2.24KVA 55 f 9,4f JJ I= 3C 25' J ! _ H0979A y I n FROM H0979A TO PA"'EL '2y 4'.'>C7 PT + J�gIl 1k �'j i-I/C 2-1/6 k 1-0 -AIDC 216 J r+ar xm�+L m wva I WEATHERH - EPL EPL PANEL T: 14444752E MEVL=E+i:' 77* ss - 155 IIr7EEATHERHEA6 I 1SS9Cf � 2.taw2.34KVA 13", tr—rzcr sur ,124 I I I PANEL 126 42ND TI, 'j 30, 2 k 1-0 D77A APNTO PANE,L44 NIL ' MEL To H6379A=6" =fi9fi' z TRAFFIC RATEDI HH H0979A 6 t6 s I to-' IN: 18-1/2"x 31"K 24" ZUHH 158 36 m' I I N: 3-8-wnr SEC BARS -ZUST 052 I + 5S �4LLE'Y 4 IST ST. ; Ss I AT&T Plan - revise to match SCE trench r, TO - c 3 � o TO MH 3124 ` r- ---- �y — ----- — E E E G R 17 9+74 128 O/L HH + 12 CAP 2 DU. 47' 1-4" CPC 13 9+52 1 U 9+55 1a �I 14 9+47 a 12� CAP 1-2 OU. � 11 pp I f I I } 9+19 I I NEW POLE 4444752E 124 I �' R/W rn Rfw SCE Plan AT&T Plan i—i--i%e -MH SCE Plan AT&T Plan =r — _�p1w 9+77 I g g 30 F I'uuoL 2.]pNVF .70KY SS 130 GAL HH 3 9+49 — — II Z' R xea-xrmr EN wEATHERHEAD THoal - rti=s.cux o -- -- ... SSI 128 85' 1-47 CRC --,9?A IN --13 R W 2.48KV4BNVF I Y � ' LX. HH IL I H0976C I-MKV H0976C 1.pINVA TO -55' 8: 690629N 8 2 X46U =1E' 473'3! k4657 AM `$ � � �,15NVA POLE POLE 4426668E eX. 1-r H09 POl6 m no9i6c � I PL 2-4" Ou. 51 ' � 2.60NW 2.99N4R z $5 — — — — — —� 202KV! 02NYA ZS 15' 10' 1 24 3o �I 0.59N'K '�� 0.76NVA EX:690629H PILE m � o.ssNw — 0.62KYA I , I 46 CLASS 5 JUlll Svr� RM: 1-45ER 3•r.; NGR 011 r„ ., .,,,,.. .,,. ,... i—i--i%e -MH