Loading...
HomeMy WebLinkAboutC-9532-1 - Big Canyon Restoration Project - Phase 3CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids Before 4:00 PM on the 6th day of May, 2025, at which time such bids shall be opened and read for: Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 $5,600,000.00 Engineer's Estimate C ; Approved by James M. Houlihan blic Works Director/City Engineer Prospective bidders shall obtain Bid Documents, Project Specifications and Drawings via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 MANDATORY PRE -BID SITE WALK A mandatory iob walk will be conducted for this project on April 8, 2025, 9 AM. Meet in the Big Canyon Parking Lot located on Back Bay Drive one-half mile north of San Joaquin Hills Road, Newport Beach. Lat.: 33.63063 N, Long.: 117.88543 W Hard copy drawings are available via Mouse Graphics at (949) 548-5571 659 W. 191h Street, Costa Mesa, CA 92627 Contractor License Classifications required for this project: Class A, Class C-27, and Agricultural Pest Control Advisor Licenses BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www. newportbeachca.gov/government/data-hub/online-services/bids-rfps- vendor-registration City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................... 14 DESIGNATION OF SURETIES...................................................................... 15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................16 ACKNOWLEDGEMENT OF ADDENDA.......................................................................18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIALPROVISIONS............................................................................................ SP-1 2 City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope before the bid opening) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) fellewiRg the Bid Opening, Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). -E, 2"4 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office before the Bid Opening. The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared With correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Retations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written 4 statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. 1074243 A,C-27 Contractor's License No. & Classification PW-LR-1001102935 Expires 06/30/2025 DIR Registration Number & Expiration Date Superb Engineering, Inc. Bidder 5 President Authorized ature/Title 5/20/2025 Date City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 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 Bid Dollars ($ 10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of PROJECT TITLE, Contract No. 9532-1 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 April , 2025. Superb Engineering, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety 118 Second Avenue SE Cedar Rapids, Iowa 52407 Address of Surety 800-655-7942 Telephone cc S +AJ ^�- Authorized Age ignature Emmanuel Brizuela, Attorney -In -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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: County of California Ventura On `i - 16 - ZS before me, Jodie Lee Doner, Notary Public, personally appeared Emmanuel Brizuela who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. JODIE LEE DONER Notary Public - California Ventura County Commission M 2476148 My Comm, Expires Dec 12, 2027 WITNESS my hand'a d official seal. 1 ` Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) [-]PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -I N-FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California , / County of R' Jai CQ ss. On M q q 2 D 20 2 before me, 705e Q rc L' SP hn 2 ti Notary Putilic, personally appeared 6' lg C"^ I *.' a , 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 rn hand and official seal. nE 1, ESPINou y Notary Public - California a i Riverside County Commission 0 2414445 My Comm. Ex2ves 5eo 1, 1016 o �e nature (seal) v 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 ❑ Check here if Capacity(ies) claimed by Signer(s): no thumbprint Trustee or fingerprint Power of Attorney is available. CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 `Please see Notary Acknowledgment Attached ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20 before me, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature N. (seal) U!N UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX _ 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EMMANUEL BRIZUELA, EACH INDIVIDUALLY their true and lawful Attorney(s)-ni-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar stature provided that no single obligation shall exceed $50, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1 st day of Apr i 1 , 2026 un 1 ess sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "ArticleVi — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertaldngs and other obligatory instruments of like nature. Ilse signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsunile to any power of attorney or special power of attomey or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -inn -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its � may �p�q�!iNvUgp a�°a�'INSV .. „i e�. �,,c�Ft,.,vice president and its corporate seal to be hereto affixed this 1st day of Apr 11 , 2024 Cl.ppPPOg9f.,�'F's maPoaArE �: =� CORPORATE S.- ;U:a Solvz; . UNITED FIRE & CASUALTY COMPANY �7 �C °Z' )gas UNITED FIRE & INDEMNITY COMPANY sE,u. ��a sPnL t; ......0 `�`'_ ` FINANCIAL PACIFIC INSURANCE COMPANY &qNuu11Ono,�10``• BY: ak—/L State of Iowa, County of Linn, ss: Vice President On 1st day of April, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. #at.r� Patti Waddell L Iowa NotarialSeal compa-�mission • mission number 713274 Notary Public NN Commission Expires 10/26/2025 My commission expires: 10/26/2025 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 16th day of April 2025 �,umcyny�i��i S�UixoEubq/ o"�"�p INSU ��I* R9,y/�. coacaasrZ ; y O CORPORATE iULY 2; Oi i s By' SEAL _ 1�Y � SFAI. eE :,.cq iRa6 a\T.Y=` ._• �''�`'tx �a � nTEf�O��.`` . '`..!FOPr' Assistant Secretary, OF&C & OF&I & FPIC -BPOA0045 L220t7 City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Superb Engineering, Inc. Bidder 9 President Authorized S nature/Title City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Superb Engineering, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number Pomona Demonstration Garden Project Description Landscape, Irrigation, Demo, Grading Approximate Construction Dates: From January 2025 Agency Name city of Pomona To: April 2025 Contact Person Jason Djapri Telephone (909) 620-2263 Original Contract Amount $ $513,117 Final Contract Amount $ 408:385.06 If final amount is different from original, please explain (change orders, extra work, etc.) Change order. 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 10 No. 2 Project #93039 Median Improvement Project - Ph 2 at Cantu Galleano Rd, Project Name/Number Archibald Ave, and River Rd Project Description Landscape, Irrigation, Traffic Control, Electrical, Concrete Approximate Construction Dates: From May 2025 To: August 2025 Agency Name City of Eastvale Contact Person Jimmy Chung Telephone (951) 703-4473 Original Contract Amount $835,317 Final Contract Amount $TBD TBo al amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name/Number Raised Landscape Median Project CIP S136 Project Description Landscape, Irrigation, Traffic Control, SWPPP Approximate Construction Dates: From March 2025 To: August 2025 Agency Name City of Perris Contact Person Jessica Galloway Telephone (951)287-9903 Original Contract Amount $2,976,988.5( inal Contract Amounts 2,976,988.57 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders 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 11 No. 4 Project Name/Number Maywood Beautification Project- Project ID 7101 Monument signs and associated lighting, concrete work, tree planting, landscape planting, irrigation, and electrical work Project Description Approximate Construction Dates: From March 2024 Agency Name City of Maywood To: May 2024 Contact Person Rudolph Rodriguez Telephone (909) 595-8599 Original Contract Amount $ 830,331 Final Contract Amount $ 945,328 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders, Extra Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name/Number Garfield Avenue Median Improvements Project Description Demo Hardscape & Landscape, New Planting & Irrigaton Approximate Construction Dates: From August 2024 Agency Name City of Commerce Contact Person Roy Koo To: February 2025 Telephone (909) 595-8599 Original Contract Amount $ 1,604,173 Final Contract Amount $ 1,984,602 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders, Extra Work 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 12 No. 6 Project Name/Number 2024-IFB-121 Desert Willow Perimeter Landscape and Lighting Rehab Phase 3 Project Description Irrigation, Soil Amendments, Fine Grading, Planting, Mulch, Edging, Aggregates Approximate Construction Dates: From November 2024 Agency Name City of Palm Desert Contact Person Shawn Muir To: February 2025 Telephone (760) 776-6481 Original Contract Amount $ 1.o31,528 Final Contract Amount $ 1,031,528 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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 Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Superb Engineering, Inc. Bidder 13 President Authorized Ignature/Title EDUCATION Estela Candelario 1052 Oregon Trail Banning, CA 92220 Cell Phone: (909) 262-4626 Crafton Hills College —Yucaipa, California AA Degree in Liberal Arts Indiana State University B.S. Construction Management June 2015 June 2018 EXPERIENCE President `4ay 2023 to Present Superb Engineering P.O. Box 3036 Beaumont, CA 92223 < Managed annual budgets. < Implemented pricing strategies that optimized profit margins while maintaining client satisfaction. < Directed day-to-day operations, including project management, scheduling, and quality control, ensuring on -time and on -budget project completion. < Identified and pursued new business opportunities, resulting in a 40% increase in the client base and a 30% growth in revenue. < Established strategic partnerships with key industry players to expand service offerings and geographic reach. < Cultivated strong client relationships through exceptional communication and problem -solving skills, resulting in a high rate of client satisfaction and repeat business. < Managed project timelines, subcontractors, and quality assurance to deliver projects on time and within scope. Construction Project Manager January 2022 to May 2023 Urban Habitat P.O. Box 1177 La Quinta, CA 92247 < Responsible for budgeting, scheduling, and contract administration < Execute all pre -construction, construction, quality control and post construction responsibilities < Monitor changes in scope/schedule and secure Change Orders, as required < Process/review submittals, shop drawings, etc. < Manage close-out: O&M's, warranty/guarantee, As-builts, etc. < Assess work being performed to ensure all contract specifications are being met met < Collaborate with participants to determine product timeline < Account for complete project lifecycle < Successfully manage more than 16 projects simultaneously < Anticipate, recognize and identify key project issues/problems and establish objectives and priorities in solving them and determine solutions < Ensured projects progress on schedule and in budget < Review and process monthly payment applications Construction Project Manager Conserve Landcare 72265 Manufacturing Road Thousand Palms, CA 92276 February 2018 to January 2022 < Responsible for budgeting, scheduling, contract administration and status reporting < Execute all pre -construction, construction, quality control and post construction responsibilities < Monitor changes in scope/schedule and secure Change Orders, as required < Process submittals, shop drawings, etc. < Manage close-out: O&M's, warranty/guarantee, As-builts, etc. < Assess work being performed to ensure that all contract specifications are being met < Collaborate with participants to determine product timeline < Account for complete project lifecycle < Successfully manage more than 20 projects simultaneously < Anticipate, recognize and identify key project issues/problems and establish objectives and priorities in solving them and determine solutions < Ensured projects progress on schedule and in budget < Review and process monthly payment applications Construction Project Engineer December 2016 to February 2018 Bernards 3633 Inland Empire Blvd. #860 Ontario, CA 91764 Richard R. Oliphant Elementary School - S23M < Process RFI's < Co -manage various aspects of project < Process submittals, shop drawings, etc. < Manage close-out: O&M's, warranty/guarantee, As-builts, etc. < Maintain procurement log < Distribute project correspondence < Maintain onsite as-builts < Coordinate BIM meetings < Coordinate meetings with subcontractors, owner, etc. Construction Project Engineer Pro -Craft Construction, Inc. 31597 Outer Hwy 10 Suite B Redlands, CA 92374 January 2016 to December 2016 < Process RFI's < Co -manage various aspects of projects: budget, contracts, and client needs < Oversee Change Order Management Process < Process project contracts, bonds, escrow agreements, etc. < Responsible to create and process submittals < Request building permits < Manage all insurance certificates and coverage < Prepare and process close-out: O&M's, warranty/guarantee, As-Builts, etc. LANGUAGE/ SKILLS ACADEMIC AFFILIATIONS AWARDS Construction Project Coordinator May 2014 to January 2016 Bernards 3633 Inland Empire Blvd # 860 Ontario, CA 91764 < Intake and research client inquiries < Maintain records for Certificates of Insurance < Enroll sub -contractors in CCIP (On -site Insurance) < Help Project Manager with Change Orders < Review weekly subcontractor payroll reports for 40 sub -contractors and 10 sub -tiers < Process vendors invoices < Perform front office duties < Regularly use Prolog software < Process RFI's Office Clerk March 2013 to May 2014 Crafton Hills College — Transfer Center 11711 Sand Canyon Road Yucaipa, CA 92399 < Perform front office duties, answer phones, set up student appointments, make reminder calls < Maintain an organized and clean work area < Post informational flyers around campus bulletin boards < Set up and distribute workshop materials Fluent in Spanish, able to read and write Spanish as an expert Working knowledge in: Office 2013, Prolog, ProContractor, ProCore, Textura, Alliant, P6 Professional, Navisworks Freedom 2017, Bluebeam, Boss Strong organizational/administrative skills, innovative, articulate public speaker, able to multitask and work in a fast -paced environment Alpha Gamma Sigma (AGS) Honor Society Member - Fall 2012 — Spring 2014 Alpha Gamma Sigma (AGS) Honor Society Treasurer - Fall 2013 - Spring 2014 Walking Tall Club President — Fall 2013 — Spring 214 S.T.E.M. Program member — Fa112013 — Spring 2014 The Society for Collegiate Leadership and Achievement — Fall 2016 - Present Deans List: Spring 2013, Spring 2016, Spring 2017, Fall 2017 and Spring 2018 REFERENCES I Available upon request. OBJECTIVE SUMMARY OF QUALIFICATIONS EXPERIENCE Raul Ponce Redlands, CA 92374 Cell Phone: (951) 322-3352 Highly experienced and dedicated Construction Landscape Superintendent with a proven track record of successfully overseeing public works projects. Possessing extensive knowledge of construction processes < 20 years of experience as a Construction Landscape Superintendent, specializing in public works projects. < Deep understanding of landscape design principles, construction and techniques. Proficient in managing large-scale projects, coordinating with subcontractors, and ensuring compliance with safety regulations. < Strong leadership skills with the ability to effectively supervise and motivate diverse teams. < Excellent problem -solving abilities, adept at resolving project -related issues in a timely and cost-effective manner. < Exceptional organizational and time management skills, capable of multitasking and prioritizing tasks to meet deadlines. < Skilled in interpreting blueprints, specifications, and other project documents. Construction Superintendent January 2023 to Present Superb Engineering 1052 Oregon Trail Banning, CA 92220 < Oversaw all aspects of public works projects, ensuring adherence to project plans, timelines, and budgetary constraints. < Managed a team of 10 employees, including landscapers, laborers, and subcontractors. < Implemented quality control measures to ensure compliance with industry standards and project requirements. < Monitored and supervised all construction activities, including grading, excavation, irrigation installation, and planting. < Conducted regular site inspections to identify and address potential issues, ensuring project progress and safety. < Collaborated with vendors and suppliers to procure materials, equipment, and tools necessary for project execution. < Conducted regular safety meetings and enforced safety protocols to minimize accidents and promote a safe working environment. Construction Superintendent Urban Habitat 47250 Washington St. Ste. B La Quinta, CA 92253 March 2022 to January 2023 < Oversaw all aspects of public works projects, ensuring adherence to project plans, timelines, and budgetary constraints. < Managed a team of 25 employees, including landscapers, laborers, and subcontractors. < Implemented quality control measures to ensure compliance with industry standards and project requirements. < Monitored and supervised all construction activities, including grading, excavation, irrigation installation, and planting. < Conducted regular site inspections to identify and address potential issues, ensuring project progress and safety. < Collaborated with vendors and suppliers to procure materials, equipment, and tools necessary for project execution. < Conducted regular safety meetings and enforced safety protocols to minimize accidents and promote a safe working environment. Construction Superintendent Conserve Landcare 72265 Manufacturing Road Thousand Palms, CA 92276 December 2011 to February 2022 < Oversaw all aspects of public works projects, ensuring adherence to project plans, timelines, and budgetary constraints. < Managed a team of 48 employees, including landscapers, laborers, and subcontractors. < Implemented quality control measures to ensure compliance with industry standards and project requirements. < Monitored and supervised all construction activities, including grading, excavation, irrigation installation, and planting. < Conducted regular site inspections to identify and address potential issues, ensuring project progress and safety. < Collaborated with vendors and suppliers to procure materials, equipment, and tools necessary for project execution. < Conducted regular safety meetings and enforced safety protocols to minimize accidents and promote a safe working environment. Construction Foreman January 1995 to December 2011 Marina Landscape Inc. 1900 SLewis St. Anaheim, CA 92805 < Assisted the Construction Landscape Superintendent in planning and executing public works projects. < Managed project schedules, ensuring timely completion of milestones and deliverables. < Conducted site inspections and maintained accurate documentation of project progress. < Acted as a liaison between the Construction Landscape Superintendent and project team members. < Provided support in resolving project -related issues and addressing client concerns. REFERENCES I Available upon request. City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Riverside ) Estela Candelario being first duly sworn, deposes and says that he or she is President of Superb Engineering, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the is true and correct. Superb Engineering, Inc. President Bidder Authorized Sign re/Title 14 Subscribed and sworn to (or affirmed) before me on this 2 ��4 day of a �f 2025 by & - klc, t, q0 c(C / a�-1 0 proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ary Public DOSE BRIAN ESPINOZA [SEAL] i %#" Notary Public • California _ Riverside Cauncy Commission : 2414445 «. Csmm. En3,res Sen 1. Z026 14 My Commission Expires: S zou City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 DESIGNATION OF SURETIES Bidder's name Superb Engineering, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Assured Partners I Aaron Fosburb 1 (714) 808-2524 1 1300 Dove St, Newport Beach, CA 92660 15 City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Superb Engineering, Inc. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2024 2023 2022 2021 2020 Total 2025 No. of contracts 8 15 4 N/A N/A N/A 27 Total dollar $5,021,454 $8,060,803 $789,954 N/A N/A N/A $13,872,211 Amount of Contracts (in Thousands of $ No. of fatalities 0 0 0 N/A N/A N/A 0 No. of lost Workday Cases 0 0 0 N/A N/A N/A 0 No. of lost 0 0 0 N/A N/A N/A 0 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. 16 Legal Business Name of Bidder Superb Engineering, Inc. Business Address: 2947 W. Lincoln St, Unit 105, Banning, CA 92220 Business Tel. No.: (909) 269-2333 State Contractor's License No. and 1074243 Classification: A, C-27 Entity Type: S Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date 05/20/2025 Title President Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of �cVe� Ir d On ZG Zs" before me, cJ°SC �rfaw G v f 'V fl�?kl61r C� (insert name a d title of the officer) personally appeared L' Isje-l" 6A'tc!e-/-, , 6 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. _ JOSE BRIAN e9P1NQ2A Notary Public - California Riverside County -- Commission s 2414445 My Cr."r. Csalres seo 1, 2026 eal) Signature CitV of Newport Beach Big Cannon Restoration Project - Phase 3 Contract No. 9532-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Superb Engineering: Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si ature 1 3/31 /2025 2 4/3/2025 3 4/22/2025 4 5/15/2025 in City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 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: Superb Engineering, Inc. Business Address: 2947 W. Lincoln Street, Unit 105, Banning, CA 92220 Telephone and Fax Number: (909) 269-2333 California State Contractor's License No. and Class:1074243 A, C-27 (REQUIRED AT TIME OF AWARD) Original Date Issued:3/24/2021 Expiration Date: 10/31/2025 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: Raul Ponce, Superintendent I Estela Candelario, President The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Estela Candelario President 2947 W. Lincoln St, Unit 105, Banning, CA 92220 (909) 269-2333 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Superb Engineering, Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; None Briefly summarize the parties' claims and defenses; None Have you ever had a contract terminated by the owner/agency? If so, explain. None Have you ever failed to complete a project? If so, explain. No 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 labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 20 Are any claims or actions unresolved or outstanding? Yes 49 If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. Estela Candelario (Print name of Owner or President of Corporation/Co any) Superb Engineering, Inc. President Bidder Authorized Si ature/Title President Title 5/20/2025 Date On S7/ 2a Z s before me, -Joy— oy- Notary Public, personally appeared 6-sir'g C&4dt 14.vio who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), orthe entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seams 6Cje e— tary Public in and for said State My Commission Expires: 2W 21 dh DOSE BRIAN ESPINOZA (SEAL) < NotaryPe- California i Riversidside County � Commission 4 2414445 My Comm. Exaires Sea I, 2026 City of Newport Beach Biq Canyon Restoration Project - Phase 3 Contract No. 9532-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 SAMPLE CITY CONTRACT 23 City of Newport Beach Big Canyon Restoration Project - Phase 3 Contract No. 9532-1 (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor 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. 9532-1 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: 5/20/2025 Date (909)269-2333 Bidder's Telephone and Fax Numbers 1074243 A,C-27 Bidder's License No(s). and Classification(s) PW-LR-1001102935 DIR Registration Number Superb Engineering, Inc. Bidder President Bidder's Xuthorized Signature and Title 2947 W. Lincoln St, Unit 105, Banning, CA 92220 Bidder's Address Bidder's email address: estela@superb-engineering.com PR-1 ni+ o. �' ' i State of California - Natural Resources Agency GAVIN NEWSOM, Governor H-' DEPARTMENT OF FISH AND WILDLIFE CHARLTONH. BONHAM, Director - i P.O. Box 944209 "VI Sacramento, CA 94244-2090 �„ htto://www.wildlife.ca.goov March 27, 2025 Re: P2450008 Big Canyon Coastal Habitat Restoration and Adaptation Project ACKNOWLEDGEMENT OF WORK COMMENCEMENT AUTHORIZATION DISCLAIMER Where approval from the California Department of Fish and Wildlife (CDFW) and the Department of General Services (DGS) applies, the attached contract shall be of no force or effect until it is signed by both parties (CDFW and Contractor) and/or approved by the DGS. The signing of this contract by your organization does not authorize the commencement of work. By signing this letter, your organization acknowledges and agrees not to begin work until all approvals have been obtained, the contract has been fully executed, and the contractor has been Oven authorization to begin work. Should any work begin before all approvals are obtained or authorization is given, services will be considered voluntary. Please be advised that failure to sign and return this letter will delay approval of your contract. Authorized S' ature Estela Candelario, President Printed Name and Title of Person Signing 5/20/2025 Date Conserving Cal fomia's Wifdf fe Since 1870 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PpR� U Z ADDENDUM NO. 1 Big Canyon Phase 3 Restoration Contract No. 9532-1 DATE: March 31, 2025 BY6epu� Public Works Director/City Engineer TO: ALL I'LANFIOL©ERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. DRAWINGS The complete Drawing Set, consisting of 28 sheets, is attached. This complete Drawing set includes the first 19 sheets that have not been changed, along with the newly attached Sheets 20 through 28. Bidders must sign this Addendum No. 1 and attach it to the bid proposed. Addendum No. 1 includes above listed change to the contract documents. 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. Superb Engineering, Inc. Bidder's Name (Please Print) 05/20/2025 Date President Authorized 34irature & Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 Big Canyon Phase 3 Restoration Contract No. 9532-1 DATE: April 3, 2025 �(A"' n, Public Works Director/City Engineer TO: ALL PLANHOLD The following changes, addit RiE , deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. DRAWINGS The new complete Drawing Set, consisting of 28 sheets, is attached. The sheets are now correctly numbered. SPECIAL PROVISIONS These are changes to the Special Provisions. A fully updated copy of the Special Provisions is attached. 2-1 WORK TO BE DONE. Phase C is changed (in red) as follows: "Phase C 12. Clearing the Soil Placement Area for subsequent soil placement 13. Excavation & Grading for salt marsh & riparian habitat restoration in the Northern Area and the northern portion of the Southern Area with placement of excavated materials in Southern Area and Soil Placement Area 14. Select removal of non-native plants in the seven Enhancement Areas 15. Final grading, soil amendment application and preparation for site revegetation 16. Site revegetation (replanting, seeding, broadcasting hydroseed, applying mulch, implementing erosion control measures) 17. Removal of temporary tidal and stormwater control measures 18. Temporary irrigation 19. Access trails & signage 20. Maintenance and Plant Establishment" 2-9.6 Pre -Excavation Survey The second paragraph is changed as follows: "Following clearing and grubbing, and prior to commencing earthwork including excavation, grading and fill activities, Contractor shall perform a pre -excavation survey when approved by Engineer. This survey shall be conducting progressively as clearing and grubbing are completed in designated areas such that stream bank and floodplain grading in the Southern Area and excavation and grading of the tidal channel and salt marsh restoration in the Northern Area can commence in completed sections in a phased and progressive manner to reduce the overall time that the site is exposed and has the potential for sediment erosion and migration to the creek during storm events. At a minimum, the pre -construction survey shall comply with the requirements for the post -construction survey per this section. In addition, the pre -excavation survey shall include a profile survey along the realigned creek channel flow line and new tidal channel (points at 25-foot minimum spacing plus alignment control points and grade breaks). A bathymetric survey, using non-invasive methods, of the northern inlet and tidal channel where focused dredging is planned, shall be conducted prior to dredging activities." 2-9.7 Post -Construction Surveys. The first paragraph is changed as follows: "When approved by Engineer, Contractor shall conduct the post -construction surveys following stream realignment, tidal channel excavation and fine -grading within the salt marsh restoration prior to revegetation. If the original stakes are destroyed by the rough grading, Contractor shall perform an additional survey before the fine grading is conducted. A bathymetric survey of the northern inlet and tidal channel shall be conducted using non-invasive methods following dredging activities. Surveys are for measurement and payment, Acceptance of the Work, and to document post -construction conditions." 2-9.8 Volume Calculation. Delete the first and second paragraphs and replace with the following: "Measurement of earthwork volumes will be based on cubic yards as calculated by the Contractor's surveyor as determined using the pre -excavation and post -construction surveys performed by Contractor. Earthwork volumes will not be calculated based on truck loads. Note that payment for Bid Item No. 12 is based on the excavation volume." 9-3 PAYMENT. These are changes to some of the Bid Items. Note that the Proposal has been updated to delete Bid Items 13 and 14. Delete Items 12, 13 and 14 and replace with the following: "Item No. 12: Excavation, Fill and Rough Grading [Cubic Yards]: Work under this item includes, but is not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing excavation, fill and rough grading of site soils and sediments to achieve the grades shown on Drawings. (Note: The salt marsh area below Elevation 7,0 receives fine grade material from the Temporary Dredge Material Stockpile to achieve the final design grades. Removal of excess rough grade material to facilitate placement of the fine grade material is paid for under Bid Item 18.) Excavated material will be used for on -site fill in the Southern Area (fill volume estimated to be 7,450 cubic yards) with the remaining material placed on the Soil Placement Area (fill volume estimated to be 20,850 cubic yards or less). Work under this item shall include, but is not limited to, excavation; rough grading within the excavation area; excavation support (including trenching, sheeting, shoring or sloping) as needed; hauling material to fill areas in the Southern Area and to Soil Placement Area; multiple handling and movement of earthwork as needed; dewatering of the materials as needed for grading; grading per compaction requirements; protecting interfering portions of existing utilities or improvements; providing geotechnical services; and all other work items required to complete the work in place. Measurement and payment for this bid item will be based on the cut volume as determined from the pre -excavation survey and post -construction survey. No additional payment will be allowed for fill volume. Controlling surface water and groundwater is covered under Bid Item No. 5. Spreading of Tidal Channel dredge material within the salt marsh restoration area to final grade is paid for under Bid Item No. 18. Furnishing and placing the 2-foot final soil cover over the Soil Placement Area is paid for under Bid Item No. 19." Item No. 13: Not Used, Item No. 14: Not Used." Delete Item No. 15 and replace with the following: "Item No. 15: Culvert Upgrades [Lump Sum]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and installing the two culvert upgrades as shown on Drawing No. CG102 (Sheet 10) complete and in -place, including but not limited to, providing submittals; earthwork; performing removals; preparing the subgrade; procuring, approving, delivering, storing, and installing materials for replacing the existing CMP under the trail; installing geotextile fabric and loose rip rap per the limits and details in Drawings; removing excess material and transporting it to the Soil Placement Area; protecting existing site conditions surrounding riprap limits; and all other work items required to complete the work in place." Delete Item No. 16 and replace with the following: "Item No. 16: Vegetated Soil Lifts (VSL) [Linear Foot]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item; providing submittals; procuring, approving, delivering, storing, and installing the biodegradable filter fabric, native topsoil, soil amendments, wooden stakes, live willow and mule fat stake plantings; seeding; backfill and finish grading around constructed VSL; removing excess material and transporting_ it to the Soil Placement Area; and all other work items required to complete the work in place. Locations and limits of the VSL shall be deten-nined in the field by Engirieei. Payment for vegetated soil lifts will be based on a unit price per linear foot basis measured along the face of each lift. Procurement and storage of willow and mule fat live stake cuttings shall be covered under Bid Item No. 25: "Willow and Live Stake Cuttings"." Delete Item No. 18 and replace with the following: "Item No. 18: Fine Grading & Soil Preparation for Salt Marsh Restoration Area [Cubic Yards]. Work under this item shall include, but not be limited to, providing submittals; furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing dewatering of Temporary Dredge Material Stockpile (shown on Sheet 14) containing the channel dredge material; removing native soil in the Salt Marsh Restoration Area below Elevation 7 to a depth that will be filled with the channel dredge material; hauling off this native material to the Soil Placement Area and performing all grading efforts needed related to this native soil placement at the Soil Placement Area; spreading the channel dredge material within the salt marsh restoration area to achieve the grades shown on Drawings; performing all operations for weed eradication specified in the construction documents, and all other work items required to complete the work in place. This task includes performing the Agronomic Soil Testing outlined in Section 211-4. Payment for control of groundwater and other flows is covered under Bid Item No. 5." 300-2.1 General. Delete the first paragraph and replace with the following: "Add to this section: "Following clearing and grubbing and measures to manage on -site dry weather, storm, and tidal flows and high groundwater per the approved Flowing Water Management Plan On site Row, apGf GF u.,dwateF h4anagengept Plan, Contractor shall perform excavation and grading e as shown on Drawings and adjusted by the Engineer in the field. Earthwork shall comply with the following sequence of work:" 300-4 UNCLASSIFIED FILL. 300-4.1 General. Delete this section and replace with the following: "300-4.1 General. Add to this Section: "Unclassified fill shall be native materials from excavations performed within the limits of the project and shall be approved by Engineer. Place excavated material onsite at the following locations, in the following order of priority: a) Site grading per the Design Drawings b) Soil fill for Vegetated Soil Lifts, provided material is deemed suitable topsoil c) Backfilling of voids from Pepper Tree removal in Habitat Enhancement Areas d) On -Site Soil Placement Site General: Contractor shall endeavor to place fill to achieve a continuous gentle slope that promotes positive drainage to the creek in the Southern Area and to the tidal channel in the Northern area. Fine grading of the Southern Area will not be deemed complete until approved by the Engineer with regard to achieving the continuous positive draining slope in the Southern Area from the stream bank to the toe of the upland slope and grade control structure such that there is no ponding of water when inundated during a storm events that flows across the full extent of the floodway. Fine grading of the northern salt marsh restoration area (Northern Area) of the site will not be deemed complete until approved by Engineer with regard to achieving the elevations to establish the designated vegetation communities as presented in the re -vegetation plan (Drawing No. C1104). Fill in Freshwater Pond: Contractor shall first use materials within the freshwater pond and the soils from the areas around soil borehole HB-4 (see Sheet 4) for grading. These soils are then to be covered with materials from the existing berm between the freshwater pond and the northern area. Contractor shall follow this sequence of filling to provide a soil cover over potentially selenium impacted sediments. Dredging in Tidal Channel: Sediment removed from dredging of the tidal channel on the western side of Back Bay Drive shall be temporarily placed on the designated stockpile area within the salt marsh restoration area as shown on Sheet 14. These materials are then to be used for final grading. These materials shall be redistributed evenly within the salt marsh restoration area (design elevation +3.0 feet to +6.0 feet) and cover the low, mid, and high marsh zones as directed by the Engineer. Soil Placement Area: The Soil Placement Area is used for excess excavated material that is not needed elsewhere in the project limits. It is possible that there will not be enough material to meet the maximum contours shown on Sheet 9. If that is the case, Contractor shall confer with the Engineer prior to completing the rough grading and slope contouring using the existing material. Contractor shall place excess fill materials in the Soil Placement Area after the area is cleared and grubbed and erosion and sediment controls have been implemented. Fill shall be placed under compaction control. The soil placement site shall be topped with a minimum of two -foot imported topsoil cover that has undergone agronomy testing and approval." 300-4.7 Compaction. Delete the third and fourth paragraphs and replace with the following: "Fill placed in the Soil Placement Area shall be compacted to 90% relative compaction except for the two -foot topsoil cover. Note that furnishing and placing the 2-foot final soil cover is paid for under Bid Item No. '19. The Engineer has the option to perform in -place density and moisture content testing on each lift of fill. Contractor shall cooperate with this testing by leveling small test areas. The frequency and location of testing will be determined solely by Engineer. As Contractor nears completion of compaction of each lift, Contractor shall notify Engineer so that Engineer is afforded the opportunity to test compaction of each lift."" Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Addendum No. 2 includes above listed change to the contract documents. Bid may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Superb Engineering, Inc. Bidder's Name (Please Print) 05/20/2025 Date President Authorized Sig ture & Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Big Canyon Phase 3 Restoration Contract No. 9532-1 DATE: May 15, 2025 BY Dep fy Public Works Director/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 The Engineer's Estimate is revised to $5,950,000. INTRODUCTION Remove this section and replace with the following: "All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Drawings (Big Canyon Nature Park Phase 3 Restoration - Issued for Construction. Prepared by Burns & McDonnell Western Enterprises, Inc.); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: https://www newportbeachca gov/governmentldepartments/public-works/resources/standard- drawings 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)." CONTRACTOR QUESTIONS and ENGINEER RESPONSES Contractors should log onto PlanetBids to review the May 6, 2025 Engineer responses to new contractor questions. SPECIAL PROVISIONS There are changes to the Special Provisions. The fully updated copy of the Special Provisions, dated May 15, 2025, has been uploaded to Planet Bids. PART 1 GENERAL PROVISIONS 2-1 WORK TO BE DONE In Table 1 on Page 4, note that if a trunk diameter is too large to be mulched, it shall be hauled off site. 9-3 PAYMENT. Delete Bid Item No. 2 and replace with the following. Note that four (4) Removable Bollards have been added to this Bid Item. The Bid Item quantity is changed to 20,000 square feet. No improvements are needed for Access Road A. Note that both culverts are paid under Bid Item No. 15. "Item No. 2: Construction Access Roads with Demolition Tasks [Square Foot]: Work under this item includes, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item, for (a) removing Existing Pedestrian Bridge #4 Read--G), (b) clearing, grading and installing the northern access road (Access Road C) to connect with the existing access road between Phases 2 and 3, (c) furnishing and installing three Removable Bollards per Standard Drawing 917 at the entrance to Access Road C from Back Bay Drive, {d) d d irnpreviRg-Awcss Read A eR the . gFth side of Oho _RAU al.,,.,,FneRt Are., (d) creating an 15 foot wide Access Road B including furnishing and installing one Removable Bollard per Standard Drawing 917 at the entrance to Access Road B from Back Bay Drive, and (e) all other work items required to complete the work in place. All new access roads shall be constructed per Detail 1 on Sheet 8." ➢ Delete Bid Item No. 10 and replace with the following. "Item No. 10: Freshwater Pond Spillway [Lump Sum]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for (a) removing all vegetation on the spillway from Back Bay Drive to the toe of the freshwater pond levee (56 feet long x 40 feet wide), protecting the existing grouted riprap, and regrouting this area of the spillway to fill in voids, cracks and broken grout; (b) removing the grouted riprap on the sloped portion of the spillway to the limits shown on Sheet 5 of the Drawings and installing riprap to a thickness of one -foot with Facing Class and grout with a mixture of 1 part cement to 2 parts sand excavating and compacting the underlying soil to meet the finish grades shown on Sheet 15 of the Drawings; and (c) all other work items required to complete the work in place." ➢ Delete Bid Item No. 15 and replace with the following. Note that the existing CMP will be replaced with RCP. Item No. 15: Culvert Upgrades [Lump Sum]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and installing the two culvert upgrades as shown on Drawing No. CG102 (Sheet 10) complete and in -place, including but not limited to, providing submittals; earthwork; performing removals; preparing the subgrade; procuring, approving, delivering, storing, and installing materials for removing the existing CMP under the trail; and replacing it with RCP D-2000 with granular bedding per Detail 3 on Sheet 8; constructing concrete collar connecting RCP to existing CMP North of the trail; bypassing existing CMP flow; installing geotextile fabric and loose rip rap per the limits and details in Drawings; removing excess material and transporting it to the Soil Placement Area; protecting existing site conditions surrounding riprap limits; and all other work items required to complete the work in place. ➢ For Bid Item Nos. 21 and 22, plants and hydroseed will be available for pickup by Contractor at 600 Shellmaker Road, Newport Beach, CA 92660. Delete Bid Item No. 32 and replace with the following. This Bid Item has been corrected to call out Bridge No. 2. "Item No. 32: Bridge No. 2 Refurbishment [Lump Sum]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this item to remove and replace the bridge railings, coat the wood deck with approved wood preservative, reform the path approaches to the bridge, and all other work items required to complete the work in place." Bidders must sign this Addendum No. 4 and attach it to the bid proposal. Addendum No. 4 includes above listed changes to the contract documents. Bid may not be considered unless this signed Addendum No. 4 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Superb Engineering, Inc. Bidder's Name (Please Print) 05/20/2025 Date President Authorized Si ture & Title Attachment: Updated Special Provisions dated 5/14/25 BIG CANYON RESTORATION PROJECT — PHASE 3 CONTRACT NO. 9532-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 26th day of August, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and SUPERB ENGINEERING INC., a California corporation ("Contractor"), whose address is 1052 Oregon Trail, Banning, CA 92220, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of the following items and all other incidental work items necessary to complete the work in place. See Section 7-7.1 for a suggested project phasing guide to reduce the threat of mass erosion during a storm event and additional detail on the best management practices (BMPs), to be included in Contractor's Storm Water Pollution Prevention Plan (SWPPP) (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. 9532-1, 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, 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 Five Million Two Hundred Forty Two Thousand Eight Hundred Thirty Three Dollars ($5,242,833.25). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Estela Candelario to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 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 Superb Engineering Inc. Page 2 City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Estela Candelario Superb Engineering Inc. 1052 Oregon Trail Banning, CA 92220 Superb Engineering Inc. Page 3 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 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. Superb Engineering Inc. Page 4 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and 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. Superb Engineering Inc. Page 5 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 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 Superb Engineering Inc. Page 6 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 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. Superb Engineering Inc. Page 7 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. 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. Superb Engineering Inc. Page 8 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Superb Engineering Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: A /2/2 S By: , M r, AarOn- C. Harp City Attorney `I ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Grace K. Leung City Manager CONTRACTOR: SUPERB ENGINEERING INC., a California corporation Date: Bv: Molly Perry Estela Candelario Interim City Clerk Chief Executive Officer, Chief Financial Officer, Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Superb Engineering Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 6t 0-12 S By: Aar n C. Harp City Attorney A ATTEST: Date: q(i q /z z,5 By:� oaf Molly'Pedrry Interim City Clerk CITY OF NEWPORT BEACH, a California unicipal corporation Date: 23 f 102-6 By: _ Gr ce . Leung Ci anager CONTRACTOR: SUPERB ENGINEERING INC., a California corporation Date: y / 101 Z 5 By: Estela 96ndelario Chief Vxpcutive Officer, Chief Financial Officer, Secretary wa [END OF SIGNATURES] la ,v n Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Superb Engineering Inc. Page 10 'Bond issued in Two original instruments EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 54267630 Prom Amnt Incld in Perf Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Superb Engineering Inc. hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract consists of the following items and all other incidental work items necessary to complete the work in place. See Section 7-7.1 for a suggested project phasing guide to reduce the threat of mass erosion during a storm event and additional detail on the best management practices (BMPs) to be included in Contractor's Storm Water Pollution Prevention Plan (SWPPP). in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and,United Fire & Casualty Company duly authorized to, transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five Million Two Hundred Forty Two Thousand Eight Hundred Thirty Three Dollars ($5,242,833.25) 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. Superb Engineering Inc. 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 28th day of August , 2025 . Superb Engineering, Inc. Name of Contractor (Principal) United Fire & Casualty Company Name of Surety 118 Second Avenue SE Cedar Rapids, Iowa 52407 Address of Surety 800-655-7942 Telephone APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date: - 5 By: Aa on C. Harp V City Attorney 'A< Autho,pXed Signature/Title A� orized Agent.S�gnature Jodie Lee Doner, Attorney -In -Fact Print Name and Title (Corporate Seal) NOTARY ACKNOWLEDGMENTS OF CONTRACTOR Superb Engineering Inc. Page A-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "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: County of California Ventura On 8 -28 -25 before me, Emmanuel Brizuela, Notary Public, personally appeared Jodie Lee Doner who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. EMMANUEL 3R12UELa "7WX1\ Notary Public - California Ventura Counri >_ Commission ; 2.9 Ny Canm. cJw5. ZCes �.q �. 2C2? WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -IN -FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE AND SURETY MUST BE ATTACHED Superb Engineering Inc. Page A-3 *Please see Notary Acknowledgment Attached ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of IyerJi le ) ss. On V' , 20 2,r before me, Jq( friar �S�'��'Z� , Notary Public, personally appeared ' s+� i C4"d d a,-� o , 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. DOSE BRIAN ESP -- WITNESS m hand and official seal. y Notary Public -California Riverside County1. ission a 2414445 CO—'" ° My Comm. Expires Sep 1, 2026 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed _ the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in.his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Superb Engineering Inc. Page A-4 • UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE - - CERTIFIED COPY OF POWER OF ATTORNEY -- - - (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters fit Cedar- Rapids, State of Iowa, does make, constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EMMANUEL BRIZUELA, EACH INDIVIDUALLY their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000.00 and to bind fine Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1 st day of Apr i 1 , 2026 un 1 ess sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "Tlie President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have fiill power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its `1 ",\11Chs/// \%%\\\\1\ND61111//O `�\\11\IIIIIIIIIIII,I/ MN \c iNsu vice resident and its corporate seal to be hereto affixed this �.p$e� CO �� :`�`4� /Ti,': �``'yPr', ORPOgq q'k" Ii r1 1st day Of Apri 1 , 2024 ' CORPORATE 'fps =p CORPORATE 'Fo UNITED FIRE &CASUALTY COMPANY <= iUsecZ UNITED FIRE & INDEMNITY COMPANY SEAL @C`� SEAL FINANCIAL PACIFIC INSURANCE COMPANY R BY:�ak—/ L `/ State of Iowa, County of Lunn, ss: Vice President On 1st day of April, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. to+t� Path Waddell WaA&&Notary a'� �Iowa Notarial Sealc• �Commission number 713274 Public ow► My Commission Expires 10/26/2025 My commission expires: 10/26/2025 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 28th day of August 2025 ``'1&11111111//i,//, Q11ND61,yN////�/ `0 r�o: `�`2P'GOPPGgq �'yOR�� CORPORATE L � w CORPORATE y% ' Q? 2 iIJLY 2R 0:,00 1986 SEAL e, `� SEAL <� i 2''. n �P;'2 0 iro�oo��` uliiP���`` inmaua••``,• By: `�`� �Gl� A BZ'� v iJ Assistant Secretary, OF&C & OF&I & FPIC BPOA0045 122017 `Bond issued in Two original instruments EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 54267630 Prem Amnt:$104,857.00 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Newport Beach, (hereinafter referred to as "City") has awarded to Superb Engineering Inc., (hereinafter referred to as the "Contractor") an agreement for the The work necessary for the completion of this contract consists of the following items and all other incidental work items necessary to complete the work in place. See Section 7-7.1 for a suggested project phasing guide to reduce the threat of mass erosion during a storm event and additional detail on the best management practices (BMPs) to be included in Contractor's Storm Water Pollution Prevention Plan (SWPPP). (hereinafter referred to as the "Project"). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated 8/26/2025 , (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and United Fire & Casualty Company as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of Five Million Two Hundred Forty Two Thousand Eight Hundred Thirty Three Dollars ($5,242,833.25), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, their or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the 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 their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, their respective officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. Superb Engineering Inc. Page B-1 As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney's fees, incurred by City in enforcing such obligation. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations ,of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: i. Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or ii. Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. iii. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Superb Engineering Inc. Page B-2 Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project 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, alteration or addition to the terms of the Contract Documents or to the Project. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of August 2025 . Superb Engineering, Inc. pc2SlUtr`� Name of Contractor (Principal) Autho ' d Signature/Title United Fire & Casualty Company A Name of Surety A rney-In'-F t 118 Second Avenue SE Cedar Rapids, Iowa 52407 Address of Surety 800-655-7942 Telephone (Attach Attomey-in-Fact Certificate) Jodie Lee Doner, Attorney -In -Fact Print Name and Title (Corporate Seal) The rate of premium on this bond is 20.00 per thousand. The total amount of premium charges is $ 104,857.00 (The above must be filled in by corporate attorney.) Any claims under this bond may be addressed to: (Name and Address of Surety or Agent for Service in California) APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ZS United Fire & Casualty Company 118 Second Avenue SE Cedar Rapids Iowa 52407 By: L., A on C. Harp City Attorney Ar, Superb Engineering Inc. ` Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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: County of California Ventura On 6 -Zb —25 before me, Emmanuel Brizuela, Notary Public, personally appeared Jodie Lee Doner who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. /EMMANUEL 3RIZUEIA ' Notary Public - Calir;rnia : Ventura C;unty _ � ����° Commission ; 2s95 i99 My Camm. txpircs �_g :. �C�e WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -IN -FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Superb Engineering Inc. Page B-4 *Please see Notary Acknowledgment Attached ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of —)SS. On SCr V- , 20 L F before me, 1105C 6r('&A 65eie+o 2" , Notary Pu lic, personally appeared F_ 5+t,lg Cade l "�-iQ 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. F (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California DOSE BRIAN ESPINOZA !!! _ Notary Public - California z Riverside County ] �Commission 4 24144-45 7 "` My Comm. Exoires Sep 1, 2026 County of } ss. On , 20 before me, Notary Public, personally appeared r proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Superb Engineering Inc. Page B-5 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department U � UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 -- CERTIFIED COPY OF POWER OF ATTORNEY— — - �NSURANCE (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fie & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar- Rapids, State of Iowa, does make, constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EMMANUEL BRIZUELA, EACH INDIVIDUALLY their true and lawful Attorey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50 , 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1 st day of Apr 1 , 2026 unI ess sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemmity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, Lmdertaldngs and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attomey or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-urn-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its ,A .-14,',,,\NOI�N����i \"°cINS u"" vice resident and its co orate seal to be hereto affixed this �n 0�PCNQ•..FOq... 1,P p rP 1st day Of Apri 1 , 2024 f0 CORPORATE C. =w CORPORATE - Q'a°° ATFo UNITED FIRE & CASUALTY COMPANY "'19$ ?�= 86UNITED FIRE & INDEMNITY COMPANY SV SEALSQL�941FO`{r`�P`�=, FINANCIAL PACIFIC INSURANCE COMPANY '''... Ilrll......... 1111gU1\\\`� BY: State of Iowa, County of Lim, ss: Vice President On 1st day of Apr i1, 2024, before me personally came Kyanna M. Say Ior to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. �Rt if Patti Waddell Waaw.Notary Iowa Notarial SealP� Commission number 713274 Public owe My Commission Expires 10/26/2025 My commission expires: 10/26/2025 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 28th day of August 2025 INS U. CORPORATECORPORATE y� ' Q',•�Z DULY i!c �� ;O %7 SEAL SEAL 32''• v a\v��:%�'•:4(/FOP•: �\P;'�2`�� . '��O4ugquuunna\\"\`` ninnio���` BPOA0045 122017 BY: `�v�� A BZOav Assistant Secretary, OF&C & OF&I & FPIC 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. 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. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary excess/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 bodily injury, property damage, products -completed operations, personal and Superb Engineering Inc. Page C-1 advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess/umbrella liability policies are exhausted. E. Pollution Liability Insurance. Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $1,000,000 per loss and $2,000,000 in the aggregate per policy period. Claims -made policies require a 10-year extended reporting period. The CPL policy shall include coverage for cleanup costs, third -party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non - sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so-called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: Superb Engineering Inc. Page C-2 A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement 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/umbrella liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers, employees, the State of California, its officers, agents and employees, the Newport Bay Naturalists and Friends dba the National Bay Conservancy, the Ocean Protection Council, the State Coastal Conservancy, the Wildlife Conservation Board, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement 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 City Council, boards and commissions, officers, agents, volunteers and employees. 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. 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 Superb Engineering Inc. Page C-3 "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Superb Engineering Inc. Page C-4 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. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgement may be necessary for its proper protection and prosecution of the Work. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as Superb Engineering Inc. Page C-5 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. Superb Engineering Inc. Page C-6 § / � o � k / di k k � _ § , t / E : k � \ 3 \ w \ / \ \ § � . = � / k : /\ § < a / < . . � k § �\ k ) � § E $ / / § 2 8 / w fm > 2 � . . _ ) 2 . . } \ CL \ \ � w C) . .t§ Q �/ c 3 ID 7 I � 7 e £ § % � ] ' y , / < < Q e R .\\ / k � o an or COSTA NESA � ) ieH/iE ,6. o � cfhp s �- eM'✓FX�TM rp �75 gq PROJECT LOCATION e m `'Rm� 9uvrt ,� , cN+1 FaeD nD 7. Bfil80q IAAND � 'roA �y InLL & ✓V C PNti b VICINITY MAP SHEET NO. MG. NO. TITLE 1 G-000 COVER S INDEX 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 6 CS101 SITE AND CONTROL POINT PLAN 7 CS102 CONTROL POINT TABLE 8 CS501 SITE DETAILS 9 CG101 GRADING PLAN 10 CGIO2 STORM DRAIN OUTFALL UPGRADES 11 CG301 CROSS SECTIONS I 12 CG302 CROSS SECTIONS II 13 C1/01 SWPPP ESCP PHASING PLAN 14 C1102 SWPPP ESCP PHASING PLAN II 15 C1103 SWPPP ESCP PHASING PLAN III 16 C1104 REVEGETATION PLAN 17 CI501 SWPPP DETAILS 18 C1502 PLANTING DETAILS 19 C1601 PLANTING SCHEDULE 20 IP-101 IRRIGATION PLAN 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN 23 IPAN IRRIGATION PLAN 24 IP-105 IRRIGATION PLAN 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ll 5 IRRIGATION DETAILS A op PUBLIC WORKS DEPARTMENT BIG CANYON �x(r PHASE THREE RESTORATION CONTRACT NO.9532-1 APPROVED: :Z:2� I PUB CC—R- IR- OR, RCE NO.3S106 DATE APPROVED: 4A{ V 2(4 7n75 7DEPU UBLN: WORKS DIRECTORICRY ENGINEER RCE N0. SINS7E LOCATION MAP t NOT TO SCALE ii'' PREPARED BY'. ,BURNS MSDONeeggNELL 145 S.S. 92821 BIW 857-201-8984 SUGGS& McDonnell Egqinee nrIp Co, LICENSEE NO. 755238 EMERGENCY TELEPHONE NUMBERS AGENCY DAY NIGHT SOUTH ERN CALIFORNIA GAS COMPANY (800}824-8153 (800)8248153 SOUTHERNCALIFORNIA EDISON COMPANY (800}611-1911 (800}811-1911 e AT&T CITY CITY OF NEWPORT BEACH 611 (9IIIBY -3011 611 CALL -- (949W6 3717 1-800-227-2600 (MUNICIPAL OPERATIONS DEPARTMENT) BEFORE YOU DIG ORANGE COUNTY SANITATION DISTRICT TIME WARNER CABLE (714}962-2411 (714}5421M (714)-044-8222 UNDERGROUND SERVICEALERT MESA CONSOLIDATED WATER DISTRICT . FECDu SED I (800}4224133 ('974-1000 (800)4224AIM (949)-031-1200 BIG CANYON NATURE PARK PHASE 3 RESTORATION +' COVER BINDEX MTE: Oa108202�5 G-000 CITY OF NEWPORT BEACH 1a9as� —PUBLIC WORKS DEPARTNENT SHEEP 1 a w w J J co N N Lo N 0 N CD N co GENERAL NOTES: 1. THE PROJECT SITE IS LOCATED IN NEWPORT BEACH, CALIFORNIA IN SECTION 24, TOWNSHIP 6 SOUTH, RANGE 10 WEST (ORANGE COUNTY). 2. THESE NOTES HIGHLIGHT KEY REQUIREMENTS OF THE SPECIFICATIONS AND PROVIDE ADDITIONAL PROJECT INFORMATION. 3. THE CONTRACTOR SHALL COMPLY WITH ALL LOCAL, STATE, AND FEDERAL LAWS AND REGULATIONS AND PERMITS ISSUED FOR THE PROJECT. 4. CONTRACTOR SHALL HAVE COPIES OF THE APPROVED DRAWINGS, SPECIFICATIONS, AND PERMITS ON SITE AND READILY AVAILABLE AT ALL TIMES. 5. THE CITY HAS OBTAINED PERMITS FROM RESOURCE AGENCIES FOR THIS PROJECT. COMPLY WITH ALL PERMIT REQUIREMENTS AND SCHEDULE RESTRICTIONS FOR PROTECTION OF WATER QUALITY, WILDLIFE AND VEGETATION. SITE ACCESS NOTES: 1. ACCESS TO THE SITE IS ON PUBLIC ROADS. COORDINATE WITH THE ENGINEER FOR APPROVED HAUL ROUTES AND TRAFFIC PERMITS AND APPROVALS. SITE PROTECTION AND EXISTING UTILITIES NOTES: 1. PROTECT ALL IMPROVEMENTS AND VEGETATION FROM DAMAGE. ANY DAMAGED FACILITIES SHALL BE REPAIRED TO THE SATISFACTION OF THE ENGINEER AT THE CONTRACTOR'S EXPENSE. 2. INSTALL EXCLUSION FENCING AT PERIMETER OF ALL VEGETATION TO BE PRESERVED. 3. UTILITIES: LIMITED INFORMATION EXISTS ON EXISTING UTILITIES. KNOWN UTILITIES ARE SHOWN ON THE DRAWINGS. PRIOR TO BEGINNING ANY CONSTRUCTION, THE CONTRACTOR SHALL MAKE ITS OWN ASSESSMENT REGARDING THE PRESENCE OF EXISTING UTILITIES AND VERIFY ALL UTILITY INFORMATION AS REQUIRED BY LAW. 4. PRIOR TO ANY GROUND DISTURBANCE, CONTRACTOR SHALL LOCATE ALL UNDERGROUND AND OVERHEAD UTILITIES IN ACCORDANCE WITH SPECIFICATIONS AND STATE LAW. 5. CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT 1-800-227-2600 PRIOR TO START OF ANY CONSTRUCTION. 6. SURVEY AND GRADE CONTROL: THE CONTRACTOR IS RESPONSIBLE FOR ALL SURVEY CONTROL AND LAYOUT NEEDED TO PERFORM THE WORK. THE CONTRACTOR'S SURVEYING METHODS SHALL BE IN ACCORDANCE WITH STANDARD SURVEY PRACTICES AND SHALL BE APPROVED BY THE ENGINEER PRIOR TO COMMENCING THE SURVEY. SEE SPECS. 7. EXISTING ELEVATION CONTOURS ARE APPROXIMATE AND PROVIDED FOR GENERAL REFERENCES ONLY. THE ACCURACY OF THE ELEVATION CONTOURS IS LIMITED BY DISTORTION DUE TO EXISTING VEGETATION. 8. FIELD VERIFY FLOWLINE AND BANK CONDITIONS OF EXISTING CHANNEL CONNECTION FOLLOWING CLEARING AND GRUBBING ACTIVITIES THAT INCLUDE REMOVAL OF NON-NATIVE VEGETATION IN ACCORDANCE WITH THE SPECIAL PROVISION PRIOR TO COMMENCING GRADING, AND NOTIFY ENGINEER IF ACTUAL GRADES DIFFER. ENVIRONMENTAL PROTECTION NOTES: 1. CONDUCT GRADING OPERATIONS TO CONTROL WIND BLOWN DIRT AND DUST AND PROTECT NEIGHBORING PROPERTIES. AT MINIMUM, PERFORM WATERING AS NEEDED TO PREVENT VISIBLE DUST FROM LEAVING THE JOB SITE. 2. PREPARE AND IMPLEMENT A STORMWATER POLLUTION PREVENTION PLAN (SWPPP) AS REQUIRED BY THE STATE WATER RESOURCES CONTROL BOARD. INCORPORATE SEDIMENT CONTROL AND EROSION CONTROL BEST MANAGEMENT PRACTICES (BMPS) TO PREVENT EROSION, SEDIMENT AND HAZARDOUS MATERIALS RUNOFF FROM THE CONSTRUCTION SITE. A. THE CONTRACTOR SHALL PREPARE AND IMPLEMENT A SITE -SPECIFIC SWPPP, PREPARED BY A QUALIFIED SWPPP DEVELOPER (QSD) AS DEFINED BY THE CONSTRUCTION GENERAL PERMIT (CGP) AND SUBMIT THE SWPPP TO THE ENGINEER USING THE PRELIMINARY SWPPP PROVIDED WITH THE PROJECT PERMITS AND DRAWINGS C1101, C1102, AND REFERENCED DETAILS AS THE BASIS. THE SWPPP SHALL BE CONSISTENT WITH THE PROJECT PHASING OUTLINE IN THE PRELIMINARY DRAINAGE PLAN ON DRAWING C1101. THE SWPPP SHALL INCLUDE THE INFORMATION NEEDED TO DEMONSTRATE COMPLIANCE WITH ALL THE REQUIREMENTS OF THE CGP. B. THE ENGINEER WILL SUBMIT THE APPROVED SWPPP TO THE STATE WATER RESOURCE CONTROL BOARD AS PART OF THE PERMIT REGISTRATION DOCUMENT PACKAGE. NOTE THAT NO CONSTRUCTION ACTIVITY SHALL BE ALLOWED UNTIL THE STATE WATER BOARD APPROVES THE PERMIT PACKAGE. WORK TO REFLECT ACTUAL CONSTRUCTION PROGRESS AND CONSTRUCTION PRACTICES. D. THE CONTRACTOR SHALL DESIGNATE A QUALIFIED SWPPP PRACTITIONER (QSP), AS DEFINED TO BE THE CONSTRUCTION GENERAL PERMIT, WHO WILL BE RESPONSIBLE FOR COMPLIANCE WITH CONSTRUCTION GENERAL PERMIT REQUIREMENTS ON THE PROJECT AT ALL TIMES. THE CONTRACTOR SHALL BE RESPONSIBLE PROVIDING ALL REPORTS REQUIRED BY THE CONSTRUCTION GENERAL PERMIT (MONITORING, INSPECTION, RAIN EVENT ACTION PLANS, ANNUAL REPORTS, ETC.) TO THE ENGINEER FOR REVIEW. TIME SENSITIVE REPORTS INVOLVING MONITORING DATA SHALL BE PROVIDED AS SOON AS THE INFORMATION IS AVAILABLE. ALL OTHER REPORTS SHALL BE PROVIDED TO THE ENGINEER A MINIMUM OF TWO WEEKS PRIOR TO THEIR DEADLINE FOR SUBMITTAL TO THE STATE WATER BOARD. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MEETING THE REQUIREMENTS UNDER THE CGP, THAT SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING: i. DEVELOP A SWPPP TO CONFORM TO A RISK LEVEL 2 AND THE CONTRACTOR'S ACTUAL CONSTRUCTION PRACTICES. ii. ADMINISTER, IMPLEMENT, MAINTAIN, AND ENSURE ADEQUATE FUNCTIONING OF THE VARIOUS WATER QUALITY CONTROL MEASURES IDENTIFIED WITHIN THE SWPPP DURING CONSTRUCTION INCLUDING ALL NUMERIC ACTION LEVEL (NAL) AND NUMERIC EFFLUENT LIMITATION (NEL) SAMPLING, MONITORING AND REPORTING REQUIREMENTS STATUTORILY REQUIRED FOR THE PROJECT SITE. THESE TASKS MUST BE PERFORMED BY A QSP. iii. PROVIDE AND MAINTAIN ALL DOCUMENTATION AT THE JOBSITE AND ADMINISTRATION FOR THE ENTIRE CONTRACT PERIOD. iv. PERFORM ALL WORK REQUIRED FOR COMPLIANCE WITH THE REQUIREMENTS OF THE CONSTRUCTION GENERAL PERMIT INCLUDING PREPARATION OF ALL RAIN EVENT ACTION PLANS AND CONSTRUCTION OF EFFECTIVE TREATMENT CONTROL BMPS. v. PERFORM ALL WORK REQUIRED FOR COMPLIANCE WITH THE REQUIREMENTS OF THE CONSTRUCTION GENERAL PERMIT INCLUDING PREPARATION OF ALL RAIN EVENT ACTION PLANS AND CONSTRUCTION OF EFFECTIVE TREATMENT CONTROL BMPS. vi. PROVIDE ALL LABOR, TOOLS, EQUIPMENT, AND MATERIALS FOR ANY ADDITIONAL BMPS WHICH MAY BE REQUIRED TO COMPLY WITH THE REQUIREMENTS OF THE CONSTRUCTION GENERAL PERMIT. ONE OR TWO CHARACTER DISCIPLINE DESIGNATOR A (MAY NOT BE PRESENT IF CALLOUT AND TITLE ARE P00 ON DRAWINGS WITHIN THE SAME DISCIPLINE) SECTION, DETAIL, AND ELEVATION IDENTIFICATION SYSTEM LETTER OR NUMBER DESIGNATOR DRAWING SEQUENCE NUMBER INDICATES WHERE TITLE IS LOCATED (MAY NOT BE PRESENT IF CALLOUT AND TITLE ARE ON THE SAME DRAWING) SECTION, DETAIL, AND ELEVATION SYMBOL IDENTIFIERS A A P00 P00 y SECTION CALLOUT EXAMPLE � 1 "I­,7 P00 DETAIL CALLOUT EXAMPLE B A001 ELEVATION CALLOUT EXAMPLE LEGEND ABBREVIATIONS PROJECT BOUNDARY APPROX. APPROXIMATE LOD LIMITS OF DISTURBANCE BMPS BEST MANAGEMENT PRACTICES ------------------------- LIMITS OF WORK CGP CONSTRUCTION GENERAL PERMIT — — — — — — — — — EXISTING GRAVEL ROAD EDGE ELEV ELEVATION EXISTING ROAD CENTERLINE ESCP EROSION AND SEDIMENT CONTROL PLAN EXISTING TRAIL EX. EXISTING EXISTING 1' CONTOUR FES FLARED END SECTION EXISTING 5' CONTOUR FT. FOOT, FEET EXISTING SITE VEGETATION GW GROUNDWATER EXISTING FENCE NAL NUMERIC ACTION LEVEL EXISTING STREAM CENTERLINE NAVD NORTH AMERICAN VERTICAL EXISTING EDGE OF UNVEGETATED DATUM CHANNEL NEL NUMERIC EFFLUENT LIMITATION EXISTING BUILDING 0 EXISTING TREE POC POINT OF CONTACT QSD QUALIFIED SWPPP DEVELOPER op EXISTING POST/BOLLARD f� ds SWPPP STORM WATER POLLUTION EXISTING SIGNS PREVENTION PLAN •B-X SOIL BORINGS VSL VEGETATED SOIL LIFT EXISTING GROUTED RIPRAP W/ WITH DESIGN 1' CONTOUR YD YARD 5 DESIGN 5' CONTOUR NEW SITE ACCESS ROAD LIMITS CLEARANCE AND GRUBBING CLEARANCE SELECT REMOVAL OF NON-NATIVE INVASIVE PLANTS THE WORD "SECTION" MAY BE REPLACED WITH "ELEVATION" OR "DETAIL" SECTION rA �01 SECTION, DETAIL, OR ELEVATION TITLE EXAMPLE CONSTRUCTION SEQUENCING ACTIVITY APPROX. DURATION SITE PREPARATION 2 - 4 WEEKS CLEARING & GRUBBING 3 - 4 WEEKS TIDAL CHANNEL DREDGING & TEMPORARY STOCKPILING S 3 - 4 WEEKS EXCAVATION AND GRADING 10 - 12 WEEKS ON -SITE FILLING IN UPLAND AREAS 2 - 4 WEEKS FINE SITE GRADING 2 - 3 WEEKS TEMPORARY IRRIGATION 2 - 4 WEEKS SOIL AMENDMENTS 2 - 3 WEEKS PLANTING FOR SALT MARSH, RIPARIAN, ALKALINE MARSH & UPLAND HABITATS 6 - 8 WEEKS C. THE CONTRACTOR SHALL AMEND THE SWPPP AS NEEDED DURING THE COURSE OF WORK SEQUENCE NOTES: C. BACKFILLING OF VOIDS FROM PEPPER TREE REMOVAL. 1. MAPPING OF EXISTING TOPOGRAPHY, BANK CONDITIONS AND INVASIVE TREES HAS BEEN PERFORMED AS DESCRIBED ABOVE. THE ACCURACY OF MAPPING IS LIMITED BY DENSE VEGETATION. THE WORK SHALL BE PERFORMED IN STAGES, TO ALLOW THE ENGINEER TO REVIEW FIELD CONDITIONS, AND ADJUST THE DESIGN AS NEEDED. D. FINE GRADING TO ESTABLISH CONTINUOUS SLOPE FROM CHANNEL BANKS TO THE TOE OF THE UPLAND SLOPE TO PROMOTE POSITIVE DRAINAGE AND FLOODPLAIN CONNECTIVITY. 2. THE WORK SHALL BE PERFORMED IN THE FOLLOWING GENERAL SEQUENCE: E. PLACEMENT AS SLOPE FILL IN EXCESS SOIL DISPOSAL LOCATION ALONG SOUTH BOUNDARY OF THE SITE. A. THROUGHOUT CONSTRUCTION, IMPLEMENT WIND EROSION CONTROL, STREET SWEEPING, WATER CONSERVATION PRACTICES, STOCKPILE MANAGEMENT, AND WASTE MANAGEMENT BMPS. B. IMPLEMENT STORMWATER MANAGEMENT AND EROSION CONTROLS PER APPROVED SWPPP. WATER MANAGEMENT NOTES: 1. THE PROJECT INVOLVES EXCAVATION, TRANSPORT, AND PLACEMENT OF MATERIAL WITHIN AN ACTIVE CHANNEL AND/OR BELOW GROUNDWATER. C. IMPLEMENT TEMPORARY DRY WEATHER DIVERSION AND DEWATERING PLAN FOR 2. THE CONTRACTOR IS RESPONSIBLE FOR ALL WATER MANAGEMENT THROUGHOUT FRESHWATER POND. CONSTRUCTION, INCLUDING DEWATERING, FLOW DIVERSION AND DRAINAGE. D. IMPLEMENT TEMPORARY STORMWATER DIVERSION OF EXISTING STORM DRAIN OUTFALL ALONG AND EROSION AND SEDIMENT CONTROL PRIOR TO CLEARING AND GRUBBING OF NORTHERN AREA. E. CONDUCT REMOVAL OF EXISTING REEDS, ROOT SYSTEMS AND BOUND SEDIMENT FROM THE FRESHWATER POND FOR ON -SITE PROCESSING AND OFF -SITE DISPOSAL. F. PERFORM CLEARING AND GRUBBING OF DESIGNATED AREAS INCLUDING REMOVAL OF NON-NATIVE VEGETATION. G. CONDUCT SELECTIVE NON-NATIVE VEGETATION REMOVAL WITHIN DESIGNATED AREAS THAT CONTAIN NATIVE VEGETATION TO BE PROTECTED. H. REMOVE AND DISPOSE OF CHIPPED MATERIAL AND BRANCHES FROM CLEARING AND GRUBBING OPERATIONS IN ACCORDANCE WITH SPECIAL PROVISIONS AND THESE DRAWINGS. I. IMPLEMENT EROSION AND SEDIMENT CONTROLS FOR DREDGING OF TIDAL CHANNEL AND DREDGE MATERIAL STOCK PILE AREA. J. COMPLETE DREDGING OF TIDAL CHANNEL WEST OF BACK BAY DRIVE AND STOCKPILE MATERIAL IN AREA DESIGNATED FOR DEWATERING. K. STAKE THE EXCAVATION LIMITS FOR REVIEW BY THE ENGINEER. L. PERFORM PRE -EXCAVATION GROUND SURVEY FOR REVIEW AND APPROVAL BY THE ENGINEER. M. IMPLEMENT EROSION AND SEDIMENT CONTROLS THAT INCLUDE TEMPORARY BERMS AT THE TWO SITE OUTLETS TO MANAGE STORM FLOWS PRIOR TO EXCAVATION ACTIVITIES. N. PERFORM EXCAVATION AND FILL OF WETLAND RESTORATION AREA IN AN ORDERLY MANNER, WITH COMPLETION OF CONTIGUOUS AREAS AS WORK PROGRESSES THAT INCLUDES USE OF EXISTING BERM MATERIALS AND SOILS IN THE AREA OF BORING H134 AS FILL/COVER MATERIAL OVER EXPOSED SEDIMENTS IN THE FRESHWATER POND FOLLOWING REMOVAL OF THE REEDS AND ROOT SYSTEM THAT MAY HAVE BEEN IMPACTED BY SELENIUM. O. COMPLETE SOIL AMENDMENTS IN DESIGNATED AREAS. P. PERFORM POST -CONSTRUCTION GROUND SURVEY. 3. THE CONTRACTOR SHALL PERFORM DEWATERING ONLY AS IT DEEMS NECESSARY TO PERFORM THE WORK. DUE TO POTENTIALLY HIGH SELENIUM CONCENTRATIONS IN GROUNDWATER. WORKING IN WET CONDITIONS MAY BE ACCEPTABLE AS AN ALTERNATIVE TO DEWATERING AND WATER DISPOSAL. 4. TREAT AND DISPOSE OF REMOVED WATER IN COMPLIANCE WITH ALL PERMITS AT A MINIMUM, TREAT ALL REMOVED WATER AS NEEDED TO MEET WATER QUALITY REQUIREMENTS AND REMOVE SUSPENDED SEDIMENT PRIOR TO ANY DISCHARGE OFFSITE. 5. FOR FLOW IN ACTIVE CHANNEL, SUBMIT FLOW DIVERSION PLAN TO ENGINEER PRIOR TO COMMENCING EARTHWORK. ANY FLOW DIVERSION SHALL COMPLY WITH ALL PERMIT RESTRICTIONS. 6. THE CONTRACTOR SHALL DEVELOP A DEWATERING AND ON -SITE FLOW MANAGEMENT PLAN PRIOR TO CONSTRUCTION USING THE PRELIMINARY SWPPP THAT IS PART OF THE PROJECT PERMITS AS A BASIS. THE SITE CONTAINS SOFT, LOW BEARING STRENGTH, WET AND HIGHLY VARIABLE DREDGED MATERIAL SUBJECT TO HIGH GROUNDWATER, STORM WATER INUNDATION, DRY WEATHER FLOWS AND TIDAL FLOWS. SEEDING. SOIL PREPARATION & EROSION CONTROL NOTES: 1. FOLLOWING GRADING, ALL DISTURBED AREAS SHALL BE SEEDED, PLANTED, COMPOSTED AND STABILIZED AS SHOWN ON THE EROSION CONTROL PLANS AND THE RELEGATION PLANS. 2. APPLY ADDITIONAL EROSION CONTROL MEASURES AS THE CONTRACTOR DEEMS NECESSARY FOR SWPPP COMPLIANCE. 3. SOIL AMENDMENTS SHALL BE APPLIED PER THE SPECIAL PROVISION PRIOR TO SEEDING. ADDITIONAL TESTING OF THE SOILS MAY BE REQUIRED PRIOR TO SOIL AMENDMENTS. ALLOW ENGINEER UP TO SEVEN BUSINESS DAYS TO SAMPLE AND ANALYZE SURFACE SOILS OF FINISHED GRADES. 4. APPLY AND MIX SOIL AMENDMENTS AS SPECIFIED BY THE ENGINEER. 5. PRIOR TO SEEDING AND PLANTING, TREAT FINAL SURFACES FOR SEED AND PLANT PREPARATION AND/OR EROSION CONTROL. RIP OVER -COMPACTED SOILS AS DIRECTED BY ENGINEER. TRACK WALK TRANSITIONAL SLOPES (ABOVE ELEV. 6 FT NAVD) UP/DOWN SLOPE FOR EROSION CONTROL. 6. CONTRACTOR SHALL MEET WITH ENGINEER PRIOR TO OCTOBER 1 TO REVIEW STATUS Q. STAKE THE LIMITS OF BANK TREATMENTS. OF PROJECT EROSION CONTROL AND WATER POLLUTION MEASURES. R. ALLOW FOR REVIEW AND ADJUSTMENT OF BANK TREATMENTS BY THE ENGINEER. S. INSTALL BANK TREATMENTS. V. INSTALL TEMPORARY IRRIGATION SYSTEM. W. PERFORM SEEDING, PLANTING, AND EROSION CONTROL. X. COMPLETE MULCH PLACEMENT AND ADDITIONAL SOIL AMENDMENTS. EARTHWORK NOTES: 1. EXCAVATE MATERIAL TO THE LINES AND GRADES SHOWN ON THE DRAWINGS. 2. PLACE EXCAVATED MATERIAL ONSITE AT THE FOLLOWING LOCATIONS, IN THE FOLLOWING ORDER OF PRIORITY: A. DEWATERED DREDGE MATERIAL SHALL BE USED FOR FINAL GRADING WITHIN THE SALT MARSH RESTORATION AREA. B. SOIL FILL FOR VEGETATED SOIL LIFTS, PROVIDED MATERIAL IS DEEMED SUITABLE TOPSOIL. 7. SEEDING SHALL BE COMPLETED BY JANUARY 31 ST AND WATERED AS NEEDED FOR ESTABLISHMENT. ALL OTHER EROSION CONTROL MEASURES SHALL BE IN PLACE BY OCTOBER 15TH. N B4-23-70 o o p Q 0 0 O 00 Q pQ Q O o p o 0 o p �� � 4 0 O Q ILL 0 10 e `' EX. BRIDGE #4 p �j _ � o 0 EX. SYCAMORE TREES (TYP o •/ OF 4) (TO BE PROTECTED) 0 0 0 O / �� • EX. COTTONWOOD AND OAK TREES •a �� (TYP OF 3) (TO BE PROTECTED) 4 o 0 EX. TIDAL CHANNEL a a� / GW ELEV. 8 \ ° ( \ ° ° I e 0 X. BOX CULVERT I j GW ELE . 10' © ° o ° EX. TRAIL � ���., ° / \ PROJECT BOUNDARY Q ° � a Q ° GW ELEV. 11 ° \ o ° �i EX. STREAM EX. DEPRESSION W/ X. 24 CMP� ° o ° \ .\ GAP IN CULVERT C� RT o Q o O o 0 EX. � RAIL ° ) P2 m N R ERN A Q 4� LIMITS OF PROJECT SURVEY ° EX. BERM ° ''• � (SEE NOTES 1 AND 2) W/ TRAIL N o o a l --__ HB-40 1 9 ' - GW ELEV. 10 1 \ Q ° ( 1BW ELEV 10 \�lllllll/� ° 4 NOTES: � o � o ,Q� ° EX. CONCRETE C,) oh EX. PEDESTRIAN p 1. EXISTING TOPOGRAPHY AND SITE FEATURES WITHIN THE PROJECT SURVEY /// \ BRIDGE #3�� AREA COMPILED USING UNMANNED AERIAL SYSTEMS (UAS) BYO DAY ARIZONA CROSSING \ B-1 p o CONSULTANTS, INC. PERFORMED ON AUGUST 26, 2021. SPOT ELEVATIONS W�ELEV. 10' FROM GROUND SURVEY CONDUCTED BY ESA IN 2018 AND O DAY 0 �� CONSULTANTS IN 2021 HAVE BEEN INCORPORATED TO SUPPLEMENT AERIAL �/ SOU T ERN SURVEY. \ AR EX. GROUTED 2. TOPOGRAPHY OUTSIDE THE LIMITS OF PROJECT SURVEY AREA BASED ON 15 M �` t - u \� �---� 2011 USGS DIGITAL ELEVATION MODEL. �� RIP RAP EX. BER\ ,�� EX. CULVERTS d � o )� W/ TRAIL TYP OF 3 3. HORIZONTAL DATUM FOR THE PROJECT IS CALIFORNIA STATE PLANE �� ��� l/' D o EX. POND \ o " CULVERTS -- COORDINATE SYSTEM ZONE 6 NORTH AMERICAN DATUM 1983 (NAD83). EX. 15 (TYP OF 3)� 4. VERTICAL DATUM FOR THE PROJECT IS NORTH AMERICAN VERTICAL DATUM EX. PEDESTRIAN 4;g 1988 (NAVD88). BRIDGE #2 � 5. GROUNDWATER ENCOUNTERED APPROXIMATELY 2-5 FEET BELOW GROUND SURFACE. GROUNDWATER ELEVATIONS IN NAVD88 ARE SHOWN AT BORING LOCATIONS. / H B-5 � � Q / GW ELEV. 12'q'GHW 6 L V. 1 4 a ° PROJECT BENCHMARK: O 15 o - PROJECT_ 20 — — — — — \ ° EX. GROUTED BOUNDARY o _ o • o NAME: NB4-23-70 Q CD;��; C� — — — — — IP RAP �• p DESCRIPTION: 3.75" BRASS DISK LOCATED NEAR VISTA DEL ORO AND MAR VISTA �/ 25 DRIVE EX. PEDESTRIAN n P° o° o Q o O a a �a d NORTHING: 2,178,548.95 EASTING: 6,065,165.34 BRIDGE #1 �— Q n ° °p o ELEVATION: 110.31 DATUM: NAVD 88 EXISTING PARKING AREA _ Q O o �� EXISTING ROAD o Q o 0 �� � / o � 0 � 0 HORIZONTAL CONTROL POINT: / Q a • U° p Q o NORTH ° PROJECT BOUNDARY O 0 �� �, a fl 9 Qo O NAME: P254 0 ° ° // O Q o . DESCRIPTION: 2" BRASS DISK LOCATED ALONG VISTA BONITA o O ° ° ° 0 80' 160' LIMITS OF PROJECT SURVEY O a d ° �° p o o ° C) a SCALE IN FEET NORTHING: 2,177,700.19 EASTING: 6,064,937.32 s o o D ° \ ° - G - c�oQ� � C� o �o 0 (' P � Q (SEE NOTES 1 AND 2) C ELEVATION: 97.51 DATUM: NAVD 88 �• ° PREPARED BY: APPROVAL RECOMMENDED: REVISIONS ytOP0FHpy��2c BIG CANYON NATURE PARK BURNS NO. DATE BY DESCRIPTION APPROVED _�� co m PHASE 3 RESTORATION �MSDONNELL p �c95c2 A `�" ,�, ��'EXISTING CONDITIONS PLAN 145 S State College Blvd ROBERT STEIN, RCE 43003 F on`�e� CX 101 9 ASSISTANT CITY ENGINEER DATE: 03/06/2025 Brea, CA 92821 657-201-8984 DESIGNED BY: DRAWN BY: PROJECT NO. Burns &McDonnell Engineering Co, Inc. CITY OF NEWPORT BEACH 133465 LICENSEE NO. 755238 c"ECKED BY: DATE : DATE: I I PUBLIC WORKS DEPARTMENT SHEET 4 OF 28 w w J 75 Q L0 N O N O N M 0 1 EX. TIDAL CHANNEL • ♦ �;,E ■\AWE I�A9INEmmummommomm - -. - ��■■ \\ \Ifl■■■■■■�rL\w IEEE, APPROX.E M, TREE AREA LIMIT ■\■!■A■l�I • ►♦ - ►� ■\\1 ■ 1,■M\\I �i■■■■■■ ■■■E■■■M\\■,■1 �Ilf�■,�\T.11.��1■IICII - .. E�'I ■■■ - RM jWEES 41 , ■ , ■ ■ ■ ■ , ■ , ■ , � � �' �� a _' •::1. IWO • �o t 1_ MENEM • �//�J 40 1■■■�1 ION ION 0- mm■E�� INEEM ►�' o r/aal I- EX. IRAIL�AV ii � i s � <0 l6. o oo P254 0 ° c D ° b oa G ° o o o EX. PEDESTRIAN BRIDGE #3 (TO BE REMOVED) PRO m" MENNEN ,� �.►_, . % �iial■■mi 0 .MR .......�.��� •- • • EWA L • • s PREPARED . ■ ■ , • APPROVAL■ • v v S State College • 145 ASSISTANT CITY ENGINEER DATE: 03/06/2025 -•- ►• -_- McDonnellBrea, CA 92821 657-201-8984 Burns & • • Co, LICENSEE • 755238DATE: ■-■ CHECKED 0 80' 160' SCALE IN FEET BIG CANYON NATURE PARK PHASE 3 RESTORATION DEMOLITION, CLEARING, AND GRUBBING PLAN CD101 CITY OF NEWPORT BEACH PROJECT 133465 PUBLIC WORKS DEPARTMENT SHEET 5 OF 28 w w J J a N M r-i N 0 N N Cl) 0 • - o �. � 11v� \- t - I 1 ° O 86 � \ Q II � 11 10 \ III 64 \ Q MY EX. TIDAL CHANNEL o NEW STORMWATER NEW 24" CULVERT 0 FLOWLINE (TYP) 8 (SEE CG102) O o UV. P254 0 ° EX. STORM DRAIN OUTFACE o � ° NEW SITE 7 � 1 ACCESS ROAD B 59 o S50 WIDTH = 15 FEET 58 R ,,\10�a 62 EX. PEDESTRIAN BRIDGE #2 57 ' NEW SITE TRAIL B & TO REMAIN AND BE 56 ' ' _ 2 II �- 63 WIDTH — 8 FEET S50 �\ �'�•, \ Toll iE PROTECTED-'%% % _, ��, \� �'� c d � 25 STORMWATER OUTFALL % % 68 24 �' D \ ``•,,- o L (SEE CG102) ,27 \ �— / 4 = 67 I� J % % R 1 29 �� 23 — // 31 30 � 22 N 65 R10 0' •�••. 21 19 66 f, 17 0 3 wit 3OV / - d 34 1 NEW SITE ACCESS ROAD 2 / EW SITE/TRAIL B S50 A WIDTH = 15 FEET CD 00 S50 WIDTH = 8 FEET /1 o 54 — 53 75 76 `�-------------------------------------- 52_— _�— \ p 0 °o I � 35 -------------- 51 _ o � O PROJECT BOUNDARY P P �� -- 50` ` 6 82 / 55 J 74 \ 50 ° a i 73 g. � I o 79 70 d o a 83 Q 71 o 0 84 _ p Q 0 , 69 a o o Q • 38 , \ 49 0 0 O D� I 40 � � D 78 J� I o 42 \ 44 Q O o 47 - -�--- o ° ° o a` o � o - NEW SITE TRAIL 2- ° O; a �o'---CVko o WIDTH = 8 FEET P v o p 0 0 o _ V 40 Q, a O SHEET INDEX SHEET NO. DWG. NO. TITLE 1 G-000 COVER & INDEX 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 6 CS101 SITE AND CONTROL POINT PLAN 7 CS102 CONTROL POINT TABLE 8 CS501 SITE DETAILS 9 CG101 GRADING PLAN 10 CG102 STORM DRAIN OUTFALL UPGRADES 11 CG301 CROSS SECTIONS 1 12 CG302 CROSS SECTIONS 11 13 C1101 SWPPP ESCP PHASING PLAN 14 C1102 SWPPP ESCP PHASING PLAN II 15 C1103 SWPPP ESCP PHASING PLAN III 16 C1104 REVEGETATION PLAN 17 C1501 SWPPP DETAILS 18 C1502 PLANTING DETAILS 19 C1601 PLANTING SCHEDULE 20 IP-101 IRRIGATION PLAN 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN 23 IP-104 IRRIGATION PLAN 24 IP-105 IRRIGATION PLAN 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS • -low, - - - — IIlM INN 16170MMM ME 01%kk SCALE IN FEET i - • •—� _ ♦� PREPARED m • 1 - AN&NISD• \_\ ROBERT STEIN, RCE 43003 \_\ College Blvd ASSISTANT CITY ENGINEER • 92821 LICENSEE NO. 755238 \_\ DATE:Murns & McDonnell Engineering Co, Inc., REVISIONS °I?OFESS/pN�` BIG CANYON NATURE PARK QQ. �\9 Fi �'p F DESCRIPTION APPROVED ` °P C69522 PHASE 3 RESTORATION N9r �� SITE AND CONTROL POINT PLAN FOFCAVF° CS101 DATE: 03/06/2025 DESIGNED BY: DRAWN BY: CITY OF NEWPORT BEACH PROJECT 133465 CHECKED BY: DATE : PUBLIC WORKS DEPARTMENT SHEEP 6 OF 28 w w J J a N 0 N O N M cD 0 N O U Lo co co C2 co (D 0 0 0 a U Z cD U w 0 co z U CD Lo co M M a U 2 U a u1 m n Z z W U) Z W_ J U 6 LL 0 U m CONTROL POINT TABLE POINT NORTHING EASTING ELEVATION DESCRIPTION 1 2177746.7030 6064583.9762 8.50 FLOWLINE 2 2177551.4616 6064542.9354 7.35 FLOWLINE 3 2177449.9625 6064442.0426 6.50 FLOWLINE 4 2177299.4230 6064950.0455 25.29 TRAIL CENTERLINE 5 2177338.5753 6064844.9692 20.98 TRAIL CENTERLINE 6 2177368.8032 6064781.9324 18.27 TRAIL CENTERLINE 7 2177583.6774 6064633.1912 15.46 TRAIL CENTERLINE 8 2177723.8550 6064619.8129 15.46 TRAIL CENTERLINE 9 2177792.7592 6064585.5775 15.46 TRAIL CENTERLINE 10 2177874.0277 6064497.2305 15.46 TRAIL CENTERLINE 11 2177883.0723 6064484.1499 15.46 TRAIL CENTERLINE 12 2178013.3059 6064252.5415 11.47 TRAIL CENTERLINE 13 2178018.1557 6064238.8567 11.29 TRAIL CENTERLINE 14 2178028.9963 6064175.2984 10.25 TRAIL CENTERLINE 15 2178028.7658 6064166.5674 10.09 TRAIL CENTERLINE 16 2178026.7550 6064157.6474 9.93 TRAIL CENTERLINE 17 2177264.9829 6064911.6136 13.00 FLOWLINE 19 2177249.5842 6064709.5386 11.46 FLOWLINE 20 2177237.2832 6064570.1044 10.39 FLOWLINE 21 2177243.0101 6064412.5263 9.19 FLOWLINE 22 2177259.1303 6064335.1665 8.59 FLOWLINE 23 2177280.6069 6064254.7563 7.96 FLOWLINE 24 2177322.3694 6064170.8366 7.25 FLOWLINE 25 2177352.4672 6064133.4430 6.89 FLOWLINE 26 2177356.3249 6064117.5258 6.77 FLOWLINE 27 2177329.6994 6064106.2534 6.77 FLOWLINE 28 2177361.0324 6064050.2001 6.07 FLOWLINE 29 2177308.0265 6064114.8480 16.02 TRAIL CENTERLINE 30 2177301.6641 6064113.7279 15.70 TRAIL CENTERLINE 31 2177279.6201 6064112.3240 15.59 TRAIL CENTERLINE 32 2177245.9653 6064108.1527 15.44 TRAIL CENTERLINE 33 2177219.9760 6064100.2924 15.31 TRAIL CENTERLINE 34 2177208.4692 6064097.5433 15.25 TRAIL CENTERLINE 35 2177121.0646 6064082.0604 14.83 TRAIL CENTERLINE 36 2177076.0748 6064096.8759 16.43 TRAIL CENTERLINE 37 2177040.2705 6064134.6053 19.70 TRAIL CENTERLINE 38 2177030.6146 6064123.3578 19.03 TRAIL CENTERLINE 39 2177043.7668 6064138.6779 20.20 TRAIL CENTERLINE 40 2177004.7535 6064177.9366 26.27 TRAIL CENTERLINE 41 2176979.2547 6064221.9471 27.21 TRAIL CENTERLINE 42 2176969.0303 6064259.1835 27.87 TRAIL CENTERLINE 43 2176959.0500 6064278.1637 28.30 TRAIL CENTERLINE 44 2176929.3021 6064315.9487 28.83 TRAIL CENTERLINE CONTROL POINT TABLE POINT NORTHING EASTING ELEVATION DESCRIPTION 45 2176897.2180 6064404.5476 29.69 TRAIL CENTERLINE 46 2176895.1085 6064480.0518 30.44 TRAIL CENTERLINE 47 2176945.6810 6064738.4419 30.65 TRAIL CENTERLINE 48 2176990.7191 6064840.8063 29.86 TRAIL CENTERLINE 49 2177028.6433 6064884.9508 28.89 TRAIL CENTERLINE 50 2177069.4032 6064910.8350 27.35 TRAIL CENTERLINE 51 2177121.6379 6064853.7743 24.61 TRAIL CENTERLINE 52 2177129.7662 6064648.3354 21.57 TRAIL CENTERLINE 53 2177130.5020 6064618.3847 21.15 TRAIL CENTERLINE 54 2177133.5510 6064300.2621 19.58 TRAIL CENTERLINE 55 2177097.3706 6064201.1175 19.38 TRAIL CENTERLINE 56 2177422.6736 6064063.3137 10.64 TRAIL CENTERLINE 57 2177433.3071 6064073.6587 11.03 TRAIL CENTERLINE 58 2177544.7076 6064130.3097 16.00 TRAIL CENTERLINE 59 2177545.2605 6064165.0960 15.27 TRAIL CENTERLINE 60 2177538.5554 6064169.4875 15.15 TRAIL CENTERLINE 61 2177537.6040 6064168.2246 15.09 TRAIL CENTERLINE 62 2177501.2402 6064147.1414 15.22 TRAIL CENTERLINE 63 2177419.3641 6064136.8620 15.38 TRAIL CENTERLINE 64 2177829.8254 6064443.1347 7.54 FLOWLINE 65 2177256.3872 6064884.2294 12.78 FLOWLINE 66 2177251.9119 6064849.4950 12.52 FLOWLINE 67 2177326.5683 6064125.3711 6.89 FLOWLINE 68 2177341.6155 6064146.7746 7.02 FLOWLINE 69 2177062.2092 6064911.0049 28.51 EDGE OF TRAIL 70 2177058.8644 6064930.1487 27.32 EDGE OF TRAIL 71 2177070.3642 6064906.7069 28.23 EDGE OF TRAIL 72 2177083.9604 6064903.9378 26.44 EDGE OF TRAIL 73 2177110.4885 6064868.3056 25.73 EDGE OF TRAIL 74 2177113.9116 6064859.3463 25.06 EDGE OF TRAIL 75 2177130.0603 6064830.6094 23.82 EDGE OF TRAIL 76 2177132.7189 6064848.7875 24.30 EDGE OF TRAIL 77 2177026.8446 6064131.3815 19.61 EDGE OF TRAIL 78 2177025.6774 6064151.2065 22.42 EDGE OF TRAIL 79 2177046.6538 6064122.0678 18.44 EDGE OF TRAIL 80 2177039.2332 6064121.8830 18.86 EDGE OF TRAIL 81 2177051.1864 6064128.9134 18.34 EDGE OF TRAIL 82 2177051.0195 6064135.6121 19.72 EDGE OF TRAIL 83 2177051.6534 6064159.3785 19.90 EDGE OF TRAIL 84 2177029.6324 6064158.5759 22.55 EDGE OF TRAIL 85 2177750.2269 6064582.0835 8.50 FLOWLINE 86 2177864.1394 6064365.6765 6.55 FLOWLINE SHEET INDEX EXIST. OR FINISH GRADE w w J J I N M It Lo N O N N c� 0 1 G-000 COVER & INDEX 15'-0" BACKFILL WITH 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 2.0% SLOPE ONSITE MATERIAL 0 0 0 0 41-011 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN SUBGRADE � N HAND TAMPED 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 8" COMPACTED SEPARATION FABRIC AGGREGATE ROAD BASE PROTECTIVE BACKFILL. 6 CS101 SITE AND CONTROL POINT PLAN p EARTH OR GRANULAR O BEDDING MATERIAL 7 CS102 CONTROL POINT TABLE w 10 a ° °o° SITE ACCESS ROAD DETAIL 1 �, a S ° ° 8 CS501 SITE DETAILS GRANULAR NOT TO SCALE S50 8 -0 `� °° °° °° BEDDING MATERIAL 9 CG101 GRADING PLAN 2"x4" REDWOOD 2"x4" REDWOOD HEADER BOARD HEADER BOARD 10 CG102 STORM DRAIN OUTFALL UPGRADES PIPE TRENCH DETAIL 3 PREPARED SUBGRADE//� /��//�\/�\'� NOT TO SCALE S50 12 CG302 CROSS SECTIONS II SEPARATION FABRIC 4" COMPACTED DECOMPOSED GRANITE 13 C1101 SWPPP ESCP PHASING PLAN 14 C1102 SWPPP ESCP PHASING PLAN II 15 C1103 SWPPP ESCP PHASING PLAN III SITE TRAIL DETAIL 2 NOT TO SCALE �5O 16 C1104 REVEGETATION PLAN RIPRAP 17 C1501 SWPPP DETAILS (SEE SHEETS 6 AND 10 FOR 18 C1502 PLANTING DETAILS LOCATION, SIZE, 3' ADDITIONAL STREAMBED WIDTH 19 C1601 PLANTING SCHEDULE AND DEPTH) VSL PLAN VIEW TOE OF 20 IP-101 IRRIGATION PLAN SLOPE LINE 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN FLOW SEE PLANS �a 23 IP-104 IRRIGATION PLAN � ROCK BOULDER END CHANNEL 1 PROTECTION (TYP. OF 2): 24 IP-105 IRRIGATION PLAN J 1 STREAMBED TAPER CHANNEL OVER 25 ID-501 IRRIGATION DETAILS VARIES END STATION 15 AND ANCHOR VSL RIPRAP BEDDING (6) INNER BANK TYP. BEHIND ROCK BOULDERS CLASS I GEOTEXTILE �j���� PLAN CHANNEL SECTION 26 ID-502 IRRIGATION DETAILS FILTER FABRIC COMPACTED SUBGRADE START STATION 27 ID-503 IRRIGATION DETAILS TOP LIFT PLUG PLANTS 28 ID-504 IRRIGATION DETAILS RIPRAP DETAIL NOT TO SCALE NATIVE VEGETATION 4 '50 21-011 TOPSOIL OBTAINED FROM OFFSITE x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x Ix x x x x x x x x x x x x x x x x x x x x x SOIL FROM WETLAND x x x x x x x x x x x x x x x x x x x x x x RESTORATION x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x SOIL PLACEMENT AREA COVER DETAIL NOT TO SCALE NOMINALLY COMPACTED VSL SOIL FILL BIODEGRADABLE EROSION NETTING THIRD LIFT SECOND LIFT FIRST LIFT COIR SOIL WRAP FABRIC (TYP.) 6' TYP. LIFT WIDTH (MIN.) FRESHWATER VSL ONLY: 24" 24" LIVE WILLOW WHIPS PLANTING (TYP. OF 2 LIFTS) PLAN VIEW TOE OF SLOPE LOCATION 12" TYPICAL \\II CHANNEL SECTION lGy , 12" PLAN VIEW GRADE / SHOWN (4H:1 V) J HARD WOOD LIVE STAKE CUTTING STAKES (TYP.) SECTION VEGETATED SOIL LIFT (VSL) DETAIL NOT TO SCALE 12" 3' ADDITIONAL / STREAMBED WIDTH IN AREAS OF VSL 1'X1' TOE TRENCH - CLASS II RIPRAP SALT MARSH VSL ONLY: PLUG PLANTS (TYP. OF 2 LIFTS) 6 S50 1. FRESHWATER VSL: A. LIVE WILLOW WHIPS SHALL BE 5' TO 10' IN LENGTH, INSTALLED AT 2' O.C. MIN. B. LIVE STAKE CUTTINGS SHALL BE 1" TO 2" DIAMETER AND 24" TO 36" LENGTH AT 2' O.C. SECOND LIFT. (STAGGERED WITH WILLOW WHIPS) 2. SALT MARSH VSL SHALL CONTAIN SALT MARSH PLUG PLANTS AT 3' O.C. IN LIEU OF WILLOW STEMS AND LIVE STAKES. 3. TOP LIFT PLUG PLANTS SHALL BE TWO ROWS AT 4' O.C., STAGGERED. FRESHWATER AREAS SHALL ALTERNATE LIVE WILLOW STAKES AND MULE FAT PLANTS AND SALT MARSH AREAS SHALL ALTERNATE SALT GRASS AND JAUMEA PLANTS. BIODEGRADABLE EROSION NETTING - HIGH SHEAR LLJ w J J d N M L0 N 0 N N (h PREPARED BY: APPROVAL RECOMMENDED: BURNS NO. DATE BY �MSDONNELL 145 S State Colle e Blvd ROBERT STEIN, RCE 43003 g ASSISTANT CITY ENGINEER Brea, CA 92821 657-201-8984 Burns & McDonnell Engineering Co, Inc. LICENSEE NO. 755238 DATE: SHEET INDEX SHEET NO. DWG. NO. TITLE 1 G-000 COVER & INDEX 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 6 CS101 SITE AND CONTROL POINT PLAN 7 CS102 CONTROL POINT TABLE 8 CS501 SITE DETAILS 9 CG101 GRADING PLAN 10 CG102 STORM DRAIN OUTFALL UPGRADES 11 CG301 CROSS SECTIONS 1 12 CG302 CROSS SECTIONS 11 13 C1101 SWPPP ESCP PHASING PLAN 14 C1102 SWPPP ESCP PHASING PLAN 11 15 C1103 SWPPP ESCP PHASING PLAN III 16 C1104 REVEGETATION PLAN 17 C1501 SWPPP DETAILS 18 C1502 PLANTING DETAILS 19 C1601 PLANTING SCHEDULE 20 IP-101 IRRIGATION PLAN 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN 23 IP-104 IRRIGATION PLAN 24 IP-105 IRRIGATION PLAN 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS SCALE IN FEET REVISIONS PROFESSIp� BIG CANYON NATURE PARK �\D Fi Ppti�lF�cm DESCRIPTION APPROVED C69522 PHASE 3 RESTORATION � A N9T�0cfvl� o�� GRADING PLAN cage CG101 DATE: 03/06/2025 DESIGNED BY: DRAWN BY: CITY OF NEWPORT BEACH PROJECT ,NO. 33465 CHECKED BY: DATE : PUBLIC WORKS DEPARTMENT SHEET 9 OF 28 SHEET INDEX SHEET NO. DWG. NO. TITLE 1 G-000 COVER & INDEX I I2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN CONNECT NEW CMP CULVERT , 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN TO EXISTING CMP. PROVIDE ' 6 CS101 SITE AND CONTROL POINT PLAN COUPLER TO CONNECT PIPES _ - - 7 CS102 CONTROL POINT TABLE 4 CLASS II RIP RAP BACK BAY DRIVE _ - C S50 THICKNESS - 15" I 8 CS501 SITE DETAILS 4 CLASS II RIP RAP - - - - EX. EDGE OF 9 CG101 GRADING PLAN S50 THICKNESS = 15" LIMITS OF WORK 18" CMP CULVERT W/ 3 PAVEMENT FLARED END SECTIONS S50 0+00 10 CG102 STORM DRAIN OUTFACE UPGRADES / 0+75 11 CG301 CROSS SECTIONS I 12 CG302 CROSS SECTIONS II i� 13 C1101 SWPPP ESCP PHASING PLAN 3 24" CMP CULVERT W/ ' N 0+00 14 C1102 SWPPP ESCP PHASING PLAN II r S50 FLARED END SECTION 15 C1103 SWPPP ESCP PHASING PLAN III N I 16 C1104 REVEGETATION PLAN i o � o M NEW SITE 17 C1501 SWPPP DETAILS 1 ACCESS ROAD , M 18 C1502 PLANTING DETAILS LIMITS OF 19 C1601 PLANTING SCHEDULE DISTURBANCE NEW SITE ACCESS ROAD C / 20 IP-101 IRRIGATION PLAN ° 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN NORTH CULVERT - PLAN VIEW Z EAST CULVERT - PLAN VIEW O 23 IP-104 IRRIGATION PLAN 0 10, 20' 0 10, 20' N0 SCALE IN FEET 2 SCALE IN FEET �Tiy 24 IP-105 IRRIGATION PLAN 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS 20 15 Ill -5 -0+25 NEW SITE 1 ACCESS S50 ROAD FINISHED GRADE EXISTING GROUND FES INV 4.97 FES INV 5.41 LF 18" CMP @ 1.1 % FLARED END SECTIONS RIPRAP 4 40 S50 W/ 0+00 0+25 STATION NORTH CULVERT - PROFILE VIEW 0 10, 20' SCALE IN FEET 0 5' 10, momml SCALE IN FEET 0+50 20 25 15 20 10 15 z z O O Q Q w w J J w w 5 10 0 5 -5 0+75 NEW SITE ACCESS FINISHED S50 ROAD GRADE EXISTING GROUND EX. 24" C M P INSTALL COUPLER 36 LF 24" INV 10.30 FES CMP @ 4.8% INV 8.57 0 4 RIPRAP S50 0 -0+25 -0+00 0+25 STATION EAST CULVERT - PROFILE VIEW 0 10, 20' SCALE IN FEET 0 5' 10, SCALE IN FEET 0+50 25 20 15 z O Q w J 10 w 5 0 0+75 z O w J w SHEET INDEX SHEET NO. DWG. NO. TITLE 1 G-000 COVER & INDEX 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 6 CS101 SITE AND CONTROL POINT PLAN 7 CS102 CONTROL POINT TABLE 20 20 20 20 8 CS501 SITE DETAILS 15 15 15 15 9 CG101 GRADING PLAN EXISTING GROUND 10 10 10 10 10 CG102 STORM DRAIN OUTFALL UPGRADES EXISTING GROUND z----------------- _ z 11 CG301 CROSS SECTIONS 1 5 - - - - 5 0 p - - - - O -- 5 ,- 5 �\------------ ------------- Q J Q 12 CG302 CROSS SECTIONS 11 0------- --- 0 J w 0 O w w w TIDAL CHANNEL w 13 C1101 SWPPP ESCP PHASING PLAN -5 TIDAL CHANNEL -5 -5 FINISHED GRADE -5 14 C1102 SWPPP ESCP PHASING PLAN II FINISHED GRADE -10 -10 -10 -10 15 C1103 SWPPP ESCP PHASING PLAN III -15 -15 -15 -15 16 C1104 REVEGETATION PLAN 17 C1501 SWPPP DETAILS 18 C1502 PLANTING DETAILS SECTION rA NOT TO SCALE G10 SECTION rB 19 C1601 PLANTING SCHEDULE NOT TO SCALE Q �10 20 IP-101 IRRIGATION PLAN 0 10' 20' 40' 0 10, 20' 40' HORIZONTAL SCALE IN FEET HORIZONTAL SCALE IN FEET 21 IP-102 IRRIGATION PLAN 0 10, 20' 0 10, 20' 22 IP-103 IRRIGATION PLAN VERTICAL SCALE IN FEET VERTICAL SCALE IN FEET 23 IP-104 IRRIGATION PLAN 24 IP-105 IRRIGATION PLAN 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS 40 35 30 25 z O 20 J 15 w H w 10 5 0 -5 -10 / / 1 NEW SITE ACCESS S50 ROAD C i / / / EXISTING GROUND , — — — — — — — — — — — — — — — — — — — — — /--------- —------- TIDAL WETLAND SECTION f C NOT TO SCALE VG10 0 40' 80, momml HORIZONTAL SCALE IN FEET 0 10, 20' VERTICAL SCALE IN FEET FINISHED GRADE N 40 35 30 25 z 20 O 15 J W H 10 Q W 5 0 -5 -10 SHEET INDEX 35 z 30 O 25 20 J 15 � 10 U 5 w 0 -5 -10 40 35 \ z O 0 > J 30 25 20 15Lu � 10 w 5 0 -5 -10 50 45 Z 40 0 35 > 30 �\ J 25Lu 20 Lu 15 10 5 0 NEW SITE ACCESS AS5 ROAD C a,/ - - � EXISTING GROUND FINISHED CHANNEL BOTTOM CHANNEL PROFILE 0 80' 160' HORIZONTAL SCALE IN FEET 0 10, 20' 40' VERTICAL SCALE IN FEET EXISTING GROUND a5 BIOENGINEERED S50 VEGETATED SOIL LIFTS 1 NEW SITE ACCESS S50 ROAD A FINISHED GRADE SECTION f D NOT TO SCALE G10 0 80' 160' HORIZONTAL SCALE IN FEET 0 10, 20' 40' VERTICAL SCALE IN FEET 40 35 30 z 25 O 20 > 15 J 10 w 5 Q 0 w -5 -10 1 S50 NEW SITE TRAIL 50 1 NEW SITE ACCESS �� 45 �5O ROAD A 40 Z - Jai O 35 � _ SOIL 30 Q PLACEMENT 25 w EXISTING GROUND AREA 20 w 15 U) 10 w VSL 5 FINISHED GRADE 0 SECTION E NOT TO SCALE G10 0 80' 160' momml HORIZONTAL SCALE IN FEET 0 10, 20' 40' VERTICAL SCALE IN FEET 40 35 30 z 25 O 20 15 J 10 w H 5 U) Q 0 w -5 -10 SHEET NO. DWG. NO. TITLE 1 G-000 COVER & INDEX 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 6 CS101 SITE AND CONTROL POINT PLAN 7 CS102 CONTROL POINT TABLE 8 CS501 SITE DETAILS 9 CG101 GRADING PLAN 10 CG102 STORM DRAIN OUTFALL UPGRADES 11 CG301 CROSS SECTIONS 1 12 CG302 CROSS SECTIONS II 13 C1101 SWPPP ESCP PHASING PLAN 14 C1102 SWPPP ESCP PHASING PLAN II 15 C1103 SWPPP ESCP PHASING PLAN III 16 C1104 REVEGETATION PLAN 17 C1501 SWPPP DETAILS 18 C1502 PLANTING DETAILS 19 C1601 PLANTING SCHEDULE 20 IP-101 IRRIGATION PLAN 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN 23 IP-104 IRRIGATION PLAN 24 IP-105 IRRIGATION PLAN 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS . 0 Q ° o o'� p0 oa o f� o 0 4� ° r1 ° p4 SWPPP CONSTRUCTION NOTES: 0 O NS-8 VEHICLE AND EQUIPMENT CLEANING � Q � NS-9 VEHICLE AND EQUIPMENT FUELING lid � O NS-10 VEHICLE AND EQUIPMENT MAINTENANCE 0 O WM-1 MATERIAL DELIVERY AND STORAGE r O WM-2 MATERIAL USE 0 ° _ O WM-3 STOCKPILE MANAGEMENT • 0° O WM-4 SPILL PREVENTION AND CONTROL O WM-5 SOLID WASTE MANAGEMENT WM-6 HAZARDOUS WASTE MANAGEMENT \ ��s � • " o 0 4 . 5 10 WM-9 SANITARY/SEPTIC WASTE MANAGEMENT PROJECT BOUNDARY EX. TIDAL CHANNEL TC-1 STABILIZED CONSTRUCTION ENTRANCE 11 � O C1501 ";,py11,JJu \ a 12 TC-2 STABILIZED CONSTRUCTION ROADWAY RNRN Qjo 13 TC-3 ENTRANCE OUTLET TIRE WASH EX. BOX CULVERT I I ` 14 NS-5 CLEAR WATER DIVERSION r2 SE-1 SILT FENCE CI501 . •--�.,� a � " � � . ��• � 16 SE-8 SANDBAG BARRIER �5O 3 O Q 24" 17 EC-10 VELOCITY DISSIPATION DEVICES CULV R . i a EX. STREAM D 17 0 0 cr o �\ ' Q ° mQ Dl \ \ P254 p o NOTCH BERM UNDER PEDESTRIAN BRIDGE 30 30 a �� n 25 25 EX. BERM O EXISTING TRAIL 0 ZO 20 20 W/ TRAIL, 15 15 w 10 10 w o /� , w 5 5 w , � �o " EX. PEDESTRIAN � 0 0 i �.-f ° -5 _5 °• �� s i �` BRIDGE o ° SECTION F 0 20' 40' 80' HORIZONTAL SCALE. SCALE IN FEET 0 10, 20' 40' 1 - EX. CULVERTSfl VERTICAL SCALE: M0019CONCRETE . " ' _ —� \. SCALE IN FEET EX '' D o EX. POND o ARIZONA CROSSING / PROJECT PHASE A 10•- 5 SITE PREPARATION: -- EX. PEDESTRIAN I 16 1. PLACE SILT FENCING AND TEMPORARY CONTAINMENT BERMS , BRIDGE AROUND THE NORTHERN SIDE OF THE SOIL PLACEMENT AREA TO MANAGE SEDIMENT AND SEEPAGE FROM THE TEMPORARY STORAGE AND PROCESSING OF REEDS, ROOT SYSTEM, AND ASSOCIATED SEDIMENT FROM THE FRESHWATER POND. o p - 15 CONSTRUCTION / ACCESS ROAD SEE N TE 1 2. CONTRACTOR SHALL DEVELOP A WRITTEN SCHEDULING PLAN PER S O , „ O o ( EC-1. O 0 �� / Q _ — - — — — — — —15 15 • _ 20 � \ V o o O PROJECT --- ----- -- — �` BOUNDARY 3. CONTRACTOR SHALL DELINEATE AREAS OF VEGETATION Fp� ;01 J / 25 � PRESERVATION PER EC-2. P / / n ° a P° 4. CONTRACTOR SHALL IMPLEMENT ADDITIONAL EROSION CONTROL - ° 13 PRACTICES AS NECESSARY TO PROVIDE EFFECTIVE TEMPORARY EX. PARKING AREA /, . _ SOIL PLACEMENT AREA Q O o EXISTING ROAD a ° CONSTRUCTION ° ° AND FINAL EROSION CONTROL DURING CONSTRUCTION. NO COPARKING OR ' ' ° `` - U U ° o CONSTRUCTION OF ACCESS ROADS: STAGING ALLOWED O Q ° a fl p Qa 5. INSTALL VEHICLE EQUIPMENT CLEANING FUELING AND - O � o �� C MAINTENANCE BMPS. - a o °I / ° 0 0 0�° o 6. IMPLEMENT STABILIZED CONSTRUCTION EXITS AND ENTRANCES / , p � o - � O Q� � — - � o a ° � � o AND ENTRANCE OUTLET TIRE WASH. Q - r ° 0 1 v (� — �� p o 15--Po • 0 D v p o o 7. IMPLEMENT WASTE MANAGEMENT CONTROL BMPS. C� 0 as Q Q ° i 4 p 2- - ° Q_ D O ° o o Q Q o ° o 0 DRY WEATHER FLOW DIVERSION AND MANAGEMENT: `J ` o� r� 111VVv° o — 8. INSTALL SANDBAGS TO TEMPORARILY REROUTE DRY WEATHER q - Q° �`� ",, 4 ° 4 D Q • o o ° FLOW TO THE NORTHERN AREA OF THE SITE TO ALLOW FOR o o d 10 PARKING, o p FRESHWATER POND DEWATERING. V v, a 5 ° STAGING AND (� L 0 s `J T RAGE AREA � a 0 0 \11Cz Z), � � �%�V �Q SHEET INDEX SHEET NO. DWG. NO. TITLE 1 G-000 COVER & INDEX 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 6 CS101 SITE AND CONTROL POINT PLAN 7 CS102 CONTROL POINT TABLE 8 CS501 SITE DETAILS 9 CG101 GRADING PLAN 10 CG102 STORM DRAIN OUTFALL UPGRADES 11 CG301 CROSS SECTIONS 1 12 CG302 CROSS SECTIONS 11 13 C1101 SWPPP ESCP PHASING PLAN 14 C1102 SWPPP ESCP PHASING PLAN 11 15 C1103 SWPPP ESCP PHASING PLAN III 16 C1104 REVEGETATION PLAN 17 C1501 SWPPP DETAILS 18 C1502 PLANTING DETAILS 19 C1601 PLANTING SCHEDULE 20 IP-101 IRRIGATION PLAN 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN 23 IP-104 IRRIGATION PLAN 24 IP-105 IRRIGATION PLAN 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS PROJECT BOUNDARY 0 7 a S O 0 80' 160' 9. CREATE NOTCH IN THE EXISTING BERM TO DEWATER FRESHWATER POND. IMPLEMENT DEWATERING OPERATIONS DURING ° SCALE IN FEET FRESHWATER POND DEWATERING. PREPARED BY: APPROVAL RECOMMENDED: REVISIONS OQROFESS/pN� BIG CANYON NATURE PARK eF, �\D H 10. FOLLOWING DEWATERING OF FRESHWATER POND, INSTALL BURNS NO. DATE BY DESCRIPTION APPROVED �� oPC59522h` c� PHASE 3 RESTORATION �•�001 �� w m TEMPORARY BERM ON UPSTREAM SIDE OF NOTCH. �&MGDONNELL N9T 0 SWPPP ESCP PHASING PLAN 11. CONTRACTOR SHALL IMPLEMENT ANY ADDITIONAL BMPS AS ROBERT STEIN, RCE 43003 FOFCA`F C1101 145 S State College Blvd ASSISTANT CITY ENGINEER DATE: 03/06/2025 NECESSARY. Brea CA 92821 f 657-201-8984 Burns & McDonnell Engineering Co, Inc. LICENSEE NO. 755238 DATE: DESIGNED BY: DRAWN BY: PROJECT NO. CHECKED BY: DATE : CITY OF NEWPORT BEACH 133465 PUBLIC WORKS DEPARTMENT SHEET 13 OF 28 0 0 ° o a o� o a 00 a CZ) ° %A'Llk o o� PROPOSED WATER QUALITY 14 SAMPLING LOCATION (SEE SWPPP a TEMPORARY CONSTRUCTION I FOR SPECIFIC LOCATIONS) ° ACCESS ROAD_ 20 11\ ` 13 19 11 \\ 5 `3s PROJECT BOUNDARY EX. TIDAL CHANNEL lo s a ''illiVV II'p, 14 �__�4o ° '1�1, EX. BOX CULVERT i I 18 21 14 V \ \ o o � Q 1 II � 22 oD 17 cr vv U ' \ 6 TEMPORARY DREDGE MATERIAL STOCKPILE / 14 didi s I l PROJECT PHASE B: EX. CONCRETE SITE CLEARING AND GRUBBING AND REMOVAL OF CATTAILS IN ARIZONA CROSSING FRESHWATER POND: 1. REMOVE EXISTING CATTAILS, ROOT SYSTEMS, AND SEDIMENT AND PROPOSED WATER QUALITY TEMPORARILY PLACE IN THE SOIL PLACEMENT AREA FOR MULCHING SAMPLING LOCATION (SEE AND OFF -SITE DISPOSAL. SWPPP FOR SPECIFIC %% 7 LOCATIONS) 2. SILT FENCING AROUND SOIL PLACEMENT AREA AND THE TEMPORARY BERM UPSTREAM OF THE BERM NOTCH SHALL REMAIN IN PLACE. ' 14 3. CONTRACTOR SHALL IMPLEMENT ANY ADDITIONAL NECESSARY BMPS TO CONTROL THE MIGRATION OF SEDIMENT. �D 0 SWPPP CONSTRUCTION NOTES: v�L SHEET INDEX 1 O NS-8 VEHICLE AND EQUIPMENT CLEANING 0 o 2 O NS-9 VEHICLE AND EQUIPMENT FUELING SHEET NO. DWG. NO. TITLE 1 G-000 COVER &INDEX O NS-10 VEHICLE AND EQUIPMENT MAINTENANCE 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND O WM-1 MATERIAL DELIVERY AND STORAGE ° O WM-2 MATERIAL USE 3 C-001 CIVIL NOTES 4 CX101 EXISTING CONDITIONS PLAN o° O WM-3 STOCKPILE MANAGEMENT O WM-4 SPILL PREVENTION AND CONTROL 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 8 6 CS101 SITE AND CONTROL POINT PLAN O WM-5 SOLID WASTE MANAGEMENT o 0 7 CS102 CONTROL POINT TABLE 1.� O WM-6 HAZARDOUS WASTE MANAGEMENT 10 WM-9 SANITARY/SEPTIC WASTE MANAGEMENT 8 CS501 SITE DETAILS 9 CG101 GRADING PLAN 11 TC-1 STABILIZED CONSTRUCTION ENTRANCE C1501 TC-2 STABILIZED CONSTRUCTION ROADWAY 10 CG102 STORM DRAIN OUTFACE UPGRADES 12 � 13 TC-3 ENTRANCE OUTLET TIRE WASH 11 CG301 CROSS SECTIONS I © 14 NS-5 CLEAR WATER DIVERSION 12 CG302 CROSS SECTIONS II 2 13 C1101 SWPPP ESCP PHASING PLAN 15 SE-1 SILT FENCE C1501 3 14 C1102 SWPPP ESCP PHASING PLAN 11 16 SE-8 SANDBAG BARRIER C1501 15 C1103 SWPPP ESCP PHASING PLAN III 1�11 17 EC-10 VELOCITY DISSIPATION DEVICES EX. 24 16 C1104 REVEGETATION PLAN \\ ULVER ° 18 MP-52 DRAIN INSERTS � EX. TRAIL � 17 C1501 SWPPP DETAILS NS-2 DEWATERING OPERATION 19 18 C1502 PLANTING DETAILS 20 NS-14 MATERIAL AND EQUIPMENT USE OVER WATER 4 19 C1601 PLANTING SCHEDULE p 21 SE-5 FIBER ROLLS C1501 0 22 EC-9 EARTH DIKE AND DRAINAGE SWALES 5 20 IP-101 IRRIGATION PLAN O C1501 J 21 IP-102 IRRIGATION PLAN 22 IP-103 IRRIGATION PLAN � 23 IP-104 IRRIGATION PLAN o - 0 24 IP 105 IRRIGATION PLAN 0 25 ID-501 IRRIGATION DETAILS 26 ID-502 IRRIGATION DETAILS 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS 4. FOLLOWING CLEARING AND GRUBBING, ESTABLISH THE REALIGNED — ~ 21 16 CHANNEL AND INSTALL FIBER ROLLS. % .i / _f' 5. REALIGN THE SAND BAGS TO DIRECT DRY WEATHER FLOWS AND STORM FLOWS TO THE REALIGNED CHANNEL. ' EX. PEDESTRIAN 0 ° �- o �� / � 00� BRIDGE TIDAL FLOW AND STORMWATER MANAGEMENT IN THE NORTHERN AREA o o - 15 o /� d o 7tl FOR CLEARING AND GRUBBING: 11 � � , •o 0 6. INSTALL DRAIN INSERTS AT THE NORTHERN OUTFALL. 12 ; o �a 0 0 / (O 0 0 11 ► Q _-------- ---- � � y o o O PROJECT 7. REROUTE STORM FLOW FROM THE STORM DRAIN OUTFALL IN THEQ — _ — — — — — _ _ _ BOUNDARY NORTHEAST AREA OF THE SITE AWAY FROM THE MIDDLE OF THE SITE -A,oPFlppll �� 10� 1 o - AND TO THE NORTH VIA THE INSTALLATION OF A TEMPORARY BERM AND A SWALE. f� Ll P Q ;; I,p-P° C> 13 6 V _� / d 'Ls.Q 0 8. INSTALL FIBER ROLLS ALONG THE LENGTH OF THE SWALE. EX. PARKING AREA % - SOIL PLACEMENT AREA 0 0 \ EX. ROAD o Q ° ^� 11 o O 9. INSTALL A TEMPORARY BERM AT THE EXISTING CULVERT AT THE 0 o U ° NORTH OUTFALL. o O ^ v 10.BEGIN CLEARING AND GRUBBING. FOCUSED DREDGING OF TIDAL CHANNEL AND PLACEMENT OF SEDIMENT: �' ' ► o O�n o _ a o d po ` '-�"� _ ° ° ° o ► ► � 0 0 11. IMPLEMENT TEMPORARY DREDGE MATERIAL STOCKPILE. Z:Do o ► , Q ► OD \ p 12. INSTALL TEMPORARY BERM AND ANY ADDITIONAL NECESSARY o Q a 2 - o o q O Q p o G� 0 o EROSION AND SEDIMENT CONTROLS AROUND THE TEMPORARY DREDGE MATERIAL STOCKPILE. ° Qao i ' p 13.IMPLEMENT PROPER PROCEDURES FOR MATERIAL AND EQUIPMENT USE OVER WATER. PROJECT o 5 BOUNDARY O `J 14.INSTALL TEMPORARY BERMS WITHIN TIDAL CHANNEL. o o d' ° o o 7 o 15.INSTALL COCONUT ROLLS ALONG TIDAL CHANNEL. 16.DEWATER TIDAL CHANNEL. PREPARED BY: APPROVAL RECOMMENDED: REVISIONS � BURNS NO. DATE BY DESCRIPTION 17. BEGIN DREDGING OF TIDAL CHANNEL. `MSDONNELL 18. CONTRACTOR SHALL IMPLEMENT ADDITIONAL BMPS AS NECESSARY. 145 S State Colle e Blvd R RCE 43003 g ASSSISTAISTA STEIN,NT CITY ENGINEER Brea, CA 92821 657-201-8984 Burns & McDonnell Engineering Co, Inc. LICENSEE NO. 755238 DATE: 0 80' 160' SCALE IN FEET 0FHSPo"� BIG CANYON NATURE PARK APPROVED m C69522 PHASE 3 RESTORATION � � N9T �� SWPPP ESCP PHASING PLAN II �°F Ca`e� C1102 DATE: 03/06/2025 DESIGNED BY: DRAWN BY: PROJECT NO. CHECKED BY: DATE : CITY OF NEWPORT BEACH 133465 PUBLIC WORKS DEPARTMENT SHEET 14 OF 28 w W w v o � 1� cz a e V 0 o � 1 � 001"LlikkMal EX. TIDAL CHAN V 1 f II I aOar� \ o 00 EX. BOX CULVERT 18 p 22 \ �� •�� C. LO �a W Lb 17 cr 4 v. mom/ S Q r PROJECT PHASE C: EXCAVATION AND GRADING: 1. ALL BMPS FROM SUBPHASE B SHALL REMAIN IN PLACE. / o „ 2. BERM IN MIDDLE OF SITE SHALL BE OPENED UP, AND EXCAVATION AND GRADING SHALL BEGIN. " I • 3. THE SOUTHERN AREA OF THE SITE SHALL BE GRADED WITH SOILS FROM THE EXISTING BERM THAT IS REMOVED TO ESTABLISH THE SALT MARSH RESTORATION AREA. 4. THE NORTHERN AREA OF THE SITE SHALL HAVE MINOR TO NO EXCAVATION THAT WILL FOCUS ON GRADING TO CONVEY DRY o �/ 14 WEATHER FLOWS TO THE TIDAL INLET WITHOUT PONDING. HOWEVER, THE NEW TIDAL CHANNEL AND ADJACENT BENCH WILL BE EXCAVATED AND GRADED TO BRING TIDAL FLOWS INTO THE SALT MARSH ' RESTORATION AREA 21 o SWPPP CONSTRUCTION NOTES: SHEET INDEX 0 o O NS-8 VEHICLE AND EQUIPMENT CLEANING ��= O NS-9 VEHICLE AND EQUIPMENT FUELING SHEET NO. DWG. NO. TITLE 1 G-000 COVER & INDEX � O NS-10 VEHICLE AND EQUIPMENT MAINTENANCE e 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND O WM-1 MATERIAL DELIVERY AND STORAGE - � 3 C-001 CIVIL NOTES p O WM-2 MATERIAL USE 4 CX101 EXISTING CONDITIONS PLAN O WM-3 STOCKPILE MANAGEMENT 0° 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN O WM-4 SPILL PREVENTION AND CONTROL ° 6 CS101 SITE AND CONTROL POINT PLAN O WM-5 SOLID WASTE MANAGEMENT a . 7 CS102 CONTROL POINT TABLE O WM-6 HAZARDOUS WASTE MANAGEMENT 8 CS501 SITE DETAILS 10 WM-9 SANITARY/SEPTIC WASTE MANAGEMENT o � 9 CG101 GRADING PLAN 11 TC-1 STABILIZED CONSTRUCTION ENTRANCE C1501 10 CG102 STORM DRAIN OUTFALL UPGRADES � 12 TC-2 STABILIZED CONSTRUCTION ROADWAY � 11 CG301 CROSS SECTIONS I ° 13 TC-3 ENTRANCE OUTLET TIRE WASH © C 12 CG302 CROSS SECTIONS II 14 NS-5 CLEAR WATER DIVERSION 2 13 C1101 SWPPP ESCP PHASING PLAN 15 SE-1 SILT FENCE C1501 14 C1102 SWPPP ESCP PHASING PLAN II J 17 EC-10 VELOCITY DISSIPATION DEVICES 15 C1103 SWPPP ESCP PHASING PLAN III MP-52 DRAIN INSERTS 24„ 4 16 C1104 REVEGETATION PLAN U L VER ° 21 SE-5 FIBER ROLLS EX. TRAIL C1501 5 917 C1501 SWPPP DETAILS 9EC-9 EARTH DIKE AND DRAINAGE SWALES C1501 18 C1502 PLANTING DETAILS 23 EC-12 STREAMBANK STABILIZATION 5 �5O 19 C1601 PLANTING SCHEDULE 20 IP-101 IRRIGATION PLAN 1 21 IP-102 IRRIGATION PLAN O 22 IP-103 IRRIGATION PLAN o 23 IP-104 IRRIGATION PLAN a o ° 24 I P 105 - IRRIGATION PLAN 0 ' 0 25 ID-501 IRRIGATION DETAILS \ 26 ID-502 IRRIGATION DETAILS v� 27 ID-503 IRRIGATION DETAILS 28 ID-504 IRRIGATION DETAILS 23 EX. CULVERTS i 1 EX. PEDESTRIAN 5. EXCESS SEDIMENT SHALL BE PLACED IN SOIL PLACEMENT AREA IN i I BRIDGE SOUTHERN PORTION OF SITE. 6. AFTER GRADING OF NORTHERN AREA, INSTALL COCONUT LOGS IN o p / � AREAS SUBJECT TO TIDAL FLOW (ELEVATIONS BELOW 7.5 FT.) AND _ 15 a 0 FIBER ROLLS IN AREAS ABOVE TIDAL INFLUENCE. INSTALL CONTAINER ( I •� �0 / 12 �a o PLANTS IN LIEU OF CHECK DAMS WITHIN THE NEW TIDAL CHANNEL � o ♦ (o UNDER THE DIRECTION OF THE PROJECT BIOLOGIST/RESTORATION 0 0 O PROJECT QBOUNDARY ECOLOGIST. dll ,� /_ - - - - - - - - - - - - - — 15 pp 7. 7. INSTALL BIOENGINEERING VEGETATED SOIL LIFTS. P F ,� � o p. FINAL GRADING AND SOILS AMENDMENT AND PREPARATION FOR SITE \ 13 / '! d O ° 0 REVEGETATION: EX. PARKING /� 11 SOIL PLACEMENT AREA / EX. ROAD o o Q 8. ESTABLISH FINAL ELEVATIONS PRIOR TO PLACEMENT OF TOPSOIL AREA „ , `� o U U 0 0 AND SOIL AMENDMENTS TO ESTABLISH THE VEGETATION COMMUNITY. 0 9. IMPLEMENT SOIL PREPARATION AND ROUGHENING TO PROMOTE � ♦ / o � / e 21 a ♦� � o o C ESTABLISHMENT OF VEGETATION. C1 o / �� ° 10.INSTALL TEMPORARY IRRIGATION SYSTEM PRIOR TO SITE , , pf7 0 0 0a o REVEGETATION. Q o o 'V - _ _ - - v o 15 .�?' 0 D v p o 1 D o o ems. o SITE REVEGETATION AND REMOVAL OF TIDAL AND STORMWATER dQ Q ° I p 2 0` - ° _ q D O o o Q Q o v \ o o p 0 CONTROL MEASURES: 11.IMPLEMENT HYDRAULIC MULCH, HYDROSEED, SOIL BINDERS, AND I ` o� o• 3 «11VVvp o _ GEOTEXTILES AND MATS TO ESTABLISH VEGETATION. q - o° �`� ,, Q 4 ° o D Q. o 0 0 d 10 PROJECT BOUNDARY ° `° oNNN a 12. REMOVE ALL BMPS ASSOCIATED WITH DRY WEATHER, STORMWATER, 5 0 80' 160' SCALE IN FEET oFHSPo�qBIG CANYON NATURE PARK APPROVED �_ m C69522 PHASE 3 RESTORATION � � N9T � SWPPP ESCP PHASING PLAN III °F CA`F° C1103 DATE: 03/06/2025 DESIGNED BY: DRAWN BY: PROJECT NO. CITY OF NEWPORT BEACH 133465 CHECKED BY: DATE PUBLIC WORKS DEPARTMENT SHEET 15 OF 28 HABITAT DESCRIPTION TYPE HABITAT COLOR ELEVATION RANGE (FEET NAVD) AREA (AC) ) MUDFLAT RESTORATION -0.2 - 2.7 0.34 LOW MARSH RESTORATION 2.7 - 3.8 0.20 MID MARSH RESTORATION 3.8 - 5.4 0.76 HIGH MARSH RESTORATION 5.4 - 6.3 1.79 ALKALI MEADOW RESTORATION N/A 2.24 ENHANCEMENT 0.77 MULEFAT SCRUB RESTORATION N/A 1.31 ENHANCEMENT 0.04 VEGETATED SOIL LIFT 0.30 WILLOW SCRUB RESTORATION N/A 2.04 ENHANCEMENT 0.38 VEGETATED SOIL LIFT 0.22 COASTAL SAGE RESTORATION N/A 4.50 ENHANCEMENT 0.99 TRAILS N/A N/A 1.12 SHADE TREE PLANTING LEGEND SAMBUCUS MEXICANUS (BLUE ELDERBERRY) s MALOSMA LAURINA (LAUREL SUMAC) RHUS INTEGRIFOLIA (LEMONADE BERRY) SALIX LASIOLEPSIS (ARROYO WILLOW) did, N P, o EX. CONCRETE ^ // ARIZONA CROSSING EX. PEDESTRIAN i BRIDGE 0 0 oa 1 0 a o PROJECT BOUNDARY o e ° �o 1 0 ice I I kA\A\\\\\11\\\\\\\ /--;:2111 )m 1 ° EXISTING TRAIL .............. 6 C� 0 C> 6 0 10 0 .10 T > 0 C:) IV 0 Asa i 1 ice, war- j P M. 0 EX. CULVERTS o 0 80' 160' i� Ilsll�ily'I'' U 0 � SCALE IN FEET o � A PREPARED BY: APPROVAL RECOMMENDED: REVISIONS y�FO�P��pFHspO�gl�2c BIG CANYON NATURE PARK N&BURNS NO. DATE BY DESCRIPTION APPROVED b_ cam— c69522 A PHASE 3 RESTORATION MMONNELL (P clvll�REVEGETATION PLAN FOF CAS\FOB 145 S State College Blvd ASOSISTANTTEINCITY ENGINEEOR3 DATE: 03/06/2025 C1104 Brea, CA 92821 657-201-8984 DESIGNED BY: DRAWN BY: PROJECT N0. Burns &McDonnell Engineering Co, Inc. CITY OF NEWPORT BEACH 133465 LICENSEE NO. 755238 JC�HTC�KEDBY: DATE : DATE: PUBLIC WORKS DEPARTMENT SHEET 16 OF 28 Max reach = 500' (See note 1) SHEET INDEX w w J J Q N co LID 0 N O N co 0 Qptioral maintenonce SHEET NO. DWG. NO. TITLE EX PAVED 6 CROSS opening detail ROADWAY BARRIER 8 '' SILT FENCE 7 1 G-000 COVER & INDEX -- g FABRIC{ END DETAIL 12" MIN THICK CRUSHED Fabric 2 G-001 NOTES, ABBREVIATIONS, AND LEGEND SO1 AGGREGATE GREATER THAN 3" Ba sa A O OJ�� BUT SMALLER THAN 6" r r �-- �~ 3 C-001 CIVIL NOTES O00o - �' 4 CX101 EXISTING CONDITIONS PLAN A 0. G. -� I ►-u 5 CD101 DEMOLITION, CLEARING, AND GRUBBING PLAN 20' RADIUS i `� Cross harrier C Ooo FILTER FABRIC TOE OF SLOPE O CRUSHED A O � w � � �� 6 CS101 SITE AND CONTROL POINT PLAN AGGREGATE 0 �� SECTION A a 0 7 CS102 CONTROL POINT TABLE U SILT FENCE 2'd detail STABILIZED CONSTRUCTION ENTRANCE 2 SILT FENCE NOTES: C1101 8 CS501 SITE DETAILS C1102 C1101 C1103 Setback varies 9 CG101 GRADING PLAN C1102 1. CONSTRUCT THE LENGTH OF EACH REACH SO THAT THE CHANGE IN BASE (See note 4) C1103 ELEVATION ALONG THE REACH DOES NOT EXCEED 3 THE HEIGHT OF THE 10 CG102 STORM DRAIN OUTFALL UPGRADES LINEAR BARRIER, IN NO CASE SHALL THE REACH LENGTH EXCEED 500'. Fabric 2" x 2" Wood stake 11 CG301 CROSS SECTIONS 2. THE LAST 8'-0" OF FENCE SHALL BE TURNED UP SLOPE. (See notes 3 & 5) 'oe of slope — ' 12 CG302 CROSS SECTIONS II 3. STAKE DIMENSIONS ARE NOMINAL. Slone Max reach — 5f)(1� ( see note �) � ^,' � 13 C1101 SWPPP ESCP PHASING PLAN 4. DIMENSION MAY VARY TO FIT FIELD CONDITION. i 6 See detail A 6 CROSS -- o 14 CI102 SWPPP ESCP PHASING PLAN II Sandbag barrier BARRIER Sandbag 5. STAKES SHALL BE SPACED AT 8'-0" MAXIMUM AND SHALL BE POSITIONED ON = -_ (See ntbarrier e 4) DOWNSTREAM SIDE OF FENCE. _ 15 CI103 SWPPP ESCP PHASING PLAN III 6. STAKES TO OVERLAP AND FENCE FABRIC TO FOLD AROUND EACH 16 CI104 REVEGETATION PLAN STAKE ONE FULL TURN. SECURE FABRIC TO STAKE WITH 4 STAPLES. �' 17 C1501 SWPPP DETAILS 7. STAKES SHALL BE DRIVEN TIGHTLY TOGETHER TO PREVENT POTENTIAL 6 FLOW -THROUGH OF SEDIMENT AT JOINT. THE TOPS OF THE STAKES SHALL 18 CI502 PLANTING DETAILS Toe of slope v BE SECURED WITH WIRE. SECTION B 0 19 C1601 PLANTING SCHEDULE v 8. FOR END STAKE, FENCE FABRIC SHALL BE FOLDED AROUND TWO STAKES ONE FULL TURN AND SECURED WITH 4 STAPLES. 20 IP-101 IRRIGATION PLAN SANDBAG BARRIER 3 SANDBAG BARRIER 8 9. MINIMUM 4 STAPLES PER STAKE. DIMENSIONS SHOWN ARE TYPICAL. 2" x 2" wood C1101 END DETAIL (See note 3", 21 IP-102 IRRIGATION PLAN SANDBAG BARRIER NOTES: C1102 -- Fabric 10.MAINTENANCE OPENINGS SHALL BE CONSTRUCTED IN A MANNER TO (See note L —y 22 IP-103 IRRIGATION PLAN 1. CONSTRUCT THE LENGTH OF EACH REACH SO THAT THE ENSURE SEDIMENT REMAINS BEHIND SILT FENCE. CHANGE IN BASE ELEVATION ALONG THE REACH DOES Setback varies (see -iote 3) 23 IP-104 IRRIGATION PLAN NOT EXCEED 2 THE HEIGHT OF THE LINEAR BARRIER. IN 11.JOINING SECTIONS SHALL NOT BE PLACED AT SUMP LOCATIONS. NO CASE SHALL THE REACH LENGTH EXCEED 500'. Y 24 IP-105 IRRIGATION PLAN Slope Sandbac barrier 2. PLACE SANDBAGS TIGHTLY. (See note a; SILT FENCE END DETAIL r7"* 25 ID-501 IRRIGATION DETAILS Toe of � -- 3. DIMENSION MAY VARY TO FIT FIELD CONDITION. slope 26 ID-502 IRRIGATION DETAILS 4. SANDBAG BARRIER SHALL BE A MINIMUM OF 3 BAGS HIGH. +1 27 ID-503 IRRIGATION DETAILS 7 S� 28 ID-504 IRRIGATION DETAILS 5. THE END OF THE BARRIER SHALL BE TURNED UP SLOPE. I FIBER ROLL WOVEN 6. CROSS BARRIERS SHALL BE A MIN OF 2 AND A MAX OF 3 "�9' 8" MIN GEOTEXTILE THE HEIGHT OF THE LINEAR BARRIER. SANDBAG BARRIER SECTION C zQ -- Q0 1 7. SANDBAG ROWS AND LAYERS SHALL BE STAGGERED TO N L ELIMINATE GAPS. I SANDBAG BARRIER SECTION ter_ SANDBAG BARRIER END DETAIL CROSS BARRIER NOTES: 1. CROSS BARRIERS SHALL BE A MINIMUM OF ONE-THIRD AND A MAXIMUM OF ONE-HALF THE HEIGHT OF THE LINEAR BARRIER. 2. SANDBAG ROWS AND LAYERS SHALL BE OFFSET TO ELIMINATE GAPS. 3. ADD 3-4 BAGS TO CROSS BARRIER ON DOWNGRADIENT SIDE OF SILT FENCE AS NEEDED TO PREVENT BYPASS OR UNDERMINING AND AS ALLOWABLE BASED ON SITE LIMITS OF DISTURBANCE. w m FIBER ROLL CROSS BARRIER DETAIL Ann ( 2" )D STAKES 4' SPACING C1102 C1103 EARTH DIKE AND DRAINAGE SWALE 6 \ CROSS BARRIER SECTION ;ee nu to 10 C1102 C1103 E PLANT SPACING NOT TO SCALE FINISHED GRADE FLAT PLANTING BENCH COMPOSED OF NATIVE SOIL :DGE OF GROUNDCOVER AREA / VALK EDGE )ISTANCE FROM EDGE IS /2 THE SPECIFIED O.C. SPACING :OW 'LANT CENTER RI -SPACE, AT SPECIFIED O.C. DISTANCE MULCH ROOTBALL TOPSOIL NATIVE SOIL NOTE: KEEP MULCH APPROX. 6" AWAY FROM PLANT TRUNK OR STEM CONTAINER SHRUB PLANTING 2 lll,,ll��llllI�` NATIVE SOIL � EXISTING SLOPE TREE & SHRUB PLANTING ON SLOPES NOT TO SCALE PLACE ROOT COLLAR AT SURROUNDING GRADE ROOTED CUTTING ��j/� //X ///�j/�/j/��j j��� ��� j��j/��� PLANT WITH DIBBLE OR METAL BAR OF A DIAMETER SLIGHTLY LARGER THAN ROOT MASS. CAREFULLY COMPACT SURROUNDING SOIL. BAREROOT, PLUG, ROOTED CUTTING HERBACEOUS PLUG, CONE, OR BARE ROOT HERBACEOUS PLANT 6" MIN. PLANT BAREROOT OR PLUG IN LOOSE MOISTENED SOIL. BACKFILL CAREFULLY AROUND ROOT SYSTEM. NATIVE SOIL MINIMUM DEPTH 2 X ROOTBALL t MINIMUM WIDTH 2 X ROOTBALL CONTAINER SHRUB PLANTING NOT TO SCALE 5 -1 1L- MINIMUM WIDTH 2 X ROOTBALL DECIDUOUS TREE PLANTING NOT TO SCALE SET CROWN OF ROOTBALL 1-2" ABOVE FINISH GRADE MULCH FINISH GRADE TOPSOIL COMPACT EXISTING SOIL FOR FIRM STABLE BASE UNDISTURBED NATIVE SOIL NOTE: A 36" DIA. WATERING BASIN SHALL BE PROVIDED AROUND EACH PLANT. KEEP MULCH APPROX. 6" AWAY FROM PLANT TRUNK OR STEM. INTERLOCK TREE -TIE 'GRO-STRAIT' TREE TIES, STRAP TYPE 2 x 2 x 8 WOOD STAKE- KEEP CLEAR OF ROOTBALL SET CROWN OF ROOTBALL 1" ABOVE FINISH GRADE. REMOVE BURLAP AND STRAPS FROM TOP HALF OF ROOTBALL MULCH TO 2" DEPTH 3" DEEP RAINWATER COLLECTION BASIN. THOROUGHLY WATER IN. FINISH GRADE TOPSOIL COMPACT NATIVE SOIL FOR FIRM STABLE BASE UNDISTURBED NATIVE SOIL KinT111I KEEP MULCH APPROX. 6" AWAY FROM PLANT TRUNK OR STEM NOT TO SCALE w w J J 73 Q N 00 LO N 0 N O N M 0 Table 1. Containerized Plant Mix - Salt Marsh - Low Marsh (0.20 Acres) Color Scientific Name Common Name Size Spacing (ft on center) Plants/Acre Total # Plants Spartina foliosa Pacific cordgrass 1 gallon 3 4,840 968 Total 41840 968 Table 2. Containerized Plant Mix - Salt Marsh - Mid Marsh (0.76 Acres) Spacing (ft on Total # Color Scientific Name Common Name Size center) Plants/Acre Plants Spartina foliosa Pacific cordgrass 1 gallon 3 280 213 Batis maritima Salt wort 1 gallon 3 1120 851 Triglochin Seaside arrow 1 gallon 3 280 213 maritima grass Jaumea carnosa Fleshy jaumea 1 gallon 3 560 426 Frankenia salina Alkali heath 1 gallon 3 1120 851 Limonium California Sea 1 gallon 3 280 213 californicum Lavender Solicornia Common 1 gallon 3 560 426 Pacifica pickleweed Suaeda esteroa Estuary seablite 1 gallon 3 280 213 Distichlis spicata Salt grass 1 gallon 3 1120 851 Total 5,600 4256 Table 3. Containerized Plant Mix - Salt Marsh - High Marsh (1.80 Acres) Spacing (ft on Total # Color Scientific Name Common Name Size center) Plants/Acre Plants Juncus acutus Spiny rush 1 gallon 3 280 504 Distichlis spicata Salt grass 1 gallon 3 1120 2016 Frankenia salina Alkali health 1 gallon 3 840 1512 Arthrocnemum Parish's 1 gallon 3 1120 2016 subterminale glasswort Atriplex Matscale 4 inch 3 280 504 watsonii Cressa truxillensis Alkali weed 4 inch 3 280 504 Distichlis Shore grass 1 gallon 3 1120 2016 littoralis Suaeda taxifolia Woolly seablite 1 gallon 3 560 1008 Total 5,600 10,080 Table 4. Containerized Plant Mix - Southern Willow Scrub (2.42 Acres) Spacing (ft on Total # Color Scientific Name Common Name Size center) Plants/Acre Plants Baccharis salicifolia Mulefat 1 gallon 6 240 581 Baccharis Willow 1 gallon 6 100 242 salicina baccharis Platanus Sycamore 1 gallon 12 24 58 racemosa Populus Fremont's 1 gallon 12 24 58 fremontii cottonwood Ribes Fushia-f lowering 1 gallon 4 140 339 specisosum gooseberry uercus Quercus agrifolia Coast live oak 1 gallon 25 20 48 Rosa californica California rose 1 gallon 4 200 484 Rubus ursinus Blackberry 1 gallon 4 22 53 Salix losiolepis Arroyo willow 1 gallon 8 40 97 Salix goodingii Black willow 1 gallon 8 40 97 Sambucus nigra Blue elderberry 1 gallon 12 60 145 ssp. caerulea Total 910 2202 Note: Includes 2.04 acres of restoration & 0.38 acre of enhancement. Approximately 0.22 acre of vegetated soil lift with willows not included in acreage. Table 5. Containerized Plant Mix - Mule Fat Scrub (1.35 Acres) Color Scientific Name Common Name Size Spacing (ft on center) Plants/Acre Total # Plants Baccharis salicifolia Mulefat 1 gallon 6 400 540 Baccharis salicina Willow baccharis 1 gallon 6 100 135 Rosa californica California rose 1 gallon 4 100 135 Rubus ursinus Blackberry 1 gallon 4 100 135 Salix lasiolepsis Arroyo willow 1 gallon - - 4* Total 700 949 Note: Includes 1.31 acres of restoration & 0.04 acre of enhancement. Approximately 0.30 acre of vegetated soil lift with mule fat not included in acreage *Includes additional plantings along access road Table 6. Seed Mix - Southern Willow Scrub & Mule Fat Scrub (4.65 Acres) Application Rate Color Scientific Name Common Name (Ib/ac) Total lbs. Seed Artemisia Mugwort 4 18.6 douglasiana Bolboschoenus maritimus ssp. Saltmarsh bulrush 1 4.7 paludosus Deinandra fasciculata Tarweed 6 27.9 Juncus mexicanus Mexican Rush 2 9.3 Oenothera elata ssp. Hooker's evening 1 4.7 hookeri primrose Pluchea odorata Salt marsh fleabane 2 9.3 Total 16 74.4 Note: Includes 3.35 of SWS and MFS restoration, 0.42 acre of enhancement, and approximately 0.52 acre of vegetated soil lifts that will be seeded. Table 7. Containerized Plant Mix - Alkali Meadow (3.01 Acres) Color Scientific Name Common Name Size Spacing (ft on center) Plants/Acre Total # Plants Anemopsis californica Yerba manza 1 gallon 2 200 602 Arthrocnemum subterminale parish's glasswort 1 gallon 2 100 301 Distichlis spicata Salt grass 1 gallon 2 500 1505 Eleocharis macrostachya Common spikerush 1 gallon 1 200 602 Elymus triticoides Creeping wild rye 1 gallon 1 500 1505 Frankenia salina Alkali health 1 gallon 2 500 1505 Jaumea carnosa Fleshy jaumea 1 gallon 2 600 1806 Juncus acutus ssp. leopoldii Spiny rush 1 gallon 6 400 1204 Lycium californicum California boxthorn 1 gallon 8 50 150.5 Malvella leprosa Alkali mallow 1 gallon 2 200 602 Suaeda taxifolia Wooly sea blite 1 gallon 3 50 150.5 Total 3,300 9,933 Note: Includes 2.24 acres of restoration & 0.77 acre of enhancement. Table 8. Seed Mix - Alkali Meadow (3.01 Acres) Color Scientific Name Common Name Application Rate (lb/acre) Total lbs. Seed Artemisia douglasiana Mugwort 4 12 Centromadia parryi ssp. australis Southern tarplant 1.5 4.5 Cressa truxillensis Alkali weed 1 3 Heliotropium curassavicum Seaside heliotrope 2 6 Lasthenia glabrata Goldfields 1 3 Pluchea odorato Salt marsh fleabane 3 9 Total 12.5 37.6 Note: Includes 2.24 acres of restoration & 0.77 acre of enhancement. Table 9. Containerized Plant Mix - CSS (5.49 Acres) Spacing (ft Total # Color Scientific Name Common Name Size on center) Plants/Acre Plants Heteromeles Toyon 1 gallon 10 15 83 arbutifolia Malosma laurina Laurel sumac 1 gallon 10 15 119* Cleomella arborea Bladderpod 1 gallon 6 30 165 var. arborea Rhus integrifolia Lemonade berry 1 gallon 10 20 139* Sambucus nigra Blue elderberry 1 gallon 12 30 198* ssp.caerulea Total 110 704 Note: Includes 4.50 acres of restoration & 0.99 acre of CSS enhancement. *Includes additional plantings along access road Table 10. Seed Mix - CSS Upland Habitat (5.49 Acres) Color Scientific Name Common Name Application Rate (lb/ac) Total lbs. Seed Acmispon glaber var. glaber Deerweed 3 16.5 Artemisia californica California sagebrush 2 11.0 Artemisia Tarragon 1 5.5 dracunculus Deinandra fasciculata Tarweed 1 5.5 Encelia californica California brittlebush 3 16.5 Eriogonum fasciculatum ssp California buckwheat 6 32.9 foliolosum Eriophyllum Golden yarrow 2 11.0 confertiflorum Eschscholzia California poppy 2 11.0 californica Isocoma menziesii Menzies's 2 11.0 var. vernonioides goldenbush Lasthenia glabrata Goldfields 1 5.5 Lupinus succulentus Arroyo lupine 4 22.0 Melica imperfecta Small flowered 3 16.5 melica Mirabilis laevis var. California wishbone 1 5.5 crassifolia bush Peritoma arborea Bladderpod 3 16.5 var. arborea Salvia apiana White Sage 1 5.5 Salvia melifera Black sage 2 11.0 Stipa pulchra Purple needlegrass 4 22.0 Vulpia microstachys Small fescue 6 32.9 Total 47 258.0 Note: Includes 4.50 acres of restoration & 0.99 acre of CSS enhancement. Table 11. Restoration and Enhancement Target Summary - East of Back Bay Drive Habitat Type - East of Back Bay Drive Restored Habitat (acres) Enhanced Habitat (acres) Vegetated Soil Lifts (acres) Mud Flat 0.34 Low Marsh 0.2 Mid Marsh 0.76 High Marsh 1.79 Alkali Meadow 2.24 0.77 Mule Fat Scrub 1.31 0.04 0.3 Southern Willow Scrub 2.04 0.38 0.22 Coastal Sage Scrub 4.50 0.99 Total 13.18 2.18 0.52 Q) E 2 1 2 1.9 oP I B \ B B H -2 O C 13 D 77 B B JB I E D :3 3 4 5 6 7 I 8 9 1.9 C \ B MATCHLINE -SEE SHEET IP-02 D E C G CLD G E l B E C C C E E M. F 10 11 12 13 IRRIGATION LEGEND - ROTATORS SYMBOL SPRAY BODIES NOZZLE RADIUS PSI GPM PREC. DET. SHEET If HUNTER PROS- 0 HUNTER PROS- If HUNTER PROS- IRRIGATION 1 2-PRS40-CV 1 2-PRS40-CV 1 2-PRS40-CV LEGEND - MP3000 90 30' MP3000 180 30' MP3000 360 30' EQUIPMENT 40 40 40 0.86 1.82 3.64 0.42 0.45 0.45 G, G, G, ID-1 ID-1 ID-1 SYMBOL DESCRIPTION DET. SHEET O RAIN BIRD ON -SURFACE DRIPLINE AT TREE, MODEL #XFD-06-12 H, ID-1 ® RAIN BIRD WIDE FLOW (WF) CONTROL ZONE KIT, MODEL #XCZ-100-PRB-COM C, ID-1 GRISWOLD 2" BRASS REMOTE CONTROL VALVE, MODEL #200DW-PRV-LS B, ID-1 ® RAIN BIRD QUICK COUPLER VALVE, MODEL #44-LRC D, ID-1 ►� WATTS GATE VALVE, SIZE TO MATCH MAIN LINE, MODEL #WGV-X E, ID-1 ARV 1" AIR RELIEF VALVE BY NETAFIM #65ARIB1-150 J, ID-1 INSTALL AT HIGHEST POINT OF MAIN LINE, LOCATION SHOWN ON PLANS MAY CHANGE TO THE HIGHEST POINT OF INSTALLED MAIN LINE MCV NEW 2" GRISWOLD MASTER CONTROL VALVE, NORMALLY OPEN, MODEL #2160L A,F, ID-1 Fs NEW 2" FLOMEC ULTRASONIC FLOW SENSOR FROM IMPERIAL TECHNICAL SERVICES, A,F, ID-1 (2-150 GPM) MODEL #IFS-300C NEW CONTROLLER FROM IMPERIAL TECHNICAL SERVICES, C-H, ID-2 MODEL #ISA6-RM2-200/SP/DXI-GPRS/RSE/IFS-200F/(89)SBDAC1/TWDACFLOW/(10)SBBLA/(10)GRD-K CONNECT TO EXISTING CONTROLLER POWER SOURCE INSTALL NEXT TO EXISTING CONTROLLER 3" CONSTANT PRESSURE MAIN LINE, CLASS 315, WITH SCH. 80 SOLVENT WELD FITTINGS I, ID-1 A, ID-2 - — EXISTING 3" CONSTANT PRESSURE MAINLINE INTERMITTENT PRESSURE PVC LATERAL LINE TO BE UV -RESISTANT SCH. 40 I, ID-1 SOLVENT WELD, BELLED END. WITH SCH. 80 SOLVENT WELD FITTINGS. SEE PLAN FOR SIZE. A,B, ID-2 SLEEVING TO BE SCH. 80 PVC WHEN UNDER ROADS WITH VEHICULAR TRAFFIC, SLEEVING I, ID-1 TO BE SCH. 40 OR ABS UNDER WALKWAYS, SLEEVE SIZE IS TWICE THE DIAMETER OF THE PROTECTED PIPE. INSTALL LOCATER VALVE BOXES AT THE END OF EACH SLEEVE, TYPICAL. SEE SLEEVING CHART BELOW EXISTING CONTROLLER: RAIN MASTER EVOLUTION DX2-FLOW, RADIO, & ANTENNAE 36 ZONES EXISTING MASTER VALVE: GRISWOLD 2000L EXISTING FLOW SENSOR: RAIN MASTER EVFM-2" EXISTING REDUCED PRESSURE BACKFLOW: FEBCO 825Y-2" x-xx/x"/xx CONTROLLER GALLONS PER MINUTE STATION NUMBER CONTROL VALVE SIZE PIPE SIZE LEGEND IRRIGATION SLEEVE CHART SYMBOL SIZE I/2„ NOT USED B 3/4" C 1" D 1-1/4" E 1-1/2" F 2" G 2-1/2" H 3„ J 4„ K 6„ 1 A-13/ "/51 I A-14/2"/42 l I I A-15/2"/47 A-16/2"/51 SLEEVE CHART FOR IRRIGATION PIPE AND WIRES PIPE SCHEDULE 40/80 SLEEVE SIZE PVC CONTROLLER SCHEDULE 40 PVC 3/4" 2" 1-18 2" 1 2" 19-24 3" 1-1/4" 3" 25-36 3" 1-1/2" 3" 37-48 4" 2" 4" 49-72 6" 2-1/2" 6„ 3„ 6„ 4" 6" NOTE: SLEEVE CHART IS A CONTRACTOR SHALL ACCOMMODATE THE WIRES. SCHEDULE VEHICULAR PAVING CONVENIENCE TO THE CONTRACTOR. PROVIDE ADEQUATE PIPE SLEEVE SIZE TO INSTALLATION OF THE IRRIGATION PIPE AND 80 PVC SLEEVES ARE TO BE USED UNDERNEATH AREAS. 0 30 60 90 L O SCALE -1"=30'-0" no.I date I by I ckd I description B 112/1/221 GT I CF 60% DESIGN A C C PRELIMINARY - NOT F FOR CONSTRUCTION BURNS �MED0NNELL.. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date detailed MARCH 2O24 G THAYER designed G THAYER checked C FOLEY Newport Bay � OD S C A P6 Conservancy =�"�D�PR 5 E � NEWPORT BEACH, CA BIG CANYON NATURE PARK * * PHASE 3 RESTORATION -25 O E12� E 2 �T o� IRRIGATION PLAN F of c A� �� project 2244 I contract HIRSCH & ASSOCIATES, INC. drawing rev. LANDSCAPE ARCHITECTURE & PLANNING IP-01 B 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW. HAILANDARCH.COM LA#1710 sheet 20 of 28 sheets I X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\12-08-22 IRRIGATION PLAN.DWG,3/13/2024 8:30 AM,jacob laurentowski. file 3-12-24 IRRIGATION PLAN 1 2 3 4 5 MATCHLINE - SEE SHEET IP-01 6 7 1.1 9 10 11 12 13 Q) E 2 ■ ■ MATCHLINE - SEE SHEET IP-04 IRRIGATION LEGEND - ROTATORS SYMBOL SPRAY BODIES NOZZLE RADIUS PSI GPM PREC. DET. SHEET If HUNTER PROS- 1 2-PRS40-CV MP3000 90 30' 40 0.86 0.42 G, ID-1 0 HUNTER PROS- 1 2-PRS40-CV MP3000 180 30' 40 1.82 0.45 G, ID-1 If HUNTER PROS- 1 2-PRS40-CV MP3000 360 30' 40 3.64 0.45 G, ID-1 IRRIGATION LEGEND - EQUIPMENT SYMBOL DESCRIPTION DIET. SHEET RAIN BIRD ON -SURFACE DRIPLINE AT TREE, MODEL #XFD-06-12 H, ID-1 ® RAIN BIRD WIDE FLOW (WF) CONTROL ZONE KIT, MODEL #XCZ-100-PRB-COM C, ID-1 GRISWOLD 2" BRASS REMOTE CONTROL VALVE, MODEL #200DW-PRV-LS B, ID-1 ® RAIN BIRD QUICK COUPLER VALVE, MODEL #44-LRC D, ID-1 ►� WATTS GATE VALVE, SIZE TO MATCH MAIN LINE, MODEL #WGV-X E, ID-1 ARV 1" AIR RELIEF VALVE BY NETAFIM #65AR1B1-150 J, ID-1 INSTALL AT HIGHEST POINT OF MAIN LINE, LOCATION SHOWN ON PLANS MAY CHANGE TO THE HIGHEST POINT OF INSTALLED MAIN LINE MCV NEW 2" GRISWOLD MASTER CONTROL VALVE, NORMALLY OPEN, MODEL #2160L A,F, ID-1 Fs NEW 2" FLOMEC ULTRASONIC FLOW SENSOR FROM IMPERIAL TECHNICAL SERVICES, A,F, ID-1 (2-150 GPM) MODEL #IFS-300C NEW CONTROLLER FROM IMPERIAL TECHNICAL SERVICES, C-H, ID-2 coMODEL #ISA6-RM2-200/SP/DXI-GPRS/RSE/IFS-200F/(89)SBDAC1/TWDACFLOW/(10)SBBLA/(10)GRD-K CONNECT TO EXISTING CONTROLLER POWER SOURCE INSTALL NEXT TO EXISTING CONTROLLER - - 3" CONSTANT PRESSURE MAIN LINE, CLASS 315, WITH SCH. 80 SOLVENT WELD FITTINGS I, ID-1 W A, ID-2 Li _ EXISTING 3" CONSTANT PRESSURE MAINLINE U) INTERMITTENT PRESSURE PVC LATERAL LINE TO BE UV -RESISTANT SCH. 40 I, ID-1 SOLVENT WELD, BELLED END. WITH SCH. 80 SOLVENT WELD FITTINGS. SEE PLAN FOR SIZE. A,B, ID-2 W 1J,J _ _ SLEEVING TO BE SCH. 80 PVC WHEN UNDER ROADS WITH VEHICULAR TRAFFIC, SLEEVING I, ID-1 (� TO BE SCH. 40 OR ABS UNDER WALKWAYS, SLEEVE SIZE IS TWICE THE DIAMETER OF THE PROTECTED PIPE. INSTALL LOCATER VALVE BOXES AT THE END OF EACH SLEEVE, TYPICAL. SEE SLEEVING CHART BELOW w Z EXISTING CONTROLLER: RAIN MASTER EVOLUTION DX2-FLOW, RADIO, & ANTENNAE J 36 ZONES = U EXISTING MASTER VALVE: GRISWOLD 2000L FLOW SENSOR: RAIN MASTER EVFM-2" QEXISTING EXISTING REDUCED PRESSURE BACKFLOW: FEBCO 825Y-2" x-xx/x"/xx CONTROLLER GALLONS PER MINUTE STATION NUMBER CONTROL VALVE SIZE PIPE SIZE LEGEND IRRIGATION SLEEVE CHART SYMBOL SIZE I/2n NOT USED B 3/4" C 1" D 1-1 /4" E 1-1/2" F 2" G 2-1/2" H 3„ J 4„ K 6„ SLEEVE CHART FOR IRRIGATION PIPE AND WIRES PIPE SCHEDULE 40/80 SLEEVE SIZE PVC CONTROLLER WIRES SCHEDULE 40 PVC SI FIEVE SIZE 3/4" 2" 1-18 2" 1 2" 19-24 3" 1-1/4" 3" 25-36 3" 1-1/2" 3" 37-48 4" 2" 4" 49-72 6" 2-1/2" 6„ 3„ 6„ 4" 6„ NOTE: SLEEVE CHART IS A CONVENIENCE TO THE CONTRACTOR. CONTRACTOR SHALL PROVIDE ADEQUATE PIPE SLEEVE SIZE TO ACCOMMODATE THE INSTALLATION OF THE IRRIGATION PIPE AND WIRES. SCHEDULE 80 PVC SLEEVES ARE TO BE USED UNDERNEATH VEHICULAR PAVING AREAS. „ 0 30 60 90 L O 7m%mm7m7 �ODSCAP6 E Fo 41'��0 5 0 12-2 ��P OF C A�-�� �� HIRSCH & ASSOCIATES, INC. LANDSCAPE ARCHITECTURE & PLANNING 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW.HAILANDARCH.COM LA#1710 no.I date I by I ckd I description B 112/1/221 GT I CF 60% DESIGN A 0 C ❑C PRELIMINARY - NOT F FOR CONSTRUCTION BURNS �MED0NNELL.. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date detailed MARCH 2O24 G THAYER designed G THAYER checked C FOLEY Newport Bay Conservancy NEWPORT BEACH, CA BIG CANYON NATURE PARK PHASE 3 RESTORATION IRRIGATON PLAN project 2244 I contract drawing rev. IP-02 B sheet 21 of 28 sheets file 3-12-24 IRRIGATION PLAN m X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\12-08-22 IRRIGATION PLAN.DWG,3/13/2024 8:30 AM,jacob laurentowski. i 2 3 4 5 MATCHLINE - SEE SHEET IP-01 C.1 7 L-1 10 11 12 13 no.I date I by I ckd I description B 112/1/221 GT I CIF 60% DESIGN Q) E 2 MATCHLINE - SEE SHEET IP-05 IRRIGATION LEGEND - ROTATORS SYMBOL SPRAY BODIES NOZZLE RADIUS PSI GPM PREC. DET. SHEET 0 HUNTER PROS- 1 2-PRS40-CV MP3000 90 30' 40 0.86 0.42 G, ID-1 0 HUNTER PROS- 1 2-PRS40-CV MP3000 180 30' 40 1.82 0.45 G, ID-1 T HUNTER PROS- 1 2-PRS40-CV MP3000 360 30' 40 3.64 0.45 G, ID-1 IRRIGATION LEGEND - EQUIPMENT SYMBOL DESCRIPTION DET. SHEET RAIN BIRD ON -SURFACE DRIPLINE AT TREE, MODEL #XFD-06-12 H, ID-1 ® RAIN BIRD WIDE FLOW (WF) CONTROL ZONE KIT, MODEL #XCZ-100-PRB-COM C, ID-1 GRISWOLD 2" BRASS REMOTE CONTROL VALVE, MODEL #200DW-PRV-LS B, ID-1 ® RAIN BIRD QUICK COUPLER VALVE, MODEL #44-LRC D, ID-1 ►� WATTS GATE VALVE, SIZE TO MATCH MAIN LINE, MODEL #WGV-X E, ID-1 ARV 1" AIR RELIEF VALVE BY NETAFIM #65ARIB1-150 J, ID-1 INSTALL AT HIGHEST POINT OF MAIN LINE, LOCATION SHOWN ON PLANS MAY CHANGE TO THE HIGHEST POINT OF INSTALLED MAIN LINE MCV NEW 2" GRISWOLD MASTER CONTROL VALVE, NORMALLY OPEN, MODEL #2160L A,F, ID-1 Fs NEW 2" FLOMEC ULTRASONIC FLOW SENSOR FROM IMPERIAL TECHNICAL SERVICES, A,F, ID-1 (2-150 GPM) MODEL #IFS-300C NEW CONTROLLER FROM IMPERIAL TECHNICAL SERVICES, C-H, ID-2 MODEL #ISA6-RM2-200/SP/DXI-GPRS/RSE/IFS-20OF/(89)SBDAC1/TWDACFLOW/(10)SBBLA/(10)GRD-K CONNECT TO EXISTING CONTROLLER POWER SOURCE INSTALL NEXT TO EXISTING CONTROLLER - - — 3" CONSTANT PRESSURE MAIN LINE, CLASS 315, WITH SCH. 80 SOLVENT WELD FITTINGS I, ID-1 A, ID-2 - EXISTING 3" CONSTANT PRESSURE MAINLINE INTERMITTENT PRESSURE PVC LATERAL LINE TO BE UV -RESISTANT SCH. 40 I, ID-1 SOLVENT WELD, BELLED END. WITH SCH. 80 SOLVENT WELD FITTINGS. SEE PLAN FOR SIZE. A,B, ID-2 SLEEVING TO BE SCH. 80 PVC WHEN UNDER ROADS WITH VEHICULAR TRAFFIC, SLEEVING I, ID-1 TO BE SCH. 40 OR ABS UNDER WALKWAYS, SLEEVE SIZE IS TWICE THE DIAMETER OF THE PROTECTED PIPE. INSTALL LOCATER VALVE BOXES AT THE END OF EACH SLEEVE, TYPICAL. SEE SLEEVING CHART BELOW EXISTING CONTROLLER: RAIN MASTER EVOLUTION DX2-FLOW, RADIO, & ANTENNAE 36 ZONES EXISTING MASTER VALVE: GRISWOLD 2000L EXISTING FLOW SENSOR: RAIN MASTER EVFM-2" EXISTING REDUCED PRESSURE BACKFLOW: FEBCO 825Y-2" x-xx/x"/xx CONTROLLER GALLONS PER MINUTE STATION NUMBER CONTROL VALVE SIZE PIPE SIZE LEGEND IRRIGATION SLEEVE CHART SYMBOL SIZE I/2n NOT USED B 3/4" C 1" D 1-1/4" E 1-1/2" F 2" G 2-1/2" H 3„ J 4„ K 6„ SLEEVE CHART FOR IRRIGATION PIPE AND WIRES PIPE SCHEDULE 40/80 SLEEVE SIZE PVC CONTROLLER WIRES SCHEDULE 40 PVC SI EEVE SIZE 3/4" 2" 1-18 2" 1 " 2" 19-24 3" 1-1/4" 3" 25-36 3" 1-1 /2" 3" 37-48 4" 2" 4" 49-72 6" 2-1/2" 6" 3„ 6„ 4„ 6„ NOTE: SLEEVE CHART IS A CONVENIENCE TO THE CONTRACTOR. CONTRACTOR SHALL PROVIDE ADEQUATE PIPE SLEEVE SIZE TO ACCOMMODATE THE INSTALLATION OF THE IRRIGATION PIPE AND WIRES. SCHEDULE 80 PVC SLEEVES ARE TO BE USED UNDERNEATH VEHICULAR PAVING AREAS. 0 30 60 90 0 7m%==m77 �ODSCAP6 E Fo 41'��0 5 0 12-2 OF C HIRSCH & ASSOCIATES, INC. LANDSCAPE ARCHITECTURE & PLANNING 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW.HAILANDARCH.COM LA#1710 A 0 C ❑C PRELIMINARY - NOT F FOR CONSTRUCTION BURNS �MED0NNELL.. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 G 858-320-2920 date MARCH 2O24 designed G THAYER detailed G THAYER checked C FOLEY Newport Bay Conservancy NEWPORT BEACH, CA BIG CANYON NATURE PARK PHASE 3 RESTORATION IRRIGATION PLAN project 2244 I contract drawing rev. IP-03 B sheet 22 of 28 sheets file 3-12-24 IRRIGATION PLAN m X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\12-08-22 IRRIGATION PLAN.DWG,3/13/2024 8:30 AM,jacob laurentowski. 1 2 3 4 5 C.1 7 E1 10 11 12 13 no.I date I by I ckd I description B 112/1/221 GT I CF 60% DESIGN Q) E 2 °PPP P °�P OP B I� OP °P 0 I ram, MATCHLINE - SEE SHEET IP-02 A-5U/2 /Ib % C / A-62/2"/51 A-65/2"/33 A-51/2"/26 E NF E C A-60/2"/29 F A-58/2" •• �' G71 F A-64/2"/40 F F A-59/2"/29 •.0-000 B 0--000' •' B B A-57 2"/37 E �E O O O O O O O D B /F B FJ O O C DE� D C F �Q O G F E :_\7z'�\\A-55/2"/20 C B C D C A-54/WF/4 \ \ F e e B� B E 3 D C B C F i IRRIGATION LEGEND - ROTATORS SYMBOL SPRAY BODIES NOZZLE RADIUS PSI GPM PREC. DIET. SHEET HUNTER PROS- 1 2-PRS40-CV MP3000 90 30' 40 0.86 0.42 G, ID-1 0 HUNTER PROS- 1 2-PRS40-CV MP3000 180 30' 40 1.82 0.45 G, ID-1 T HUNTER PROS- 1 2-PRS40-CV MP3000 360 30' 40 3.64 0.45 G, ID-1 IRRIGATION LEGEND - EQUIPMENT SYMBOL DESCRIPTION DET. SHEET 6 RAIN BIRD ON -SURFACE DRIPLINE AT TREE, MODEL #XFD-06-12 H, ID-1 ® RAIN BIRD WIDE FLOW (WF) CONTROL ZONE KIT, MODEL #XCZ-100-PRB-COM C, ID-1 GRISWOLD 2" BRASS REMOTE CONTROL VALVE, MODEL #200DW-PRV-LS B, ID-1 ® RAIN BIRD QUICK COUPLER VALVE, MODEL #44-LRC D, ID-1 ►� WATTS GATE VALVE, SIZE TO MATCH MAIN LINE, MODEL #WGV-X E, ID-1 ARV 1" AIR RELIEF VALVE BY NETAFIM #65ARIB1-150 J, ID-1 INSTALL AT HIGHEST POINT OF MAIN LINE, LOCATION SHOWN ON PLANS MAY CHANGE TO THE HIGHEST POINT OF INSTALLED MAIN LINE I? C:) LO MCV NEW 2" GRISWOLD MASTER CONTROL VALVE, NORMALLY OPEN, MODEL #2160L A,F, ID-1 .. Fs NEW 2" FLOMEC ULTRASONIC FLOW SENSOR FROM IMPERIAL TECHNICAL SERVICES, A,F, ID-1 (2-150 GPM) MODEL #IFS-300C W © NEW CONTROLLER FROM IMPERIAL TECHNICAL SERVICES, C-H, ID-2 LLJ MODEL #ISA6-RM2-200/SP/DXI-GPRS/RSE/IFS-20OF/(89)SBDAC1/TWDACFLOW/(10)SBBLA/(10)GRD-K = CONNECT TO EXISTING CONTROLLER POWER SOURCE (n INSTALL NEXT TO EXISTING CONTROLLER w - - 3" CONSTANT PRESSURE MAIN LINE, CLASS 315, WITH SCH. 80 SOLVENT WELD FITTINGS I, ID-1 LLJ A, ID-2 EXISTING 3" CONSTANT PRESSURE MAINLINE i L1J INTERMITTENT PRESSURE PVC LATERAL LINE TO BE UV -RESISTANT SCH. 40 I, ID-1 z SOLVENT WELD, BELLED END. WITH SCH. 80 SOLVENT WELD FITTINGS. SEE PLAN FOR SIZE. A,B, ID-2 J _ _ SLEEVING TO BE SCH. 80 PVC WHEN UNDER ROADS WITH VEHICULAR TRAFFIC, SLEEVING I, ID-1 = TO BE SCH. 40 OR ABS UNDER WALKWAYS, SLEEVE SIZE IS TWICE THE DIAMETER OF THE U PROTECTED PIPE. INSTALL LOCATER VALVE BOXES AT THE END OF EACH SLEEVE, TYPICAL. 0 SEE SLEEVING CHART BELOW Q EXISTING CONTROLLER: RAIN MASTER EVOLUTION DX2-FLOW, RADIO, & ANTENNAE 2 36 ZONES EXISTING MASTER VALVE: GRISWOLD 2000L EXISTING FLOW SENSOR: RAIN MASTER EVFM-2" EXISTING REDUCED PRESSURE BACKFLOW: FEBCO 825Y-2" x-xx/x"/xx CONTROLLER GALLONS PER MINUTE STATION NUMBER CONTROL VALVE SIZE PIPE SIZE LEGEND IRRIGATION SLEEVE CHART SYMBOL SIZE I/2n NOT USED B 3/4" C 1" D 1-1/4" E 1-1/2" F 2" G 2-1/2" H 3„ J411 K 6„ SLEEVE CHART FOR IRRIGATION PIPE AND WIRES PIPE SCHEDULE 40/80 SLEEVE SIZE PVC CONTROLLER WIRES SCHEDULE 40 PVC SI FIEVE SIZE 3/4" 2" 1-18 2" 1 " 2" 19-24 3" 1-1/4" 3" 25-36 3" 1-1/2" 3" 37-48 4" 2" 4" 49-72 6" 2-1/2' 6" 3„ 6„ 4" 6„ NOTE: SLEEVE CHART IS A CONVENIENCE TO THE CONTRACTOR. CONTRACTOR SHALL PROVIDE ADEQUATE PIPE SLEEVE SIZE TO ACCOMMODATE THE INSTALLATION OF THE IRRIGATION PIPE AND WIRES. SCHEDULE 80 PVC SLEEVES ARE TO BE USED UNDERNEATH VEHICULAR PAVING AREAS. 0 30 60 90 0 7m%==m7m7 �PNDSCgP� 5 E -25 O I.2-E2 \P ,9�F OFC A�\� HIRSCH & ASSOCIATES, INC. LANDSCAPE ARCHITECTURE & PLANNING 2221 EAST WINSTON ROAD, SUITE A ANAHEI M, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW.HAILANDARCH.COM LA#1710 A 0 C ❑C PRELIMINARY - NOT F FOR CONSTRUCTION BURNS �MED0NNELL.. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date detailed MARCH 2O24 G THAYER designed G THAYER checked C FOLEY Newport Bay Conservancy NEWPORT BEACH, CA BIG CANYON NATURE PARK PHASE 3 RESTORATION IRRIGATION PLAN project 2244 I contract drawing rev. IP-04 B sheet 23 of 28 sheets file3-12-24 IRRIGATION PLAN m X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\12-08-22 IRRIGATION PLAN.DWG,3/13/2024 8:30 AM,jacob laurentowski. i 2 3 4 5 C.1 7 1.1 10 11 12 13 no.I date I by I ckd I description B 112/1/221 GT I CF 60% DESIGN U) Q) E 2 >I C) 2 AZ m CnIm Cn m m i O MATCHLINE - SEE SHEET IP-03 IRRIGATION LEGEND - ROTATORS SYMBOL SPRAY BODIES NOZZLE RADIUS PSI GPM PREC. DET. SHEET If HUNTER PROS- 1 2-PRS40-CV MP3000 90 30' 40 0.86 0.42 G, ID-1 0 HUNTER PROS- 1 2-PRS40-CV MP3000 180 30' 40 1.82 0.45 G, ID-1 If HUNTER PROS- 1 2-PRS40-CV MP3000 360 30' 40 3.64 0.45 G, ID-1 IRRIGATION LEGEND - EQUIPMENT SYMBOL DESCRIPTION DET. SHEET RAIN BIRD ON -SURFACE DRIPLINE AT TREE, MODEL #XFD-06-12 H, ID-1 ® RAIN BIRD WIDE FLOW (WF) CONTROL ZONE KIT, MODEL #XCZ-100-PRB-COM C, ID-1 GRISWOLD 2" BRASS REMOTE CONTROL VALVE, MODEL #200DW-PRV-LS B, ID-1 ® RAIN BIRD QUICK COUPLER VALVE, MODEL #44-LRC D, ID-1 ►� WATTS GATE VALVE, SIZE TO MATCH MAIN LINE, MODEL #WGV-X E, ID-1 ARV 1" AIR RELIEF VALVE BY NETAFIM #65AR1B1-150 J, ID-1 INSTALL AT HIGHEST POINT OF MAIN LINE, LOCATION SHOWN ON PLANS MAY CHANGE TO THE HIGHEST POINT OF INSTALLED MAIN LINE MCV NEW 2" GRISWOLD MASTER CONTROL VALVE, NORMALLY OPEN, MODEL #2160L A,F, ID-1 Fs NEW 2" FLOMEC ULTRASONIC FLOW SENSOR FROM IMPERIAL TECHNICAL SERVICES, A,F, ID-1 (2-150 GPM) MODEL #IFS-300C NEW CONTROLLER FROM IMPERIAL TECHNICAL SERVICES, C-H, ID-2 MODEL #ISA6-RM2-200/SP/DXI-GPRS/RSE/IFS-200F/(89)SBDAC1/TWDACFLOW/(10)SBBLA/(10)GRD-K CONNECT TO EXISTING CONTROLLER POWER SOURCE INSTALL NEXT TO EXISTING CONTROLLER - - 3" CONSTANT PRESSURE MAIN LINE, CLASS 315, WITH SCH. 80 SOLVENT WELD FITTINGS I, ID-1 A, ID-2 - — — - EXISTING 3" CONSTANT PRESSURE MAINLINE INTERMITTENT PRESSURE PVC LATERAL LINE TO BE UV -RESISTANT SCH. 40 I, ID-1 SOLVENT WELD, BELLED END. WITH SCH. 80 SOLVENT WELD FITTINGS. SEE PLAN FOR SIZE. A,B, ID-2 SLEEVING TO BE SCH. 80 PVC WHEN UNDER ROADS WITH VEHICULAR TRAFFIC, SLEEVING I, ID-1 TO BE SCH. 40 OR ABS UNDER WALKWAYS, SLEEVE SIZE IS TWICE THE DIAMETER OF THE PROTECTED PIPE. INSTALL LOCATER VALVE BOXES AT THE END OF EACH SLEEVE, TYPICAL. SEE SLEEVING CHART BELOW EXISTING CONTROLLER: RAIN MASTER EVOLUTION DX2-FLOW, RADIO, & ANTENNAE 36 ZONES EXISTING MASTER VALVE: GRISWOLD 2000L EXISTING FLOW SENSOR: RAIN MASTER EVFM-2" EXISTING REDUCED PRESSURE BACKFLOW: FEBCO 825Y-2" x-xx/x"/xx CONTROLLER GALLONS PER MINUTE STATION NUMBER CONTROL VALVE SIZE PIPE SIZE LEGEND IRRIGATION SLEEVE CHART SYMBOL SIZE 1/2" NOT USED B 3/4" C 1" D 1-1/4" E 1-1/2" F 2" G 2-1/2" H 3„ J 4„ K 6„ SLEEVE CHART FOR IRRIGATION PIPE AND WIRES PIPE SCHEDULE 40/80 SLEEVE SIZE PVC CONTROLLER WIRE'S SCHEDULE 40 PVC ';I FIEVE SIZE 3/4" 2" 1-18 2" 1 2" 19-24 3" 1-1/4" 3" 25-36 3" 1-1 /2" 3" 37-48 4" 2" 4" 49-72 6" 2-1/2" 6„ 3„ 6„ 4" 6„ NOTE: SLEEVE CHART IS A CONTRACTOR SHALL ACCOMMODATE THE WIRES. SCHEDULE VEHICULAR PAVING CONVENIENCE TO THE CONTRACTOR. PROVIDE ADEQUATE PIPE SLEEVE SIZE TO INSTALLATION OF THE IRRIGATION PIPE AND 80 PVC SLEEVES ARE TO BE USED UNDERNEATH AREAS. „ 0 30 60 90 O �_ 9 7=%��= SCALE - 1 " = 30'- 0" �ODSCAP6 E Fo 41'�0 5 0 12-2 ��P OF C A�-�� �� HIRSCH & ASSOCIATES, INC. LANDSCAPE ARCHITECTURE & PLANNING 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW.HAILANDARCH.COM LA#1710 A 0 C ❑C PRELIMINARY - NOT F FOR CONSTRUCTION BURNS �MED0NNELL.. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date detailed MARCH 2O24 G THAYER designed G THAYER checked C FOLEY Newport Bay Conservancy NEWPORT BEACH, CA BIG CANYON NATURE PARK PHASE 3 RESTORATION IRRIGATION PLAN project 2244 I contract drawing rev. IP-05 B sheet 24 of 28 sheets file 3-12-24 IRRIGATION PLAN m X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\12-08-22 IRRIGATION PLAN.DWG,3/13/2024 8:30 AM,jacob laurentowski. `o U Cn Q) E 1 2 3 4 5 HEAT BRAND "MCV" IN 2" NOT TO SCALE HEAT BRAND "FS" IN 2" LETTERS LETTERS ON VALVE BOX LID ON VALVE BOX LID LEGEND: O FINISH GRADE O7 PVC 45 DEGREE ELL (TYP.) BUSH 12 PVC MALE ADAPTER O2 PURPLE JUMBO VALVE BOX & LOCKING COVER DOWN TO FLOW METER SIZE AS NECESSARY 13 PVC MALE ADAPTER - BUSH DOWN TO 03 CONTROL WIRES WITH 12" MIN. ® PVC MAINLINE - LENGTH AS FLOW METER SIZE AS NECESSARY SERVICE COIL AND WATERPROOF REQUIRED - SEE SPECIFICATIONS WIRE SPLICE CONNECTORS - WIRE FOR TYPE AND DEPTH 14 MASTER CONTROL VALVE. MODEL COLORS PER SPECIFICATIONS PER IRRIGATION LEGEND Qg GRAVEL (1 CU. FT.) ® FLOW SENSOR PER IRRIGATION LEGEND 10 BRICK SUPPORTS, 1 EACH SIDE, MINIMUM NOTES: SEE PLANS, LEGEND AND O PVC 45 DEGREE ELL (TYP.) SPECIFICATIONS FOR ADDITIONAL 11 VALVE BOX EXTENSIONS © MINIMUM 10x PIPE DIAMETER UPSTREAM & AS REQUIRED INSTALLATION NOTES. MINIMUM 5x PIPE DIAMETER DOWNSTREAM OF STRAIGHT PIPE MASTER CONTROL VALVE WITH FLOW SENSOR 10" GREEN ROUND PLASTIC VALVE BOX WITH LOCKING LID. HEAT BRAND "QCV" IN 2" LETTERS ON LID FINISH GRADE BRASS NIPPLE O co 0 o� o o 000 —III 0 O OO CONSANT PRESSURE TRIPLE SWING JOINT ASSEMBLY OC PEA GRAVED U C NOT TO SCALE QUICK COUPLER VALVE WITH LOCKING YELLOW CAP. SEE LEGEND FOR / MANUFACTURER & MODEL / FINISH GRADE II � IIII; III, III o I -I 1 1 /2" x 1 1 /2" x 24" a 0 -III- LONG STREET ANGLE STAKE ° I= x STRAP TO RISER WITH 00 .00o N STAINLESS STEEL PLUMBING 24 MIN. o� ° .III_ CLAMP III= MAINLINE QUICK COUPLER VALVE MIN BRICK SUPPORT, 3 BRICKS SPACED EVENLY AROUND BASE NOT T A D 0 SCALE O1 PVC DRIP MANIFOLD PIPE 2O PVC SCH 40 TEE OR EL 3 O3 RAIN BIRD XF SERIES BLANK TUBING 5 4O BARB CROSS INSERT FITTING: RAIN BIRD XFD-CROSS v \ O BARB TEE INSERT FITTING: RAIN BIRD XFF-TEE O PROJECTED CANOPY LINE OF TREE O7 ON -SURFACE DRIPLINE: 8 RAIN BIRD XF SERIES DRIPLINE POTABLE: XFD DRIPLINE NON -POTABLE: XFDP DRIPLINE 9 PLACE AS SHOWN (LENGTH AS REQUIRED) 5 8O ROOT BALL 3 9O TIE DOWN STAKE: RAIN BIRD TDS-050 WITH BEND 5 (QUANTITY AS REQUIRED, SEE NOTES 2-3 BELOW) NOTES: 1. DISTANCE BETWEEN LATERAL RINGS AND EMITTER SPACING TO BE BASED ON SOIL TYPE, AND TREE CANOPY. SEE RAIN BIRD XFD DRIPLINE INSTALLATION GUIDE FOR SUGGESTED SPACINGS. 2. PLACE TIE DOWN STAKES EVERY THREE FEET IN SAND, FOUR FEET IN LOAM, AND FIVE FEET IN CLAY. 3. AT FITTINGS WHERE THERE IS A CHANGE OF DIRECTION SUCH AS TEES OR ELBOWS, USE TIE -DOWN STAKES ON EACH LEG OF THE CHANGE OF DIRECTION. TREE DRIP RING NOT TO SCALE 6 7 I 8 9 GREEN VAL H EA NI FINISHED GRADE PVC MAIN LINE LENGTH WITH REDUCER COUPLING AS REQUIRED SCHEDULE 80 PVC ELBOW PVC TEE OR ELBOW (TYP.) PVC MAIN LINE (TYP.) SEE IRRIGATION PLAN NOTES FOR DEPTH Iv SECTION/ELEVATION NOT TO SCALE REMOTE CONTROL VALVE 2 " PVC MAINLINE-fH—=I17 ';,IIIIII GATE VALVE 10 11 12 13 MODEL AND SIZE PER IRRIGATION PLAN 16 17 2 MINIMUM FLOW RATE: 0.1 GPM MAXIMUM FLOW RATE: 35 GPM 1 CONTROL WIRES AND DECODER — I- —III—III III—III=� WITH 12" MIN. SERVICE COIL 3 AND WATERPROOF WIRE SPLICE CONNECTORS -I I �1 I I —IIII 11=I I =1 I I=1 I=III=1 I I -I I I I.D. TAG. CHRISTY'S, OR EQUAL = 5 a a a III=� PVC LATERAL LINE 15 -III 1 10 g I IIII SEE IRRIGATION PLAN NOTES I 1==I 11= FOR DEPTH0 0 00 0 —III III11 4 o ° ° o 0 _- 14 oo� o 0 0 00 .0 a III I I=11 II — II— — I VALVE BOX EXTENSION, AS LEGEND: 13 NEEDED 1O FINISH GRADE III -III Q2 CONTROL WIRES WITH 36" SERVICE COIL AND WATER ( INLINE VALVE BRICK SUPPORTS, 1 AT PROOF WIRE CONNECTORS, DBY OR EQUAL. 8 EACH SIDE, MINIMUM 10 Y-FILTER (') 3O LOCKABLE RECTANGULAR GREEN PLASTIC VALVE BOX. HEAT BRAND "RCV" AND STATION NUMBER ON LID IN 2" 11 PRESSURE REGULATOR (*) GRAVEL (1 CU. FT.) HIGH LETTERS. 1© SCH 40 PVC MALE ADAPTER TO PVC, OR 1" TO 3/4" REDUCER TO TLM75 ® PVC MAINLINE PER IRRIGATION PLAN (LENGTH AS TRI-LOC FITTING (INCLUDED) TO T-EHDI645-XXX HOSE. REQUIRED). 13 PEA GRAVEL SUMP, MINIMUM 6" DEEP. 5O SCH 40 PVC ELL (SxS). 14 BRICK SUPPORTS (4 COMMON BRICKS REQUIRED). © NATIVE SOIL 15 SCH 40 PVC MALE ADAPTER. 7O CONTROL WIRES TO CONTROLLER. 16 GREEN VALVE BOX WITH LOCKABLE LID. HEAT BRAND "RCV" AND ® PVC MAINLINE FITTING. STATION NUMBER ON LID IN 2" LETTERS. 1© GREEN VALVE ID TAG, CHRISTY'S OR EQUAL DRIP ZONE VALVE KIT B NOT TO SCALE NOTE: CONTRACTOR SHALL REMOVE AND RETURN THE EXISTING MASTER CONTROL VALVE AND FLOW SENSOR TO THE CITY OF NEWPORT BEACH. INSTALL NEW MASTER CONTROL VALVE AND FLOW SENSOR IN SAME HEAT BRAND "GV" IN 2" LOCATION. THE NEW CONTROLLER SHALL BE CONNECTED TO THE MASTER LETTERS ON LID CONTROL VALVE AND FLOW SENSOR. N�IIXII�I N� TO REMOTE TO REMOTE CONTROL VALVESCONTROL VALVES FINISH GRADE V33","' 10" ROUND GREEN VALVE MASTER CONTROL BOX WITH LOCKABLE LID VALVE, REFER TO DISTANCEIRRIGATION LEGEND FILTER FABRIC BARRIER PER EXISTING METER SENSOR 3" REQUIREMENTS 1 M.C.V - 6" DEEP PEA GRAVEL SUMP 3' S 0 FLOW SENSOR, REFER TO IRRIGATION LEGEND 6" ADS, LENGTH AS - REQUIRED ® GATE VALVE, REFER TO BF 6 IRRIGATION LEGEND 3' - GATE VALVE, LINE SIZE. WM 2 O5 3" CLASS 315 PIPE. MODEL PER IRRIGATION PLAN EXISTING 3" © EXISTING BACKFLOW WATER SUPPLY LINES PREVENTER, REFER TO IRRIGATION LEGEND 01 FINISF 2O ROT01 SPRA' O3 SCH ® SCH O5 SCH © #4 S O STAI N POINT OF CONNECTION ROTO NOT TO SCALE E F NOT TO SCALE NOTE: TYPICAL TRENCHING DETAIL WHERE APPLICABLE. LATERAL LINE SHALL BE INSTALLED ON GRADE. MAIN LINE, LATERAL LINE MAIN LINE AND LATERAL LINE AND CONTROL WIRES IN LANDSCAPED AREA. UNDER PAVING FINISH GRADE COMPACTED BACKFILL PAVING � COMPACTED BACKFILL CONTROL WIRE BUNDLED AT 10' O.C. NOTES: 1. ALLOW 4" HORIZONTAL AND VERTICLE CLEARANCE BETWEEN ADJACENT LINES. 2. COMPACT TRENCHES TO 90% IN PAVING AREAS AND TO 80% IN ALL LANDSCAPE AREAS. PIPE TRENCHING s �IFILIII III=III=1 _I I I=1I I=1 T I • •> 1T1=III: ;IT1=1 11L=uI=1I, ° ��� �I A IIi= „ ;Ili �I IiI=Iil=Iil= IiI-Ii _ I� 32 - WARNING TAPE III=III-I Mail: i II III � I I II_ T I III: WARNING TAPE 32 i_ _I _ 12" =Ili: - Ti_ iI=I 1 12" - _I_Ii _ 4 „ MAIN LINE OR 4" :4" MAIN LINE LATERAL LINE SAND BEDDING LATERAL o SAND BEDDING 11 AND BACKFILL LINE 2 AND BACKFILL 4" SCH 40 PVC SLEEVE UNDER STREETS CONTROL WIRES BUNDLED AT 10 FT O.C. IN SCH 40 PVC PIPE DIMENSIONS A ROTARY HEADS 18" MIN. 3/4" INLET ALL OTHER HEADS 12" NOT TO SCALE c 10" GREEN ROUND BOLT -DOWN LID. 1 2" LETTERS ON LID AIR RELEASE VALVE SEE IRRIGATION PLAN FOR MODEL CRUSHED ROCK 1 SCH 80 PVC RISER, LENGTH AS REQUIRED TEE PVC MAIN LINE MAIN LINE AIR RELEASE VALVE NOT TO SCALE R ON RISER 0 30 60 90 L O SCALE -1"=30'-0" NOT TO SCALE T T NO 0 SCALE G no.I date I by I ckd I description B 112/1/221 GT I CF 60% DESIGN A C C PRELIMINARY - NOT F FOR CONSTRUCTION BURNS NA&MED0NNELL.. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date detailed MARCH 2O24 G THAYER designed G THAYER checked r r:nl PV �ODSCgP� I Lonservancy ,�D�PR 5 NEWPORT BEACH, CA BIG CANYON NATURE PARK * * PHASE 3 RESTORATION -25 0 El. ' 2 �T o� IRRIGATION DETAILS F of C A� �� project 2244 contract I HIRSCH & ASSOCIATES, INC. drawing LANDSCAPE ARCHITECTURE & PLANNING ID-01 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW. HAILANDARCH.COM LA#1710 rev. B sheet 25 of 28 sheets file 10-IRRIGATION DETAILS I� X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\10-IRRIGATION DETAILS.DWG,3/13/2024 8:30 AM,jacob laurentowski. E In U I FINISH C 2 3 4 E JL1. LLL JI VI\IVI VI\/'-111V NO SLEEVE IS REQUIRED IF 10' MIN. PARALLEL DISTANCE IS MAINTAINED BETWEEN DOMESTIC WATERLINE, STORM DRAIN AND SEWER LINE. A 12" SEPARATION MUST BE MAINTAINED WHERE DOMESTIC WATER LINES CROSS SEWER LINES OR STORM DRAIN LINES. POTABLE WATER LINE MUST BE INSTALLED IN A SCH 40 SLEEVE EXTENDING 10' ON BOTH SIDES OF DOMESTIC LINE, SEWER LINE AND DRAIN AT THESE CROSSINGS. POTABLE/STORM/SEWER LINE CROSSING NOT TO SCALE Imperial Assembly with concrete base CC CO CV * Note all grounding requirements for controller assemblies shall conform to local electrical codes. 1. Imperial Assemblies 16" top entry Satellite Assembly NEMA 3R rainproof enclosure (UL listed) 2. Controller 3. Power switch/GFI receptacle 4. Master valve relay assembly or pump start relay assembly (optional) 5. Terminal Board 6. Remote Receiver Connector 7. 1" PVC conduit for 120 VAC from metered power supply 8. PVC conduit for control wires, size as required 9. Fill voids with 3/8" Pea Gravel 10. 1-1/4" PVC conduit for flow sensor cable PAIGE CABLE P - 7162 - D 11. Poured concrete base CONTROLLER INSTALLATION TT D NO 0 SCALE DECODER INSTALLATION LEGEND 5 7 8' O.C. TYPICAL ULTRA -VIOLET RESISTANT SCH 40 s r'vu rlrC, JtC r'LHIVJ rum JILC. FINISH GRADE / / #4 X 18" REBAR J-HOOK, SPACE AT 8 ON CENTER, TYPICAL / SECTION VIEW NOTES: 1. PVC PIPE INSTALLED ON GRADE TO BE SCH 40 ULTRA -VIOLET RESISTANT PVC. 2. ALL PVC FITTINGS INSTALLED ON GRADE TO BE ULTRA -VIOLET RESISTANT PCV. ON -GRADE LATERAL LINE 1. VALVE BOX. REFER TO SPECS. SIZE AS REQUIRED. 2. FINISH GRADE 3. MULCH. REFER TO SPECS. 4. TWO -WIRE CABLE FROM CONTROLLER, TO NEXT VALVE AND FEEDING DECODER. 5. 3M DBR/Y SPLICE KIT WIRE CONNECTOR: (1 OF 2) 6. WIRES FROM DECODER TO THE VALVE SOLENOID. 7. TWO -WIRE DECODER 8. I.D. TAG WITH STATION NUMBER PRINTED ON IT (CHRISTY'S #ID-STD-Y1) 9. 90% COMPACTED NATIVE 10. 12-INCH MINIMUM DEPTH OF 3/4-INCH WASHED GRAVEL OVER FILTER FABRIC 11. BRICK SUPPORT (1 OF 4) 12. 1.25" MIN SCH. 40 ELECTRICAL CONDUIT. (IF REQ.) ADJUST SIZE AS REQUIRED. 13. MAINLINE INTO VALVE. REFER TO PLAN. 14. REMOTE CONTROL VALVE. PER PLAN. 15. TWO -WIRE CABLE (PER MANUFACTURER). LOOP 24" MIN. EXTRA WIRE AROUND PERIMETER OF BOX. 2-WIRE DECODER USE 3M SCOTCHCAST #3570G-N EPDXY PACKS FOR ALL WIRE SPLICES. RED AND BLUE WIRES OUTPUT A OUTPUT B TO 2-WIRE CABLE. YELLOW WIRES RED AND BLACK WIRES TO MATCH COLORS TO MASTER FLOW METER - MATCH COLORS VALVE GREEN WIRE TO GROUND ROD SOLENOID WHERE NEEDED. GROUND ROD LOCATIONS 1 AT EVERY CONTROLLER, 1 EVERY 300 FEET OR THE NEXT CLOSEST DECODER AND 1 AT END OF EACH TWO WIRE CABLE DECODER 5/8" COPPER GROUND ROD, REFER TO DETAIL F SHEET ID-1 #12 BARE COPPER REV 20150327 GROUND WIRE DECODER WIRING MOUNTING HOLES MAY BE USED TO MOUNT DECODER TO VALVE BOX LID OR SIDE MAXIMUM 10 FEET OF 14 GAUGE WIRE FROM DECODER TO MASTER VALVE OR FLOW METER - IF WIRES NOT USED, THE ENDS MUST BE WATER -PROOFED T T A NO 0 SCALE WIRE SPLICE STEPS 1. STRIP WIRES 1/2" TO 5/8". USING LINEMANS PLIERS OR OTHER STYLE TOOL, TWIST ENDS TOGETHER MIN 3 TIMES. INSERT INTO SCOTCHLOK ELECTRICAL CONNECTOR AND ROTATE CLOCKWISE UNTIL ADDITIONAL FORCE IS REQUIRED. 2. INSERT THE SPLICE INTO THE GEL -FILLED INSULATOR TUBE. PUSH PAST THE LOCKING FINGERS TO HOLD THE SCOTHLOK CONNECTOR IN PLACE. 3. POSITION WIRE CHANNELS AND SNAP INSULATOR TUBE COVER CLOSED. * WIRE CONNECTORS INCLDED WITH DECODERS* NOT TO SCALE DS-100 DRI SPLICE WIRE CONNECTOR CONTROL WIRES Now CRIMP SLEEVE BODY (FLEXIBLE PVC) PLUG (RIGID PVC) 1. INSERT WIRES THOURGH HOLES IN BASE BODY. 2. TWIST STRIPPED WIRES TOGETHER AND APPLY CRIMP SLEEVE WITH AN INDENT TYPE CRIMPING TOOL, TRIM EXCESS BARE WIRE. 3. DS-100 ONLY -FILL PLUG TO BRIM WITH DS-300 SEALANT. 4. INVERT BODY AND INSERT PLUG INTO BODY UNTIL IT SNAPSTIGHT 5. PUSH WIRES ALL THE WAY INTO THE PLUG TO COMPLETLY SEAL THE CRIMP SLEEVE. 6. DS-100 ONLY -BE CERTAIN SEALANT HAS FORMED INTO ALL HOLES IN BODY WIRE CONNECTOR NOT TO SCALE G X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\10-IRRIGATION DETAILS.DWG,3/13/2024 8:30 AM,jacob laurentowski. NOT TO SCALE 9 10 11 12 TOP VIEW ELECTRODE �T �z SPHERE OF . + + + + INFLUENCE +++++++++++++++ � BOUNDARIES + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + +� , + + + + NOTES: 13 + + + + + + + Q + + + 1. CONTRACTOR SHALL CONSULT SITE UTILITY + + + + +10'+ + + + + + + + + + + + + + + + + + + + AS-BUILT(S) AND BECOME FAMILIAR WITH ALL ( ) + + + + + + + + + + + UNDERGROUND ITEMS WITHIN PROJECT SCOPE. + + + + + + + + + + + 2. FOR HIGH LIGHTNING PRONE AREAS USE BOTH ++++++++++++ + +GROUND ROD } GROUND ROD AND GROUND PLATE. F + + + + + + + + F 3. ALL ITEMS SHALL BE INSTALLED PER \+ + + + + + + + (5I8 X 8) MODEL: GR K/ MANUFACTURERS RECOMMENDATIONS. #6 AWG SOLID �++++++++++++++++ITS 4. ALL INSTALLATIONS SHALL MEET MINIMUM + COPPER WIRE `+ + + + + + + + + + + + + + + + + + + + + + REQUIREMENTS OF THE NATIONAL ELECTRICAL CODE NEC AND SOUND PRACTICES OF THE + + + + + + + + + + INSTITUTE OF ELECTRICAL & ELECTRONIC `+ + + + + + + + ENGINEERS (IEEE) TO ENSURE PERSONNEL + + + + j/ SAFETY AND EQUIPMENT RELIABILITY. 5. EARTH RESISTANCE SHALL BE MEASURED AND RECORDED AFTER INSTALLATION WITHIN DO NOT INSTALL ANY OTHER WIRES OR CABLE ACCORDANCE OF LATEST REQUIREMENTS OF WITHIN THE SPHERE OF INFLUENCE NFPA 780. DESIRED READINGS ARE 5 TO 10 OHMS BUT NO MORE THAN 25 OHMS. 6. FOR FURTHER REQUIREMENTS CONSULT THE ASIC GUIDELINE 100-2002 FOR EARTH GROUNDING nlnr A 11MA1 ELECTRONIC EQUIPMENT IN IRRIGATION SYSTEMS. CONTROLLER 12" ROUND CONCRETE PAD VALVE BOX CLAMP WIRE 10' MIN CONNECTION PVC SWEEP ELL , (1 1/2" OR LARGER) 6 AWG SOLID COPPER WIRES GROUND ROD (%" X 96") ITS MODEL:GR-K * OR BELOW FROSTLINE, WHICHEVER IS DEEPER CONTROLLER GROUNDING 0 WARNING! PLEASE READ BEFORE INSTALLING GROUND ROD TO AVOID CONTACT WITH HIGH VOLTAGE POWER CABLES, GAS LINES, OR DATA CABLES, PLEASE CONTACT THE OWNER'S REPRESENTATIVE AND "DIG ALERT" TO IDENTIFY POSSIBLE HAZARDS BELOW THE SURFACE. CONTACT WITH THESE HAZARDS WILL RESULT IN SEVERE INJURY OR DEATH. CONDUIT AND ELECTRODE SPHERE OF 2-WIRE PATH . . INFLUENCE SURGE PROTECTION �T+++++++++++++T+� BOUNDARIES DEVICE IN VALVE BOX. SIP / + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + 1 I + + + + NOTES: / CNOT TO SCALE + + + + + + + Q + + + 1. CONTRACTOR SHALL CONSULT SITE UTILITY + + +10'+ + + + + + + + + + AS-BUILT(S) AND BECOME FAMILIAR WITH ALL + + + + + + + + + + + UNDERGROUND ITEMS WITHIN PROJECT SCOPE. + + + + + + + + + + + 2. FOR HIGH LIGHTNING PRONE AREAS USE BOTH + + + + + + + GROUND ROD GROUND ROD AND GROUND PLATE. + + + + + + + + + 3. ALL ITEMS SHALL BE INSTALLED PER + + + + + + + + (5/8" #6 AWG SOLID +++++++++++++++ ITS MODEL#: X 8') GR-I,/ 4. MANUFACTURERS RECOMMENDATIONS. ALL INSTALLATIONS SHALL MEET MINIMUM COPPER WIRE + + + + + + + + + + + REQUIREMENTS OF THE NATIONAL ELECTRICAL `+++++++++++++++++++, / CODE (NEC) AND SOUND PRACTICES OF THE + + + + + + + + + INSTITUTE OF ELECTRICAL & ELECTRONIC \11+ + + + + + + + ENGINEERS (IEEE) TO ENSURE PERSONNEL + + + + + + + SAFETY AND EQUIPMENT RELIABILITY. 5. EARTH RESISTANCE SHALL BE MEASURED AND RECORDED AFTER INSTALLATION WITHIN DO NOT INSTALL ANY OTHER WIRES OR CABLE ACCORDANCE OF LATEST REQUIREMENTS OF WITHIN THE SPHERE OF INFLUENCE NFPA 780. DESIRED READINGS ARE 5 TO 10 OHMS BUT NO MORE THAN 25 OHMS. 6. FOR FURTHER REQUIREMENTS CONSULT THE ASIC GUIDELINE 100-2002 FOR EARTH GROUNDING SIDE VIEW ELECTRONIC EQUIPMENT IN IRRIGATION SYSTEMS. 12" ROUND VALVE BOX CLAMP WIRE 10' MIN CONNECTION Zia 1 .1 1. 61 "gELf SURGE PROTECTION --..i DEVICE IN VALVE BOX. 6 AWG SOLID 7 COPPER WIRE GROUND ROD (%" X 96") ITS MODEL#: GR-K * OR BELOW FROSTLINE, WHICHEVER IS DEEPER SURGE PROTECTOR GROUNDING „ 0 30 60 90 0 c_ 9 77��= SCALE - 1 " = 30' - 0" ® o WARNING! PLEASE READ BEFORE INSTALLING GROUND ROD TO AVOID CONTACT WITH HIGH VOLTAGE POWER CABLES, GAS LINES, OR DATA CABLES, PLEASE CONTACT THE OWNER'S REPRESENTATIVE AND "DIG ALERT" TO IDENTIFY POSSIBLE HAZARDS BELOW THE SURFACE. CONTACT WITH THESE HAZARDS WILL RESULT IN SEVERE INJURY OR DEATH. no.I date I by I ckd I description B 112/11/221 GT I CIF 60% DESIGN n C PRELIMINARY - NOT F FOR CONSTRUCTION N BURNS `MSDONNELL. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date detailed MARCH 2O24 G THAYER designed G THAYER NOT TO SCALE �PNDSCAP6 5 E C NEWPORT BEACH, CA BIG CANYON NATURE PARK * * PHASE 3 RESTORATION -25 12 -2 �T o� IRRIGATION DETAILS F OF C A��� project 2244 1 contract checked r Fr)I FY HIRSCH & AssocIATES, INC. drawing LANDSCAPE ARCHITECTURE & PLANNING I D'O2 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW.HAILANDARCH.COM LA#1710 rev. B sheet 26 of 28 sheets le I� file 10-IRRIGATION DETAILS 1 2 3 4 5 6 7 s 9 10 11 12 13 no.I date I by I ckd I description B 112/1/221 GT I CF 60% DESIGN Q) E a� E 0 7U 8 u_ U Cn 6" ROUN^ VALVE BC FLOW SENSC Ji/_U►1I101:1 PIPE SIZE EI TO FLOW SEI MASTER CONTROL VALVE (EXISTING - FOR INFORMATION ONLY) MOUNTING PAD 28" X 28" X 8" MIN, CONCRETE PAD X BEVELED EDGES DNTROLLER rAINLESS STEEL DESTAL 4L WITH )SED PEDESTAL MOUNTING NOTES: 1) CONTROLLER SHALL BE RAINMASTER EVOLUTION DX2 WITH FLOW, RADIO, AND LOW PROFILE ANTENNA. 2) FLOW SENSOR SHALL BE RAINMASTER MODEL FS-BXX. CONTROLLER (EXISTING - FOR INFORMATION ONLY) FLOW SENSOR MASTER VALVE DOUBLE CHECK ASSEMBLY BALL VALVE 30" (LINE SIZE) 3" MIN. z M r U EXISTING WATER METER (2"), STATIC PRESSURE = 80 P.S.I. POINT OF CONNECTION / WATER SERVICE 12 14 (EXISTING - FOR INFORMATION ONLY) EXISTING PHASE 2A DETAILS TER VALVE <ING VALVE BOX SCH. 40 P.V.C. FITTINGS DRAIN ROCK UNDER VALVES LINE FROM METER SCALE: N.T.S. ITEM DESCRIPTION A B 2" CONDUIT - STATION WIRING C 1" CONDUIT - COMMUNICATION D AC POWER CONDUIT E 1" CONDUIT - SENSOR WIRING F EXTERNAL ANTENNA G I GROUNDING ROD 1. 5" TYP: (4).5" DIA BOLT HOLES �16"� BOLT AND CONDUIT LAYOUT 20" MIN. TO CONTROLLER PE-39 CABLE —le----� 33" MAINLINE SCALE: N.T.S. QUICK COUPLER QUICK COUPLER IN VALVE BOX WITH LID FINISH GRADE DRAIN ROCK MIN. 3" DEEP SCH. 80 NIPPLE BRICK OR CONC. BLOCK, TYP. SCH. 40 F/F THREADED ELL SCH. 40 M/S ELL. 3/4" IPS FLEX PVC HOSE GLUED TO ELL'S SCH. 40 M/S ELL. SCH. 40 TEE OR ELL., TYP. MAINLINE OR LATERAL LINE #4 REBAR STAKE DETAIL SCALE: N.T_S. PVC PIPE & FITTINGS UPSTREAM OF FINISH GRADE THE ISOLATION VALE TO BE THE SAME SIZE AS THE MAINLINE. VALVE BOX WITH LOCKABLE LID ISOLATION VALVE SAME SIZE AS LATERAL LINE REMOTE CONTROL VALVE. REMOTE CONTROL VALVE WITH 18" COIL OF WIRE & MALE REDUCER SCH. 80 NIPPLE (S X T) —�—IF I� I I ISOLATION VALVE II I I -I I —I I WITH MALE REDUCER -III-I I SCH. 40 ELL. -I I _-III= DRAIN ROCK MIN. 3" DEEP II I II I I I SCH. 80 NIPPLE I= III I I =I I BRICK OR CONC. BLOCK ° II CQCCI I— III— — SCH. 40 ELL. SCH. 40 TEE OR ELL., TYP. I III I I I I I I I I I III I I I III I I I III I I I I I III I III I I 1=1 11=1 I I III I I I III I I MAINLINE SCH. 80 COMPRESSION UNION REMOTE CONTROL VALVE 24 D DETAIL IRRIGATION SLEEVE UNDER ROADS GRAVEL PAVING CLEAN AND LIGHTLY COMPACTED BACKFILL TRACKING WIRE, 6" ABOVE MAINLINE SCHEDULE 40 PVC SLEEVE SCH 80 ADAPTER & FITTINGS TO BE SAME SIZE AS ISOLATION VALVE. 1 ISOLATION / BALL VALVE T-I 3E VALVE BOX WITH LOCKABLE LID FINISH GRADE MALE ADAPTER/ REDUCER, BOTH SIDES MAINLINE GATE VALVE W/ WEDGED SEAL, EQUIPPED FOR KEYED OPERATION 4" MIN. DRAIN ROCK BRICK OR CONC. BLOCK SCH. 80 COMPRESSION UNION BOTH SIDES DETAIL SCALE: N.T.S. 1 r ROTOR ON RISER SCALE: N.T.S. 12 14 DETAIL 24 D IRRIGATION TRENCH A ;TAINLESS STEEL HOSE CLAMPS (TYP.) I I C 3/4" GALV. RISER STRAPPED TO -0" T-POST W/ HOSE CLAMPS 2) SCHED. 40 PVC STREET ELLS 18" SCHEDULE 80 PVC OARLEX STREET ELLS (TYP.) 'VC LATERAL LINE D DOTES WRAP ALL THREADED FITTINGS W/ 5 WRAPS OF TEFLON TAPE. !. SWING JOINT SIZE SHALL BE SAME SIZE AS VALVE BOTTOM INLET. 1. MINIMUM RISER HEIGHT. 3.a. UPLAND - 18" 3.b. ALKALI - 36" 3.c. RIPARIAN - 5 FEET SCALE: N.T.S. PIPE STAPLE FINISH GRADE LATERAL LINE CLEAN AND COMPACTED BACKFILL TRACKING WIRE, 6" ABOVE PIPE MAINLINE SCALE: N.T.S_ 12 14 DETAIL SCALE: N.T.S. 12 14 DETAIL SCALE: N.T.S. T T A NO 0 SCALE 0 30 60 90 L O 7mm SCALE -1"=30'-0" PRELIMINARY - NOT F FOR CONSTRUCTION N BURNS MSDONNELL.. 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date detailed MARCH 2O24 G THAYER designed G THAYER checked f- Cni CV �ODSCAP� I Lonservancy 5 E NEWPORT BEACH, CA BIG CANYON NATURE PARK * * PHASE 3 RESTORATION -25 0 `1 �E2 �T o� IRRIGATION DETAILS F of C A� �� project 2244 contract I HIRSCH & ASSOCIATES, INC. drawing rev. LANDSCAPE ARCHITECTURE & PLANNING ID-03 B 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW.HAILANDARCH.COM LA#1710 sheet 27 Of 28 sheets Ii X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\10-IRRIGATION DETAILS.DWG,3/13/2024 8:30 AM,jacob laurentowski. file 10-IRRIGATION DETAILS i 2 3 4 5 1. 7 E.3 10 11 12 13 no.I date I by I ckd I description B 112/1/221 GT I CF 60% DESIGN Q) E 2 PRESSURE LOSS CALCULATION FORM PROJECT INFORMATION PROJECT NAME: BIG CANYON PHASE 3 CONTACT: CHUCK FOLEY LOCATION: xxxxx PHONE/FAX: 714-776-4340 PREPARED BY: HIRSCH AND ASSOCIATES, INC. DATE: 03/11/24 NUMBER OF WATER METERS: 1 NUMBER OF CONTROL VALVES: 84 LINE 1 2 3 4 MISCELLANEOUS CALCULATION RESULTS - (RECAP) AUTOMATIC CONTROLLER & STATION NUMBER STATIC WATER PRESSURE @ P.O.0 BOOSTER PUMP INCREASE RESIDUAL WATER PRESSURE EQUIPMENT LOSSES A-47 100.00 PSI 32.37 PSI Size/Info. GPM Loss/too' Loss/Act. 5 6 7 8 9 10 11 12 13 Service Lateral from District Main to Water Meter Water Meter Main Line Loss from Water Meter to Back Flow Preventer Back Flow Preventer Wye Strainer and/or Pressure Regulator Gate Valve Losses (Gate, Ball or Butterfly Valves) Total Main Line Losses From line 31 ( ) Main Line Fitting Losses (20% of ALL Mainline Losses) Specialty Valves (Master Valve and Flow Sensor) 2.5"/15' 51 0.89 0.13 2" 51 1.9 3"/10' 51 0.31 0.03 2" 51 ........................ NIA::::::: 12.00 N/A N/A ....................... ICJ/,q::::: N/A 3"/3 51 N/A::::::: 3 NCA:::::::::::::N%,4::::::::::::N%/1:::: 3.91 ::::N..::::::::::::N.A IA..................I..................N/A........ :::::::::..:::::: 0.78 MCV 2" 51 N/A::::::: 2.7 14 (Add Pressure Losses From Lines 5-13) INDIVIDUAL SYSTEM LOSSES Size GPM SUBTOTAL Press. Loss 24.45 15 16 17 18 19 Remote Control Valve Loss Individual Lateral Line Loss (From Line 4 3 Lateral in Fitting % f TOTAL Lateral Late a Line tt Losses 20 0 0 0 L Late a Losses Sprinkler Head Operating Pressure (from legend) Difference in Elevation (Loss or Gain .433 per Foot) 2" 51 2.7 5.45 :: ::NlA:::::::::IVA:::: ................................................ 1 09 40.00 -14' NfA::::::: -6.06 20 (Add Pressure Losses From Lines 15-19) SUMMARY OF LOSSES SUBTOTAL 43.18 Press. Loss 21 22 Miscellaneous Equipment Losses Individual System Losses (from (from Line 14) Line 20) 24.45 43.18 23 24 25 (Sum Total of Losses - Add Lines 21 -22) GRAND TOTAL Total Static Water Pressure (Add Lines 2 and 3) Individual System Losses (from Line 23) 67.63 100 67.63 26 j Total Residual Water Pressure (Subtract 1 of Line 25 from 24) 2 TOTAL 32.37 SYSTEM PRESSURE MAIN LINE LOSSES Line Pipe Value Size of Pipe Type of Pipe Length GPM Pressure Loss/100' Pressure Loss/Act. 27 3" PVC CLASS 315 1262' 51 0.31 3.91 (Total of Lines 27) 3'91 SYSTEM INDIVIDUAL LATERAL LINE LOSSES Line Pipe Value Size of Pipe Type of Pipe Length GPM Pressure Loss/100' Pressure Loss/Act. 32 3/4" SCH 40 109' 3.64 1.27 1.38 33 ill SCH 40 25' 7.28 1.40 0.35 34 1 " SCH 40 52' 10.92 2.63 1.37 35 SCH 40 1 1 ' 14.56 1.30 0.14 36 1 -1 /4" SCH 40 26' 18.20 2.01 0.52 37 1 -1 /2" SCH 40 26' 21.84 1.30 0.34 38 1-1/2" SCH 40 26' 25.48 1.80 0.47 39 2" SCH 40 19' 29.12 0.68 0.13 40 2" SCH 40 24' 36.40 1.10 0.26 41 2" SCH 40 10' 47.32 1.63 0.16 42 2-1/2" SCH 40 43' 50.96 0.77 0.33 2 of 2 (Total of Lines 32-42) 5.45 PRESSURE LOSS CALCULATIONS PRESSURE LOSS CALCULATION FORM PROJECT INFORMATION PROJECT NAME: BIG CANYON PHASE 3 CONTACT: CHUCK FOLEY LOCATION: xxxxx PHONE/FAX: 714-776-4340 PREPARED BY: HIRSCH AND ASSOCIATES, INC. DATE: 03/11/24 NUMBER OF WATER METERS: 1 NUMBER OF CONTROL VALVES: 84 LINE 1 2 3 4 MISCELLANEOUS CALCULATION RESULTS - (RECAP) AUTOMATIC CONTROLLER & STATION NUMBER STATIC WATER PRESSURE @ P.O.0 BOOSTER PUMP INCREASE RESIDUAL WATER PRESSURE EQUIPMENT LOSSES A-09 100.00 PSI 30.54 PSI Size/Info. GPM Loss/100' Loss/Act. 5 6 7 8 9 10 11 12 13 Service Lateral from District Main to Water Meter Water Meter Main Line Loss from Water Meter to Back Flow Preventer Back Flow Preventer Wye Strainer and/or Pressure Regulator Gate Valve Losses (Gate, Ball or Butterfly Valves) (From Total Main Line Losses line 27) Main Line Fitting Losses (20% of ALL Mainline Losses) Specialty Valves (Master Valve and Flow Sensor) 2.5"/15' 51 0.89 0.13 2" 51 NlPi::::: 1.9 3"/10' 51 0.31 0.03 2" 51 ........................ N/A:::::: 12.00 N/A N/A ....................... N/,::::::: N/A 3"/3 51 NIA::::::::: 3 .. .. : q:: :q:: 3.22: ... 4: 0.6 4N: MCV 2" 51 N/:::::::::::::::: 2.7 14 (Add Pressure Losses From Lines 5-13) INDIVIDUAL SYSTEM LOSSES Size GPM SUBTOTAL Press. Loss 23.62 15 16 17 1 8 19 Remote Control Valve Loss Individual Lateral Line Loss From Line 43 ( ) Lateral in Fitting % f TOTAL Lateral Late a Line tt g Losses (20 0 o O L Late a Losses) Sprinkler Head Operating Pressure (from legend) Difference in Elevation (Loss or Gain .433 per Foot) 2" 51 2.7 lli4::::::::1�1A :::::: 5. 14 :::: N/>r!i::::::::::.. ................................................ ........ .......... ..::N/ ::...... 1 03 Ni4:::: :::Nli4::::::: 4 0.00 -7' NCA : -3.03 20 (Add Pressure Losses From Lines 15-19) SUMMARY OF LOSSES SUBTOTAL 45.84 Press. Loss 21 22 Miscellaneous Equipment Losses (from Line 14) Individual System Losses (from Line 20) 23.62 45.84 23 24 25 (Sum Total of Losses - Add Lines 21 -22) GRAND TOTAL Total Static Water Pressure (Add Lines 2 and 3) Individual System Losses (from Line 23) 69.46 100 69.46 26 Total Residual Water Pressure (Subtract 1 of Line 25 from 24) 2 TOTAL 30.54 SYSTEM PRESSURE MAIN LINE LOSSES Line Pipe Value Size of Pipe Type of Pipe Length GPM Pressure Loss/100' Pressure Loss/Act. 27 3" PVC CLASS 315 1039' 51 0.31 3.22 (Total of Line 27) 3.22 SYSTEM INDIVIDUAL LATERAL LINE LOSSES Line Pipe Value Size of Pipe Type of Pipe Length GPM Pressure Loss/100' Pressure Loss/Act. 28 3/4" SCH 40 116' 3.64 1.27 1.47 29 1 " SCH 40 29' 7.28 1.40 0.41 30 1 " SCH 40 26' 10.92 2.63 0.68 31 1 -1 /4" SCH 40 15' 14.56 1.30 0.20 32 1-1 /4" SCH 40 8' 18.20 2.01 0.16 33 1-1 /2" SCH 40 26' 21.84 1.30 0.34 34 2" SCH 40 26' 32.76 0.84 0.22 35 2'9 SCH 40 18' 34.40 0.89 0.16 36 2" SCH 40 26' 40.04 1.21 0.31 37 2" SCH 40 26' 43.68 1.40 0.36 38 2" SCH 40 26' 47.32 1.63 0.42 39 2-1 /2" SCH 40 53' 50.96 0.77 0.41 2 of 2 (Total of Lines 28-39) 5.14 IRRIGATION NOTES 1. IT IS THE INTENT OF THESE DRAWINGS TO INDICATE A COMPLETE AND OPERATIONAL IRRIGATION SYSTEM PROVIDING FULL COVERAGE AND READY FOR USE BY THE OWNER. THE DRAWINGS ARE BASED ON LANDSCAPE AND GRADING PLANS IN EFFECT AT THE TIME THESE DRAWINGS WERE MADE. ANY DISCREPANCIES, OMISSIONS, ERRORS, ETC. ON THESE DRAWINGS OR ON SITE CHANGES, DOES NOT AND SHALL NOT RELIEVE THE CONTRACTOR OF HIS RESPONSIBILITY TO PROVIDE A COMPLETE SYSTEM AS SHOWN. IF NECESSARY, THE CONTRACTOR MAY, WHERE CHANGES OCCUR, ADD OR DELETE BUBBLERS/DRIP TUBING, RE-ROUTE PIPE, ETC. TO ASSURE ADEQUATE AND FULL COVERAGE PER APPROVAL OF THE LANDSCAPE ARCHITECT. 2. THE CONTRACTOR SHALL VERIFY AND BE FAMILIAR WITH THE LOCATION, SIZE AND DETAIL OF UTILITIES PROVIDED, AS SHOWN ON THE PLANS. PRIOR TO CUTTING INTO THE SOIL, THE CONTRACTOR SHALL LOCATE ALL UTILITIES AS ARE COMMONLY ENCOUNTERED UNDER -GROUND AND SHALL TAKE PROPER PRECAUTIONS NOT TO DAMAGE OR DISTURB SUCH IMPROVEMENTS. THE CONTRACTOR SHALL CALL UNDERGROUND SERVICE ALERT (81 1) PRIOR TO ANY WORK TAKING PLACE, AND CONTACT THE GENERAL CONTRACTOR FOR LOCATION OF NEWLY INSTALLED UTILITIES. 3. THE IRRIGATION DESIGN IS DIAGRAMMATIC. ALL PIPING, VALVES, EQUIPMENT, ETC. SHOWN WITHIN PAVED AREAS IS FOR DESIGN CLARIFICATION ONLY AND SHALL BE INSTALLED IN THE PLANTING AREAS IN A MANNER SO AS TO CONFORM WITH THE VARIOUS DETAILS. 4. THE CONTRACTOR SHALL NOT WILLFULLY INSTALL THE IRRIGATION SYSTEM AS SHOWN ON THE DRAWINGS WHEN IT IS OBVIOUS IN THE FIELD THAT OBSTRUCTION, GRADE DIFFERENCES OR DIFFERENCES IN THE AREAS DIMENSIONS EXIST THAT MIGHT NOT HAVE BEEN CONSIDERED IN THE ENGINEERING. SUCH OBSTRUCTION OR DIFFERENCES SHOULD BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE LANDSCAPE ARCHITECT IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR SHALL ASSUME ALL RESPONSIBILITY FOR ANY REVISIONS THAT ARE NECESSARY. 5. MATERIALS, WORKMANSHIP AND INSTALLATION SHALL BE NEW AND OF THE HIGHEST QUALITY IN ACCORDANCE WITH LOCAL CODES AND ORDINANCES. 6. THE CONTRACTOR SHALL KEEP THE PREMISES CLEAN AND FREE OF EXCESS EQUIPMENT, MATERIALS AND RUBBISH INCIDENTAL TO THIS WORK. 7. CONTRACTOR SHALL MAKE ALL NECESSARY ARRANGEMENTS FOR ELECTRICAL POWER TO CONTROLLER LOCATIONS AND MAKE FINAL HOOK-UP. FINAL HOOK-UP SHALL BE PERFORMED BY LICENSED CONTRACTOR. 8. IRRIGATION DESIGN PRESSURE IS 70 PSI STATIC PRESSURE AT THE WATER METER, AT A MAXIMUM DESIGN DEMAND OF 51 GPM. CONTRACTOR SHALL VERIFY STATIC PRESSURE ON THE SITE AT POINT OF CONNECTION PRIOR TO START OF WORK. ANY DISCREPANCY SHALL BE BROUGHT TO THE ATTENTION OF THE LANDSCAPE ARCHITECT. EXISTING STATIC PRESSURE IN IRRIGATION MAINLINE AT THE PHASE II CONNECTION IS APPROXIMATELY 100PS1. 9. ALL WORK SHALL COMPLY WITH THE LATEST EDITION OF "UNIFORM PLUMBING CODE" AS WELL AS LOCAL ORDINANCES. 10. IRRIGATION SYSTEM SHALL NOT BE MODIFIED OR CHANGED IN ANY WAY WITHOUT THE PRIOR WRITTEN APPROVAL FROM THE LANDSCAPE ARCHITECT. 11. REFER TO SPECIFICATIONS FOR FURTHER INFORMATION. THE GENERAL REQUIREMENTS OF THE SPECIFICATIONS SHALL BECOME PART OF THE IRRIGATION WORK. 12. WIRE SIZE FOR IRRIGATION SYSTEM SHALL BE # 14 GAUGE IN PVC CONDUIT. 13. INSTALL TAGS AT CONTROLLER FOR ALL CONTROL VALVE WIRING INDICATING STATION NUMBER. 6 0 30 60 90 O SCALE -1"=30'-0" �ODSCgP� 5 c 0 12-2 OF C HIRSCH & ASSOCIATES, INC. LANDSCAPE ARCHITECTURE & PLANNING 2221 EAST WINSTON ROAD, SUITE A ANAHEIM, CALIFORNIA 92806 PHONE 71 4-776-4340 FAx 71 4-776-4395 WWW.HAILANDARCH.COM LA#1710 PRELIMINARY - NOT FOR CONSTRUCTION N BURNS ME-DONNELL, 4225 EXECUTIVE SQUARE, SUITE #500 LA JOLLA, CA 92037 858-320-2920 date MARCH 2O24 designed G THAYER detailed G THAYER checked C FOLEY NEWPORT BEACH, CA BIG CANYON NATURE PARK PHASE 3 RESTORATION IRRIGATION DETAILS project 2244 I contract drawing ID-04 rev. sheet 28 of 28 sheets file 10-IRRIGATION DETAILS A 0 C ❑C F M X:\AUTOCAD\AC-DWGS\22\2244 BIG CANYON COASTAL RESTORATION\WD\02-12-24\10-IRRIGATION DETAILS.DWG,3/13/2024 8:56 AM,charles foley. 1 OF 57 BIG CANYON RESTORATION PROJECT - PHASE 3 CONTRACT NO. C-9532-1 SPECIAL PROVISIONS Updated May 15, 2025 The Big Canyon Restoration — Phase 3 (Project) is the final phase of this multi -phase water quality, restoration and adaptation project in the Big Canyon Nature Park. The restoration project includes the following partners. ➢ Approximately 85% of the project area is owned by the California Department of Fish and Wildlife (CDFW) and the remainder owned by the City of Newport Beach (City). ➢ CDFW has executed an agreement with the City to manage the restoration project. City will provide the staff engineer (Engineer) to manage the project construction and oversee the Newport Bay Conservancy staff and subconsultants assisting with the construction management. City will hire a construction inspector and geotechnical engineering firm to assist with geotechnical and soils issues. ➢ The Newport Bay Conservancy (NBC) is the project facilitator working with CDFW and City to design, build and fund the project. During the construction phase, NBC will hire a Biologist/Restoration Ecologist, and a Cultural Monitor to assist the Engineer. INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Drawings (Big Canyon Nature Park Phase 3 Restoration - Issued for Construction. Prepared by Burns & McDonnell Western Enterprises, Inc.); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: https://www. newportbeachca.gov/government/departments/public-works/resources/standard- drawings 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: "City — City of Newport Beach 2OF57 Contract — The written agreement between City and Contractor covering the Work. Engineer — The City's designated staff engineer or City -appointed consultant. Enhancement Areas — The seven areas on the north, west and south sides of the project area. See Drawing Sheet 5. NBC — Newport Bay Conservancy. Northern Area - The area north of the existing berm to the northern access road. PSHB — Refers to the Polyphagous Shot Hole Borer and other borers, lerpes or beetles potentially infecting on -site trees. Restoration Area Types: (1) salt marsh (low, middle and high), (2) alkali meadow, (3) riparian (southern willow scrub and mule fat), and (4) coastal sage scrub. Southern Area — The area south of the existing berm to southern access road." SECTION 2 - SCOPE OF THE WORK 2-1 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of the following items and all other incidental work items necessary to complete the work in place. See Section 7-7.1 for a suggested project phasing guide to reduce the threat of mass erosion during a storm event and additional detail on the best management practices (BMPs) to be included in Contractor's Storm Water Pollution Prevention Plan (SWPPP). The general components of the project are listed in the project phases below. Phase A 1. Order long lead-time items, e.g., plant materials and soil supplements. 2. Project preparation 3. Construction of access roads 4. Providing access to City's landscape contractor to clear the north slope outside of the project area. See Section 7-7.3. 5. Dry weather flow diversion and management 6. Dewatering of freshwater pond Phase B 7. Site clearing & removal of cattails in freshwater pond in the Southern Area 8. Grading and realignment of creek channel 9. Tidal flow & stormwater management in Northern Area 10. Clearing and grubbing (including removal of all native and non-native plants (including Brazilian Pepper Trees) in Northern Area 11. Focused dredging of tidal channel & creation of Temporary Dredge Material Stockpile (Sheet 14). Phase C 12. Clearing the Soil Placement Area for subsequent soil placement 13. Excavation & Grading for salt marsh & riparian habitat restoration in the Northern Area and the northern portion of the Southern Area with placement of excavated materials in Southern Area and Soil Placement Area 14. Select removal of non-native plants in the seven Enhancement Areas 15. Final grading, soil amendment application and preparation for site revegetation 16. Site revegetation (replanting, seeding, broadcasting hydroseed, applying mulch, implementing erosion control measures) 17. Removal of temporary tidal and stormwater control measures 18. Temporary irrigation 19. Access trails & signage 20. Maintenance and Plant Establishment 3OF57 The work associated with Project Preparation includes preparing the SWPPP and implementing erosion and sediment control measures; preparing and implementing the Flowing Water Management Plan; and conducting the construction surveying. Project Preparation includes implementing tasks to coordinate with the Engineers to identify and remove plants and trees infected with PSHB. The site is within protected sensitive habitats. Contractor shall perform all work in accordance with applicable Federal, State and Local regulations and in compliance with project permits. During clearing and grubbing, excavation, grading, and revegetation work, Engineer will direct the Project Biologist/Restoration Ecologist to monitor the work and verify Contractor is adhering to the requirements of the Construction Documents. During these activities, Contractor shall coordinate with the Engineer who will schedule biological monitoring in accordance with project permit requirements. Contractor shall also coordinate with Engineer with regard to required cultural resource monitoring during earth disturbance activities. NBC will contract with the local indigenous tribal nation for this monitoring in accordance with the project permits. Contractor shall implement required mitigation measures in accordance with the project permits and observations by Engineer, Project Biologist/Restoration Ecologist and Cultural Resource Monitor. The site is located within freshwater marsh and salt marsh habitats that are subject to inundation during storm events and high tides. The site consists of soft and highly variable soil conditions which may require the use of low ground pressure vehicles that can operate under soft, wet, and low load bearing conditions within sensitive protected habitats. The site is subject to continuous dry weather flows that will require management and diversion of these flows for channel construction and site grading to control sediment migration. The project site is subject to flood inundation from storm flows that require management of these flows to control sediment migration from exposed excavation and grading areas. Large storm flows could inundate the entire site. Portions of the project are subject to tidal flows. The entire project area includes high groundwater. See Drawing Sheet CX101 (Sheet 4) for groundwater elevations. Contractor shall prepare a Flowing Water Management Plan that describes the means, methods and phasing for managing these flows in addition to and in coordination with Contractor's Stormwater Pollution Prevention Plan (SWPPP). See Section 7-7.1 for further discussion. Contractor shall implement control measures during construction in accordance with the construction documents, SWPPP, and the Flowing Water Management Plan Contractor shall incorporate into his/her plans, Sections 2.13 to 2.23 of the CDFW Streambed Alteration Agreement. The Phase 3 Restoration Project consists of several components, including restoration of the historical salt marsh and establishment of transitional wetlands that will allow for upslope migration and resiliency to long-term sea level rise. In order to achieve the restoration goals of the project, grading will occur on approximately 13.8 acres of the project, which comprises approximately half the total project area. The limits of grading are shown on Drawings. This area will be graded to match the surrounding topography and re -planted with native intertidal and coastal sage scrub vegetation. Sediment removed from the Bay's tidal channel, to increase tidal flows into the salt marsh restoration area, will initially be placed in the Temporary Dredge Material Stockpile (Sheet 14) eastern side of the site to dewater. This high salinity sediment will then be used for final grading of the Northern Area, i.e., the salt marsh restoration area. Phase 3 includes the realignment of Big Canyon Creek to maintain positive drainage during low flows to reduce the accumulation of selenium in the soil and vegetation and reduce water ponding that can foster mosquito breeding. The existing freshwater pond, which is dominated by cattails, will be cleared of the cattails and the freshwater channel re -aligned to establish a riparian corridor 4OF57 to integrate with the upstream restored corridor in Phase 2. The new freshwater channel will convey dry weather flows away from the planned intertidal salt marsh habitat to maintain the required salinity levels needed to establish the salt marsh vegetation. The existing earthen berm between the Southern Area and Northern Area will be graded to create the fresh -water riparian corridor in the Southern Area. The formerly placed dredged material in the Northern Area will be excavated to re -introduce tidal flow and re-establish salt marsh habitat. The Northern Area contains non-native Brazilian pepper tree stands and other non-native plants. All Brazilian pepper trees and other non-native trees, including the root systems, shall be removed. As the Northern Area will be graded and re -vegetated for the planned salt marsh restoration, clearing and grubbing includes removing all native and non-native vegetation within the limits of disturbance. Within the seven designated habitat enhancement areas and the north side of the northern access road, selective clearing of non-native trees and plants shall be performed. This will include removal of all non-native plants and selective removal of native vegetation infested by the Polygamous Shothole Borer, other borers, lerpes and beetles (collectively called "PSHB"). A pre -construction survey within the seven enhancement areas and the north side of the north access road will be conducted by others as directed by Engineer and PSHB infected plants and trees identified. This information will be provided to Contractor. See Section 300-1.3.2 for proper removal and off -site disposal of PSHB infected plants and trees. The manner in which native cut trees are handled is summarized in Table 1. Table 1: Disposition of cut trees. Tree Component Disposition 1. Trunk/large branches free of PSHB Chip for mulch ands read on -site. 2. Crown free of PSHB Haul off site as green waste. 3. Roots of Brazilian Pepper Tree Remove entire root ball. 4. Roots of other trees 18-inch deep stump grind. Existing access roads and trails that are not impacted by the planned grading efforts will remain. On the north and northeastern sides of the site, a construction and long-term maintenance access road (Access Road C) will be graded outside of the designated wetland to connect with the existing access roads. The access roads will have an incidental Project benefit in serving as trails to provide a continuous loop along the perimeter of the restoration. Existing trails will be upgraded to accommodate construction and maintenance equipment. New education signage, provided by others, will be installed by Contractor." 2-5.3 Submittals. Add the following to this section: "Contractor shall refer to Section 6.1 for submittals that are required within ten working days of execution of the project contract. In addition, when directed by Engineer, Contractor shall prepare submittals with specific Engineer requested information or a plan describing means and methods for performing a contract task, and submit the plan to the Engineer for review and approval. Some of these Contractor submittals included the following. 5OF57 A. A Flowing Water Management Plan that describes the means, methods and phasing for managing these flows in addition to and in coordination with Contractor's Stormwater Pollution Prevention Plan (SWPPP). B. Tidal Channel Dredging Plan describing the means, methods and phasing for managing tidal flows and dredging materials without damaging the mudflat vegetation. C. Schedule of Values. Contractor shall provide a Schedule of Values for Bid Items identified by the Engineer. D. Record Copy Drawings. During the course of installation, Contractor shall carefully record all field changes in red line on a print of the irrigation system as installed. These drawings shall be labeled "Record Drawing", and shall be made available for inspection. The status of the `Record Drawing' must correlate directly with the percentage of work completed as described in the Contractor's Pay Request and may be used as a guide when approving payments. E. As -Built Drawings. Upon completion of the work of this section and as a condition of its acceptance, Contractor shall deliver to Engineer the following: 1. Drawings: Submit prints and one reproducible and/or electronic file of as -built drawings. As - built drawings shall clearly show all original components of the approved Design/Build Irrigation Plan, and all changes documented in the Record Copy. Main lines, drain valves, valve boxes and valve markers and other buried equipment shall be positively located by a minimum of two dimensions each from fixed reference points or with northings and eastings. 2. Maintenance Manual: Submit three copies containing the following: a. Catalog cuts of all irrigation materials installed. b. Contractor's name, address and telephone number. c. The duration of the guarantee periods. d. The name and address of the local manufacturer's representative. e. List and description of routine maintenance procedures, including winterization, start-up, and recommended watering times for each zone. f. Troubleshooting guide. 3. Controller Reference Chart: Submit one chart for controller modifications and a chart showing the area covered by each irrigation zone. The chart shall be a reduced copy of the As -Built Drawings, color coded to differentiate zone areas, and laminated between 20 mil plastic sheets. 4. Supplemental Equipment: Submit two keys for each of the following: quick coupling valves, quick coupling valve lids, valve markers, manual drain valves, and valve boxes. 2-9 SURVEYING. 2-9.3 Private Engineers. Add to this section: "Contractor's California Licensed Land Surveyor shall utilize/follow the benchmarks and monuments used for the project design to provide construction survey services that are required to construct the improvements. Contractor shall be aware that the existing topography may vary from the topography shown on the plans. Any discrepancies that affect the construction of the project improvements shall be brought to the attention of the Engineer prior to construction. At a minimum, two (2) sets of staking for all areas shall be included in the bid price and copies of each set shall be provided to Engineer 48 hours in advance of any work. This includes providing stakes following clearing and grubbing prior to rough grading and following final grading. If the original stakes are destroyed by the rough grading, Contractor shall perform an additional survey and staking before the fine grading is conducted. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. 6OF57 All existing monuments shall be preserved. Contractor will be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the Engineer to walk the project to review the survey monuments. 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, Contractor shall restore the affected survey monuments at his sole expense. Contractor's licensed surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration." 2-9.5 Contractor's Survey Requirements Contractor's California Licensed Land Surveyor shall perform pre -excavation surveys following clearing and grubbing activities prior to grading in accordance with the subphases and control measures stated in the approved SWPPP and Flowing Water Management Plan. Contractor shall conduct a post -construction survey following stream realignment, tidal channel excavation and fine grading prior to revegetation. If the original stakes are destroyed by the rough grading, Contractor shall perform an additional survey before the fine grading is conducted. A non-invasive bathymetric survey of the northern inlet and tidal channel, where focused dredging is planned, shall be conducted prior to and following dredging activities. Surveys are for measurement and payment, Acceptance of the Work, and to document post -construction conditions. Licensed Surveyor: All surveys, computations and supporting drawings shall be prepared at Contractor's expense by a California Licensed Land Surveyor whose equipment and work force are independent of the Contractor's. All surveys and computations shall be performed under the supervision of a Land Surveyor registered in the State of California and actively engaged in surveying during the last three years. The Land Surveyor shall provide references to confirm completion of at least three similar projects in the last three years. The name and State Land Surveyor's license number shall be submitted to the Engineer at least five calendar days prior to commencement of survey work for Engineer's approval. Contractor shall provide a letter of certification signed by the Surveyor. For survey transects, elevations shall be taken at breaks in slope and at intervals not greater than ten feet. Elevations shall extend at least 10 feet beyond the limits of earthwork (excavation and/or fill). Surveyed grade points shall be converted to elevations relative to NAVD88, and shall be provided to the nearest one -tenth of a foot. Survey transects shall be taken at locations that are representative of existing grade. Plan view survey plots shall be prepared at a scale of 1 inch = 40 feet. Section plots shall be prepared with a horizontal axis at a scale of 1 inch = 20 feet with a vertical exaggeration of two times. 2-9.6 Pre -Excavation Survey. Prior to construction activities, Contractor shall install site perimeter orange construction fencing to delineate the limits of work. Contractor shall coordinate this activity with the Engineer that may adjust the limits based on identification of sensitive and listed plant species. Access to the areas outside of the delineated limit of work shall only be authorized by Engineer. Following clearing and grubbing, and prior to commencing earthwork including excavation, grading and fill activities, Contractor shall perform a pre -excavation survey when approved by Engineer. This survey shall be conducting progressively as clearing and grubbing are completed in designated 7OF57 areas such that stream bank and floodplain grading in the Southern Area and excavation and grading of the tidal channel and salt marsh restoration in the Northern Area can commence in completed sections in a phased and progressive manner to reduce the overall time that the site is exposed and has the potential for sediment erosion and migration to the creek during storm events. At a minimum, the pre -construction survey shall comply with the requirements for the post - construction survey per this section. In addition, the pre -excavation survey shall include a profile survey along the realigned creek channel flow line and new tidal channel (points at 25-foot minimum spacing plus alignment control points and grade breaks). A bathymetric survey, using non-invasive methods, of the northern inlet and tidal channel where focused dredging is planned, shall be conducted prior to dredging activities. 2-9.7 Post -Construction Surveys. When approved by Engineer, Contractor shall conduct the post -construction surveys following stream realignment, tidal channel excavation and fine -grading within the salt marsh restoration prior to revegetation. If the original stakes are destroyed by the rough grading, Contractor shall perform an additional survey before the fine grading is conducted. A bathymetric survey of the northern inlet and tidal channel shall be conducted using non-invasive methods following dredging activities. Surveys are for measurement and payment, Acceptance of the Work, and to document post -construction conditions. One complete set of reproducible survey drawings shall be prepared after each survey. Drawings shall be prepared at the same scale as corresponding detail sheets in the Drawings. The base sheets shall also show the control points and grade break -lines on Drawings. Engineer will provide hard copy reproducible or electronic files of the Drawings if requested by Contractor. Contractor shall also prepare cross-section drawings corresponding with survey lines, to scale. Contractor shall submit three hard copy sets of post -construction survey and any calculations to the Engineer for review and approval, and electronic files (in AutoCAD). Contractor shall allow fourteen calendar days for Engineer review. Contractor shall not consider any earthwork complete until he/she has received the Engineer's written approval of the post -construction survey. Contractor may submit post -construction survey results for review and approval in phases as it completes the work. If survey results are submitted in phases, Contractor shall compile all data, drawings and computations and make one final complete submittal to Engineer upon completion of the work. 2-9.8 Volume Calculation. Measurement of earthwork volumes will be based on cubic yards as calculated by the Contractor's surveyor as determined using the pre -excavation and post - construction surveys performed by Contractor. Earthwork volumes will not be calculated based on truck loads. Note that payment for Bid Item No. 12 is based on the excavation volume. Survey sections shall be taken as follows: a. Every 50 feet minimum along the creek channel and new tidal channel within limits of grading, and more frequently at grading transitions. b. Every 100 feet across the clearing and grubbing and grading areas, as measured perpendicular to the channel. c. Every 100 feet of the soil placement site area. The interval between sections may be reduced if, through surveys, earthwork is consistently found to be out of compliance with design requirements. Subsequent surveys shall re -occupy the same lines so the surveys and quantities can be directly compared. 8OF57 Engineer may independently calculate excavation or fill volumes using the average end area method for surveyed sections. Engineer may elect to substitute Contractor's survey with the Engineer's own survey. Engineer will select the survey that will govern at its sole discretion. SECTION 3 — CHANGES IN WORK 3-3 EXTRA WORK. 3-3.2 Payment. 3-3.2.3 Markup. Replace this section with: "(a) Work by Contractor. The following percentages shall be added to Contractor's costs and shall constitute the markup for all overhead and profits: 1. Labor ............................................ 15 2. Materials ....................................... 15 3. Equipment Rental ........................... 15 4. Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by Contractor." SECTION 4 - CONTROL OF MATERIALS 4-3 INSPECTION. 4-3.4 Inspection and Testing. Add the following: "All material and articles furnished by Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by Engineer. Contractor shall furnish Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of Contractor's readiness for inspection. Submittals are required for all construction material. 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 that Contractor executed the work, costs for such tests and inspections shall be paid by the Contractor. Engineer will provide geotechnical inspection of Contractor's work and compaction testing. Contractor shall provide the services of a geotechnical engineering firm, to be approved by the Engineer, for review of its temporary excavations and subsurface conditions before placement of unclassified fill or geosynthetics. Inspection and Testing — Temporary Irrigation system: A. Inspections are required for: 1. Pressure test of irrigation main line 2. Coverage test/System layout 3. Final inspection/start of maintenance 4. Final acceptance 9OF57 B. Inspection Requests: 1. Contractor shall notify the Engineer 48 hours in advance for requesting all inspection as follows: a. Pressure supply line installation and testing - 36 hours (1-1/2 working days) b. Coverage tests/System layout- 36 hours (1-1/2 working days) c. Final Inspection - 48 hours (two working days) 2. No inspection will commence without record drawings. In the event Contractor calls for an inspection without up-to-date record drawings, without completing previously noted corrections, or without preparing the system for inspection, the inspection will be canceled and Contractor back charged for the direct costs for all City personnel time and Consultant time lost. C. Closing in uninspected work: Do not allow or cause any of the work of this section to be covered up or enclosed until it has been inspected, tested and approved by Engineer. D. Coverage test: When the sprinkler system is completed, Contractor shall perform a coverage test in the presence of Engineer, to determine if the water coverage for planting areas is complete and adequate. This test must be accepted by Engineer before planting can commence. E. Hydrostatic test: 1. Prior to the installation of any valves, all pressure lines shall be tested under a hydrostatic pressure of 125 PSI for a period of not less than six hours, with all ends of lines capped and the line fully charged with water after all air has been expelled from the line. All joints must be exposed during pressure test. Lateral line pressure test shall be at 100 PSI for a period not less than two hours. 2. All hydrostatic tests shall be made in the presence of the Engineer. No pressure line shall be backfilled until it has been inspected, tested, approved in writing, and the mainline and valve locations have been noted on the as -built record drawings. 3. Contractor shall furnish necessary hydrostatic force pump and all other test equipment. SECTION 5 - UTILITIES LOCATION. Add the following after the third paragraph: "Upon completion of the work or phase of work, Contractor shall remove all utility markings." PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to City. Contactor shall protect the existing sewer lines in place. Sewer lines shall be located by Contractor prior to construction. In areas of excavation, the line shall be potholed at a minimum of two locations and shall be coordinated with the Engineer. The results of the pothole data shall be provided to Engineer prior to construction. No material may be stockpiled above the sewer lines. Any damage to the existing sewer lines shall be the sole responsibility of Contractor including all other losses that may occur as a result of the damage." ADJUSTMENTS TO GRADE. Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. 10OF57 Contractor shall contact other utility owners to have other existing utilities adjusted to finish grade. Contractor shall coordinate with each utility company for the adjustment of their facilities. SALVAGED MATERIALS. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Steffen Catron, Utilities Operations Manager, at (949) 718-3402. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed. No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, all submittals, including the Stormwater Pollution Prevention Plan, are received and approved, and a schedule of work has been approved by the Engineer. Because the project area is in a flood plain and construction will occur during the rainy season, the work plan must be implemented in a manner to reduce exposure to large scale erosion. This will likely require multiple phases for the clearing and grubbing such that a cleared area is stabilized prior to the Engineer allowing additional clearing and grubbing. See Section 7-7.1 for an example of project sequence of tasks. Contractor shall submit a construction schedule to the Engineer for approval a minimum of ten working days prior to commencing any work. Schedule may be bar chart or CPM style. The work sequence outlined in Drawing Nos. C1101, C1102 and C1103 should be included in the construction schedule. Engineer will review the schedule and may require Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve 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. On -site Education. Engineer will conduct an education program for all Contractor staff prior to performing any work. The program will include a presentation from the Project Biologist/Restoration Ecologist or Biological Monitor and archeologist with a discussion of the biology of the habitats and species of special interest, as well as the potential for uncovering artifacts of archeological interest." If homeless encampments are discovered or if homeless people are found in the vicinity of the work area, Engineer shall be immediately notified." 6-7 TIME OF COMPLETION. "A total of 160 working day (excluding the Maintenance and Plant Establishment period) is allowed as follows. Contractor shall complete any and all heavy construction work (Bid Items 2 through 15), that could be disruptive to birds during nesting season, within 90 consecutive working days after the date on the Notice to Proceed. Nesting Season begins on March 1. Subsequently, all remaining Contract tasks shall be completed within 70 days. The Maintenance and Plant Establishment period is 120 consecutive calendar days and shall commence after the Engineer has determined the work as complete. Engineer will extend the contract to include a full year of 11 OF 57 site maintenance and/or removal of temporary irrigation laterals from Phases 1 and 2 if these optional Bid Items are included in the contract." Contractor shall report to the Engineer on the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant Contractor an extension of time for 100 percent completion of work. Working Days do not include any City holiday, defined as January 1 st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 411, the first Monday in September (Labor Day), November 111h (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas) through January 1st. If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 6:00 p.m., Monday through Friday. Note that Saturdays are not considered working days. Should Contractor elect to work outside normal working hours, Contractor shall first obtain special permission from the Engineer. The request may be for Saturday work from 8:00 a.m. to 6 p.m. A request to work during any of these 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, Contractor shall pay for supplemental inspection costs of $200.00 per hour when such time periods are approved. 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, except for pumping operations for water control. Dewatering activities may begin at 6:00 a.m. at the request of Contractor if "silent" pumps are used. Dewatering equipment set-up must be completed the day prior to pumping activities to minimize noise impacts. Maximum decibel level shall be less than 55 dba at a distance of 50 feet from the pumps. Contractor's ability to start pumping at 6:00 a.m. may be revoked by the Engineer. Additionally, as this area is adjacent to residential areas, unnecessary noise shall be avoided. Access to the site shall be only from Back Bay Drive. Access from Jamboree Road for special situations is only allowed if authorized by Engineer. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the heavy construction work, Contractor shall pay to the City or have withheld from moneys due it, the daily sum of one thousand dollars and no/100 ($1,000.00). For each consecutive calendar day after the time specified in Section 6-7-1 for completion of all remaining Contract tasks, Contractor shall pay to the City or have withheld from moneys due it, the daily sum of one thousand dollars and no/100 ($1,000.00)." Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that one thousand dollars and no/100 ($1,000.00) per day is the minimum value of the costs and actual damage caused by the failure of 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 to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." 12OF57 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Add to this section: The following agency and project permits, and other project approvals, are part of the Construction Documents. Contractor shall adhere to the requirements of these permits and approvals. • Department of the Army Corps of Engineers Nationwide Permit authorization (#SPL (to be designated upon permit issuance), NWPs 27) • California Regional Water Quality Control Board Permit (401 Certification & WDR - WDID NO. 302022-26) • California Department of Fish & Wildlife — 1602 Streambed Alteration Agreement (#EPIMS- ORA-36265-R5) • California Department of Fish and Wildlife — Resource Management Permit (#NO. RMP 2023-0001-R5) • US Fish and Wildlife — Programmatic Biological Opinion (# (to be designated upon permit issuance)) • California Coastal Commission — Coastal Development Permit (CDP# 5-23-0337) • City of Newport Beach Coastal Development Permit (consistency with LCP) • State Water Board Construction General Permit (2012-0006-DWQ) Note that Section 2.12 Wildlife Sheltering in Supplies or Equipment of the CDFW 1602 Streambed Alteration Agreement requires that "Supplies or equipment where wildlife could hide (e.g., pipes, culverts, pole holes) shall be inspected prior to moving or working on them to reduce the potential for injury to wildlife. Supplies or equipment that cannot be inspected or from which animals could not be removed shall be capped or otherwise covered at the end of each workday. Old piping or other supplies that have been left open shall not be capped until inspected and any species found in it allowed to escape. Ramping shall be provided in open trenches when necessary. If an animal is found entrapped in supplies or equipment, such as a pipe section, the supplies or equipment shall be avoided and the animal(s) left to leave of their own accord, or Permittee's Designated Biologist shall be called immediately to remove the wildlife if they cannot escape unimpeded." Copies of all permits will be provided to Contractor when permits are received. Copies of the permits shall be kept on the site at all times during construction. Contractor shall comply with all permit requirements. Contractor shall obtain all other permits necessary to perform the work. If historic or archaeological remains are discovered during construction, work in the area shall immediately cease and the Engineer notified." 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "Engineer will conduct geotechnical inspection and compaction testing if needed to verify compliance of with project specifications. Add the following section: "7-7.1 Guide to Phasing of Project Tasks. As the construction area includes a flowing creek within a flood plain and the work will be performed in the rainy season, it is a critical project requirement that the project tasks, especially clearing/grubbing and mass grading, be accomplished in a manner to reduce the threat of 1) erosion and 2) transport of sediment into Newport Bay. It should also be noted that sensitive plant and animal species, as well as artifacts of archeological interest may be discovered, especially during clearing, grubbing, earthwork, and excavation activities. Contractor shall coordinate clearing and grubbing, excavation, grading, and revegetation 13OF57 work with the Engineer. Engineer will schedule biological monitoring in accordance with project permits. Contractor shall coordinate with Engineer for scheduling required cultural resource monitoring during earth disturbance activities. Note that if a potential item of concern is discovered, Contractor shall immediately cease operations in that area and notify the Engineer. The Phase 3 Project requires the management of several types of flows and high groundwater to control erosion and sediment migration into Newport Bay. These flows include continuous dry weather flows, storm water runoff, tidal flows, and high groundwater. Contractor shall implement measures to manage these flows and high groundwater. These flows are described below with suggested erosion control and water quality protection measures. Contractor shall prepare for submittal, review and approval by the Engineer in the Flowing Water Management Plan and SWPPP that describes the measures and methods to manage on -site flow for erosion control, water quality protection, site stabilization, and dewatering of excavations. Contractor shall implement control measures during construction in accordance with these documents in addition to the requirements of the other construction documents. • Dry Weather Flow: Big Canyon Creek experiences year-round dry weather flows. Dry weather flow enters Phase 3 area at the culverts within the grade control structure between Phases 2 and 3. These flows continue to the two channels that flow into the existing freshwater pond and the northern area dominated by non-native plants. These persistent dry weather flows will need to be diverted away from excavation activities to control sediment migration during site grading. • Tidal Flows into Northern Area: Measures will be needed to block tidal flows entering the northern area through the existing box culvert. Sump pumps would bail water to the bay using a Baker tank and turbidity curtains to control sediment migration. The method and means, including berm locations and excavation phasing, for blocking the tidal flow, will need to consider the potential need for allowing flows from a large storm event to exit the box culvert. • Shallow Groundwater: There will be continuous flow of groundwater into the areas slated for removal of the reeds and root systems in the freshwater pond and sediment excavation. Phasing of the construction is needed to allow for drainage of the freshwater pond and high groundwater levels prior to grading activities. Excavations may require additional stabilization and dewatering measures prior to grading activities due to soft and wet conditions from on -site flows, groundwater, and the nature of the existing dredge materials and estuary deposits. • Storm Water Runoff: Storm flows enter the Phase 3 area through the culverts within the grade control structure between Phases 2 and 3, and from a storm drain outfall on the northeast side of the site. Small storms can be directed to the realigned creek channel and through the opening in the levee of the existing freshwater pond. Larger storm will fully inundate the site. This will necessitate permitting storm flows to exit the northern area via the existing box culvert. The berm used to block tidal flows from entering the northern area may need to be removed. Contractor's plan for handling storm flows must also address how to prevent sediment discharge into the bay including through diversion around unvegetated excavation and graded areas, or diversion into a sediment settling basin. A suggested order of construction tasks and sediment control measures is presented on Sheets Nos. 13-15. The suggested order is also outlined in the SWPPP that was prepared by the Engineer for resource agency permits. The SWPPP prepared by the Engineer is provided with Project documents as an example of how project tasks can be rolled out in a manner to reduce the threat of mass erosion due the listed flows and high groundwater described above. (See Section 6-1 for tasks to be accomplished prior to the issuing of the Notice to Proceed which includes preparation of the SWPPP.) Contractor shall prepare for approval the Flowing Water Management Plan in addition to the SWPPP, that describes the measures and methods to manage on -site flow for water quality and stabilization and dewatering of excavations. 14OF57 Add the following section: "7-7.2 Protection of Site Resources. Sensitive plant and animal species, as well as cultural artifacts of archeological interest, may be discovered during the clearing/grubbing, mass grading or excavations. Engineer will direct monitors to assist Contractor in spotting and protecting these resources. It the event something of potential value is discovered, Contractor shall immediately cease operations in that area and immediately notify the Engineer. Contractor, or the City, will not be penalized for delays associated with these work stoppages." Add the following section: "7-7.3 Coordination with City's Landscape Contractor for Clearing of North Slope Once Contractor has graded the northern access road, Access Road C, Contractor will work with the City's landscape contractor to allow the contractor to bring in haul trucks, excavator, backhoe, chipper and other equipment to thin out vegetation on the north slope outside project area. It is anticipated that the City's landscape contractor will complete its work in on month." 7-8 WORK SITE MAINTENANCE. 7-8.5 Temporary Light, Power and Water. Add to this section: "If Contractor elects to use City water, Contractor shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by Contractor. This includes water for flushing and pressure testing water lines, compaction, and irrigation during the Maintenance and Plant Establishment period for landscaping, etc." 7-8.6 Water Pollution Control 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP). Add to this section: "Contractor shall prepare and implement a site -specific SWPPP, as defined by the Construction General Permit and submit the SWPPP to the Engineer. The SWPPP shall include the information needed to demonstrate compliance with all the requirements of the Construction General Permit. As a portion of this project is within a flood plain, clearing and grubbing shall be phased to minimize the potential for erosion during a storm event. Engineer will submit the approved SWPPP to the State Water Board as part of the permit registration document package. Note that no construction activity shall be allowed until the State Water Board approves the permit package. SWPPP shall be prepared by a Qualified SWPPP Practitioner or Qualified SWPPP Developer. The SWPPP shall be developed and updated using Section 2 and Appendix B of the California Stormwater Quality Association (CASQA) Stormwater Best Management Practice Handbook Web Portal for Construction. The CASQA Construction BMP Web Portal can be accessed at the following link: https://www.casga.org/LeftNavigation/BMPHandbooksPortal/tabid/200/Default.aspx As a minimum, erosion control measures include using coconut logs or straw wattles, sediment dams and rock check dams. Contractor shall amend the SWPPP as needed during the course of work to reflect actual construction progress and construction practices. Contractor shall designate a Qualified SWPPP Practitioner (QSP), as defined to be the Construction General Permit, who will be responsible for compliance with Construction General Permit requirements on the project at all times. 15OF57 By submitting a bid, Contractor acknowledges that he has read and understands the requirements of the Construction General Permit. Contractor shall be responsible for providing all reports required by the Construction General Permit (monitoring, inspection, Rain Event Action Plans, annual reports, etc.) to the Engineer for review. Time -sensitive reports involving monitoring data shall be provided as soon as the information is available. All other reports shall be provided to Engineer a minimum of two weeks prior to their deadline for submittal to the State Water Board. Full compensation for conforming to the requirements of Construction General Permit shall include, but not limited to, the following: • Develop a site specific SWPPP to conform to a Risk Level 2 and Contractor's actual construction practices. • Administer, implement, maintain, and ensure adequate functioning of the various water quality control measures identified within the SWPPP during construction including all Numeric Action Level and Numeric Effluent Limitation sampling, monitoring and reporting requirements statutorily required for the project site. These tasks must be performed by a QSP. • Provide and maintain all documentation at the jobsite and administration for the entire Contract period. • Perform all work required for compliance with the requirements of the Construction General Permit including preparation of all Rain Event Action Plans and construction of effective treatment control BMPs (Best Management Practices). • Provide all labor, tools, equipment, and materials for any additional BMPs which may be required to comply with the requirements of the Construction General Permit. Note that this project has a significant amount of clearing and grubbing, haul -off of materials, and grading. As such, special operation considerations are needed to avoid erosion and sediment transport into Newport Bay. At a minimum, the SWPPP shall include: 1. A diagram of the site showing Contactor's designated staging area, location of trailers, storage areas, stockpile areas, site access locations, creek crossing locations, sediment dewatering areas, and fueling and washdown areas. 2. A plan with site diagram, describing how trucks will enter the site to collect material for haul off, including measures to prevent leaking of materials. 3. A diagram showing proposed phasing of clearing and grubbing and erosion control installation to stabilize cleared areas and protect creek water quality during rain events. Clearing and grubbing shall be sequenced by area such that earthwork begins within two (2) calendar weeks of an area being cleared and grubbed. Clearing and grubbing operations shall also be sequenced to minimize dust generation and erosion at the site. 4. Assume that the clearing and grubbing will occur in several phases, with each phase heavily protected from erosion prior to Engineer granting Contractor permission to clear and grub the next phase. 5. A schedule of the operations, including how high priority areas along the creek, steep slopes, and other areas highly sensitive to erosion will be protected and stabilized. Failure of Contractor to implement the required BMPs will result in immediate cleanup by City and back -charging of the Contractor for all costs plus 15 percent. Contractor may also receive a separate Administrative Citation per Section 14.36.030A2,3 of the City's Municipal Code." 16OF57 7-8.6.4 Dewatering Contractor will encounter groundwater during excavation and grading operations. There is limited data available on groundwater levels in the construction area. Estimated groundwater depth are indicated on Sheet 4. Contractor shall expect groundwater will be encountered during clearing, grubbing and bank and floodplain bench excavation. Payment for control of dry weather flow, storm flows, tidal flows and groundwater flows are included in the Contract Unit Price for Bid Item No. 5 and no additional compensation will be allowed therefore. Note that dewatering of stockpiled material is different than controlling groundwater flow. Dewatering of excavated material is included in the Contract Unit Price under the relevant Bid Item. Add the following section: "7-8.6.4.1 Flowing Water Management Plan Contractor shall prepare the Flowing Water Management Plan that describes the means, methods and construction phasing to managing dry weather and storm flows, groundwater flow, and tidal flows. Contractor shall plan, sequence and execute the work in a manner that maintains creek flows and protects water quality. Contractor shall locally isolate work zones from active creek flows to protect creek water quality. Isolating the work area may include diverting creek flows if deemed necessary by Contractor and approved by the Engineer. Any flow diversion shall comply with all permit requirements. All in -stream activities shall be scheduled to minimize the length of time during which the dewatering and flow diversion/isolation will be necessary, so as to minimize impacts to aquatic resources. Heavy equipment or vehicles shall not be permitted within the active river channel (below the water surface). Contractor shall design, install and remove temporary creek crossing(s) if needed to perform the work as approved by the Engineer. The crossing shall be sized to accommodate anticipated streamflow during construction with a 25% safety factor. Temporary creek crossing(s) shall not cause turbidity or local erosion and shall comply with all permit requirements. Temporary creek crossing(s) shall be completely removed following construction. See Section 7-7.1 for further discussion." 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Add the following section: "7-9.1 Wildlife Protection The project site and adjacent areas contain sensitive habitat areas for protected wildlife. Attachment A includes a listing of the protected plants and wildlife that are present or have a moderate to high potential of being present on the site. Comply with all permit requirements for wildlife protection per Section 7-5. Contractor shall coordinate clearing and grubbing, excavation, grading, and revegetation work with the Engineer who will schedule biological monitoring in accordance with project permits. As directed by Engineer, the Biological Monitor will perform pre -construction surveys, environmental training, monitoring and wildlife relocation. The table below summarizes when biological surveys will be performed. Contractor shall cooperate with the Biological Monitor throughout construction and provide adequate notification to the Engineer to allow sufficient time for required activities. 17OF57 Activity When Biological Survey Performed Medium and High Priority Species Pre -construction survey Prior to beginning construction Environmental training Prior to beginning construction Monitoring and relocation, if needed During in -channel work Nesting Raptors and Migratory Birds Nesting survey Within 7 days prior to beginning construction Contractor shall provide 10 calendar day notice to the Engineer prior to mobilizing to the site. Prior to the start of construction, the Engineer will direct the Biological Monitor to conduct pre - construction wildlife surveys of the construction site. Contractor shall not start construction until the area has been cleared for wildlife. Contractor shall include in its construction schedule delay of construction activities as needed to allow the Biological Monitor to conduct initial surveys, periodic monitoring, wildlife relocation and other activities to ensure wildlife protection. Contractor shall review permit requirements to determine the anticipated length and frequency of construction delays due to biological monitoring. 7-8.9.2 Wildlife Education Training Engineer will direct the Project Biologist/Restoration Ecologist and Biological Monitor to conduct education programs for all construction personnel (a) prior to initiating construction, and (b) prior to initiation of water diversion and/or dewatering activities. All construction personnel and subcontractors must complete the training before they are authorized to work in the project area. At a minimum, the training will include a description of each of the protected species, their importance, their habitat, a report of the occurrence within the project area, an explanation of the status of this species and its protection requirements, the conservation measures that are being implemented, and the work site boundaries within which construction may occur. A fact sheet conveying this information will be prepared for distribution to the above -mentioned people and anyone else who may enter the project site. Upon completion of the program, personnel will sign a form stating that they attended the program and understand all the avoidance and minimization measures. 7-8.9.2 Minimum Wildlife Protection Measures. At a minimum, Contractor shall comply with the following measures for wildlife protection: a) Trash and waste material must be properly disposed of in trash receptacles that prevent the access or trapping of native animals. These containers shall be available and used at all times. b) Trash shall be removed from the site daily. c) All equipment such as buckets, and open holes, trenches or items that may potentially trap sensitive animals must be covered by the end of each workday. (If this is not possible, one or more escape ramps constructed of earth fill or wooden planks will be established in the hole.) d) Thoroughly inspect all holes or trenches for animals before filling. If at any time, wildlife is discovered trapped in a trench or pit, halt work and notify the Engineer immediately. e) Storage of any pipes measuring four (4) inches or greater in diameter at the site will be avoided, or the ends of any such pipes will be sealed with tape as they are brought to the site. f) No cats or dogs or firearms (except for federal, state, or local law enforcement officers or security personnel) will be permitted onsite to avoid harassment, killing, or injuring of protected wildlife. g) Temporary Erosion control with plastic or nylon netting may not be used. h) Lighting of the project site by artificial lighting during nighttime hours should be minimized to the maximum extent practicable. 18OF57 i) No parking, walking or equipment access shall occur in native habitat outside the limits of work. j) Equipment storage and construction vehicles parking shall be limited to the designated areas shown on Drawing No. C1101 (Sheet 13). 7-8.9.3 Cultural and Prehistoric Resources. Contractor shall suspend work in the area and notify Engineer immediately if evidence of any of the following are items encountered during performance of the Work: a. Archaeological artifacts b. Fossils c. Human remains Any delays in excess of 24 hours resulting from encountering cultural or prehistoric artifacts will be considered as a basis for a Change Order for contract time only, no additional compensation will be allowed therefore. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.4 Safety. 7-10.4.1 Safety Orders. Add to this section: "Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work, and Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer to conduct construction review or observation of Contractor's performance shall not include review or observation of the adequacy of Contractor's safety measures in, on, or near the construction site." 7-10.7 Notices to Residents and Businesses. Ten (10) working days prior to starting work, Contractor shall deliver a written construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. Engineer will provide the notice to Contractor. Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by Engineer, but shall be completed and distributed by 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 Engineer. 7-15 CONTRACTOR'S LICENSES. Add to this section: "At the time of the award and until completion of work, Contractor shall possess a "Class A" License. Also, Contractor, or its Subcontractors, shall possess a Landscaping Contractor's "Class C-27" License and an Agricultural Pest Control Advisor (PCA) License. At the start of work and until completion of work, Contractor and all Subcontractors shall possess a Business License issued by the City of Newport Beach. Contractor also shall have experience in performing all the components of this project, including the restoration of freshwater and coastal wetlands. Contractor shall have actively engaged in freshwater and coastal restoration projects during the last five years. Contractor shall provide references to confirm the completion of at least two habitat restoration projects similar in complexity in the last five years. CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved drawings and specifications shall be on the job site at all times. In addition, Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. 19OF57 The "As -Built" drawings shall be submitted and approved by the Engineer prior to final payment or release of any bonds. Contractor shall maintain books, records, and documents in accordance with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT. 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1: Mobilization / Demobilization [Lump Sum]: Work under this item shall include, but not limited to, providing bonds, insurance, submittals, and financing; performing the general conditions of the contract, establishing a field office with desk and file cabinet space for Engineer, construction signage, preparation of the designated area for equipment and vehicle storage and providing orange construction limit of work fencing around the site perimeter, and construction and material delivery schedule; coordinating with other agencies and utilities, notifying businesses and residents; attending all coordination meetings, attending biological and cultural resource training, keeping photographic and video records of project site, demobilization, and all other related Work as required by the Contract Documents. Item No. 2: Construction Access Roads with Demolition Tasks [Square Foot]: Work under this item includes, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item, for (a) removing Existing Pedestrian Bridge #4, (b) clearing, grading and installing the northern access road (Access Road C) to connect with the existing access road between Phases 2 and 3, (c) furnishing and installing three Removable Bollards per Standard Drawing 917 at the entrance to Access Road C from Back Bay Drive, (d) widening and improving Access Road A on the north side of the Soil Placement Area, (d) creating an 15 foot wide Access Road B including furnishing and installing one Removable Bollard per Standard Drawing 917 at the entrance to Access Road B from Back Bay Drive, and (e) all other work items required to complete the work in place. All new access roads shall be constructed per Detail 1 on Sheet 8." Item No. 3: Demolition of Two Additional Bridges [Lump Sum]: Work under this item shall include, but not be limited to, dewatering; control of surface runoff; demolition and removal of the two additional pedestrian bridges and abutments (Bridges 1 and 3); protecting existing site conditions surrounding bridges; and all other work items required to complete the work in place. Item No. 4: Construction Survey [Lump Sum]: Work under this item shall include, but not limited to, providing survey services in accordance with Section 2-9 and all other work items required to complete the work in place. 20 OF 57 Item No. 5: Stormwater Pollution Prevention Plan (SWPPP) and Flowing Water Management Plan) [Lump Sum]: Work under this item shall include, but not limited to preparing a site -specific SWPPP, and providing submittals, providing and distributing plans to appropriate parties; furnishing all labor, materials, tools, equipment and incidentals needed for implementing the SWPPP; maintaining all erosion control measures throughout the duration of the project; performing inspections, sampling, and reporting during construction to meet requirements of the project's NPDES Construction General Permit; and all other work items required to complete this subtask. See Section 7-8.6.3 Storm Water Pollution Prevention Plan. This bid item includes preparing and implementing the Flowing Water Management Plan to manage project flows and groundwater for the reed removal, excavation and grading per Section 7-8.6.4.1 and as outlined on Sheets 13-15 of the Drawings. The Flowing Water Management Plan shall be implemented in coordination with the SWPPP measures to manage sediment and minimize water quality impacts to the downstream tidal channels. Note that payment for implementing dry -weather runoff control, stormwater runoff control, tidal flow control, and removing groundwater are included in the Contract Unit Price for each associated Bid Item and no additional compensation is allowed therefore. Item No. 6: Clearing, Grubbing and Preparing Soil Placement Area [Acres]: Work under this item includes, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item, and removing all bushes, shrubs, stumps, and roots within the Soil Placement Area with chipping and haul off to an approved disposal facility; compaction of subgrade; installing containment berms to hold and process the reeds and root system removed from the freshwater pond; installing berms for the storage of excavated soils not used for site grading; and all other work items required to complete the work in place. This item includes processing and removing vegetation removed during clearing and grubbing of this area to an approved and permitted off -site facility. Item No. 7: Removing and Disposing Reeds from Freshwater Pond [Acres]: Work under this item includes, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and; removing all reeds, roots and associated sediment from the freshwater pond; temporary staging of reeds, roots systems and associated sediment in the Soil Placement Area for processing, including separation of sediment and chipping of reeds, for off -site hauling and disposal at an approved disposal facility; and all other work items required to complete the work in place. This Bid Item includes construction of temporary access for equipment used to remove the reeds, roots and associated sediment. Payment for this item will be based on cubic yards of processed and chipped materials hauled off for disposal. Implementing the SWPPP measures and the Water Flow Management Plan for groundwater control, surface runoff and tidal flows controls is paid under Bid Item No. 5. Item No. 8: Clearing and Grubbing of Northern and Southern Areas [AcresL Work under this item shall include, but not be limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing dewatering; control of surface runoff; removing all trees, bushes, shrubs, stumps, and roots within the Northern Area and within the Southern Area where excavation and grading is planned (excluding the reeds covered under Bid Item No. 7), stockpiling woody material for processing into mulch for on -site use; chipping; haul off to an approved off -site disposal facility; and all other work items required to complete the work in place. This Bid Item includes removing pepper trees that are mixed with willows and native plants. Woody material not infected by PSHB shall be segregated for mulching. Processing of woody material into mulch is paid under Bid Item No. 20. Materials infected with PSHB, including small branches, leafy vegetation and seeds, shall be appropriately removed to an approved off -site disposal site. This Bid Item includes removing and disposing of fences, concrete, pipe or interfering portions thereof, and any other native or non-native material to an approved off -site disposal 21 OF 57 facility, to accommodate the project improvements. This Bid Item includes protecting items in place including, and not limited to, existing native vegetation, trees not slated for removal, and existing utilities. Item No. 9: Select Non-native Tree and Plant Removal [Acres]: Work under this item shall include, but not be limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing; selectively removing all non-native trees and plants within the designated enhancement areas that includes mixed native trees and plants; and all other work items required to complete the work in place. Woody material not infected with PSHB shall be segregated for mulching. Processing of woody material into mulch is paid under Bid Item No. 20. Materials infected with PSHB, including small branches, leafy vegetation and seeds, shall be removed and hauled off -site to an approved disposal site. This item also includes protecting items in place, including and not limited to, existing native vegetation, native trees not slated for removal, and existing utilities. Control of groundwater flows and other flow is paid under Bid Item No. 5. Item No. 10: Freshwater Pond Spillway [Lump Sum]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for (a) removing all vegetation on the spillway from Back Bay Drive to the toe of the freshwater pond levee (56 feet long x 40 feet wide), protecting the existing grouted riprap, and regrouting this area of the spillway to fill in voids, cracks and broken grout; (b) removing the grouted riprap on the sloped portion of the spillway to the limits shown on Sheet 5 of the Drawings and installing riprap to a thickness of one - foot with Facing Class and grout with a mixture of 1 part cement to 2 parts sand excavating and compacting the underlying soil to meet the finish grades shown on Sheet 15 of the Drawings; and (c) all other work items required to complete the work in place. Item No. 11: Tidal Channel Focused Dredging and Stockpiling [Cubic Yard]: Work under this item includes, but is not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing focused dredging of the tidal channel from the inlet of the exiting culvert under Back Bay Drive to the end of the tidal channel that connects to the Upper Newport Bay to an elevation of 0.0 Feet (NAVD88 datum); placing tidal channel material in the Temporary Dredge Material Stockpile within the planned salt marsh restoration, and all other work items required to complete the work in place. This item includes placing berms around the Temporary Dredge Material Stockpile and dewatering the material for use as topsoil in final grading of the salt marsh restoration area. Measurement of earthwork volumes will be based on cubic yards excavated in the tidal channel within the tolerance specified in Section 300-2.1 as determined using pre -excavation and post -construction surveys performed by Contractor. Spreading of the stockpile is paid under Bid Item 18. Note: Surveys in the tidal channel shall use non-invasive techniques. Item No. 12: Excavation, Fill and Rough Grading [Cubic Yards]: Work under this item includes, but is not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing excavation, fill and rough grading of site soils and sediments to achieve the grades shown on Drawings. (Note: The salt marsh area below Elevation 7.0 receives fine grade material from the Temporary Dredge Material Stockpile to achieve the final design grades. Removal of excess rough grade material to facilitate placement of the fine grade material is paid for under Bid Item 18.) Excavated material will be used for on -site fill in the Southern Area (fill volume estimated to be 7,450 cubic yards) with the remaining material placed on the Soil Placement Area (fill volume estimated to be 20,850 cubic yards or less). Work under this item shall include, but is not limited to, excavation; rough grading within the excavation area; excavation support (including trenching, sheeting, shoring or sloping) as needed; hauling material to fill areas in the Southern Area and to Soil Placement Area; multiple handling and movement of earthwork as needed; dewatering of the materials as needed for grading; grading per compaction requirements; protecting interfering portions of existing utilities or improvements; providing geotechnical services; and all other work items required to complete the work in place. 22 OF 57 Measurement and payment for this bid item will be based on the cut volume as determined from the pre -excavation survey and post -construction survey. No additional payment will be allowed for fill volume. Controlling surface water and groundwater is covered under Bid Item No. 5. Spreading of Tidal Channel dredge material within the salt marsh restoration area to final grade is paid for under Bid Item No. 18. Furnishing and placing the 2-foot final soil cover over the Soil Placement Area is paid for under Bid Item No. 19. Item No. 13: Not Used. Item No. 14: Not Used. Item No. 15: Culvert Upgrades [Lump Sum]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and installing the two culvert upgrades as shown on Drawing No. CG102 (Sheet 10) complete and in - place, including but not limited to, providing submittals; earthwork; performing removals; preparing the subgrade; procuring, approving, delivering, storing, and installing materials for removing the existing CMP under the trail; and replacing it with RCP D-2000 with granular bedding per Detail 3 on Sheet 8; constructing concrete collar connecting RCP to existing CMP North of the trail; bypassing existing CMP flow; installing geotextile fabric and loose rip rap per the limits and details in Drawings; removing excess material and transporting it to the Soil Placement Area; protecting existing site conditions surrounding riprap limits; and all other work items required to complete the work in place. Item No. 16: Vegetated Soil Lifts (VSL) [Linear Foot]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item; providing submittals; procuring, approving, delivering, storing, and installing the biodegradable filter fabric, native topsoil, soil amendments, wooden stakes, live willow and mule fat stake plantings; seeding; backfill and finish grading around constructed VSL; removing excess material and transporting it to the Soil Placement Area; and all other work items required to complete the work in place. Locations and limits of the VSL shall be determined in the field by Engineer. Payment for vegetated soil lifts will be based on a unit price per linear foot basis measured along the face of each lift. Procurement and storage of willow and mule fat live stake cuttings shall be covered under Bid Item No. 25: "Willow and Live Stake Cuttings". Item No. 17: Erosion Control Fabric [Square Yards]. Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and installing the biodegradable erosion control fabric, including anchoring and overlapping on the grade control structure and channels per the Drawings and all other work items required to complete the work in place. Measurement is based on the square yard of exposed erosion control fabric installed and excludes overlapped or embedded fabric. Item No. 18: Fine Grading & Soil Preparation for Salt Marsh Restoration Area [Acres]. Work under this item shall include, but not be limited to, providing submittals; furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing dewatering of Temporary Dredge Material Stockpile (shown on Sheet 14); spreading the material within the salt marsh restoration area to achieve the grades shown on Drawings after removing excess material and performing all operations for weed eradication specified in the construction documents, and all other work items required to complete the work in place. This task includes performing the Agronomic Soil Testing outlined in Section 211-4. Payment for control of groundwater and other flows is covered under Bid Item No. 5. 23 OF 57 Item No. 19: Soil Cover, Fine Grading & Soil Preparation for Soil Placement Area [Cubic Yards]. Work under this item shall include, but not be limited to, providing submittals; furnishing all labor, materials, imported soil, tools, equipment and incidentals necessary for this Item and implementing placement of two feet of approved topsoil for the cover to the Soil Placement Area, and all other work items required to complete the work in place. This item includes fine grading in all planting areas to bring areas to final grade after performing all operations for weed eradication specified in the construction documents; and all other work items required to complete the work in place. This task includes performing the Agronomic Soil Testing outlined in Section 211-4. Item No. 20: Mulching Woody Material [Cubic Yards]. Work under this item shall include, but not limited to, providing submittals; furnishing all labor, materials, tools, equipment and incidentals necessary for this Item and implementing chipping of stockpiled woody material, which is free of PSHB, for reuse as mulch; storing mulch; and all other work items required to complete the work in place. Item No. 21: 1-Gallon Containerized Plants [Each]. Work under this item shall include, but not limited to, providing submittals; arranging delivery; furnishing all labor, materials, tools, equipment, storage, and incidentals necessary for this Item and installing and maintaining plant materials as specified in these construction documents including spotting, excavating plant pits, providing and installing backfill and plant supplements; soils testing; forming water basin and installing top dressing with mulch; implementing protective screening around plants as needed; providing photographic submittals; and all other work items required to complete the work in place. Note: NBC will order and pay for 1-gallon containerized plants. Contractor will be responsible for arranging for plant delivery, payment of shipping, storage and installation. Item No. 22: 4-inch Containerized Plants [Each]. Work under this item shall include, but not limited to, providing submittals; furnishing all labor, materials, tools, equipment, delivery, storage and incidentals necessary for this Item, and installing and maintaining plant materials as specified in these construction documents including spotting, excavating plant pits, providing and installing backfill and plant supplements, soils testing, forming water basin and top dressing with mulch, implementing protective screening around plants if needed; providing photographic submittals, and all other work items required to complete the work in place. Note: NBC will procure and pay for all plant material. Contractor will be responsible for arranging for delivery , payment of shipping, storage and installation. Item No. 23: Hydroseed [Acres]. Work under this item shall include, but not limited to, providing submittals; furnishing all labor, materials, tools, equipment, delivery, storage and incidentals necessary for this Item and installing and broadcasting the hydroseed mixture that incorporates Proganics Dual or approved equal, fiber mulch binder, seed, mycorrhizal inoculum, fulvic/humic acid, worm tea, and compost, after performing all operations for weed eradication specified in these construction documents, and providing protection for previously installed plant material prior to applying the hydroseed mixture as specified in these specifications, and all other work items required to complete the work in place. Remove all protective material and any overspray immediately following broadcasting hydroseed. Note: Seeds will be ordered and paid for by NBC. Contractor is responsible for arranging delivery of the seed, payment of shipping, storage and application. Item No. 24: Mulch Spreading and Soil Amendment [Acres]. Work under this item shall include, but not be limited to, providing submittals for extracting mulch from stockpile; furnishing all labor, materials, tools, equipment, and incidentals necessary for this Item and hauling, placing, and spreading mulch; adding soil amendments as specified for plantings and seed bed preparation; and all other work items required to complete the work in place. 24 OF 57 Item No. 25: Willow and Mule Fat Live Stake Cuttings [Each]. Work under this item shall include, but not limited to, furnishing all labor and materials, tools, equipment, and incidentals necessary for this Item; procuring, approving, delivering, and storing willow and mule fat cuttings for the vegetated soil lifts; and all other work items required to complete the work in place. Installation of willow and mule fat cuttings for the vegetated soil lifts are covered under Item No. 16: "Vegetated Soil Lifts". Item No. 26: Temporary Irrigation System [Acres]. Work under this item shall include, but not limited to, providing submittals furnishing all labor, materials, delivery, storage, tools, equipment and incidentals necessary for this Item and; installing a complete and operable irrigation system as specified in these construction documents including preparing design layout; connecting to and extending from existing irrigation water distribution mainlines in Phase 2; installing water meter, piping, pipe staples, sleeving, ball valves, quick couplers, remote control valves, valve wiring with 1-inch conduit, valve boxes, backflow preventer, master valve, flow sensor, irrigation heads, risers, all wire from controller to remote control valves, master valve and flow sensor with telemetry cable including performing excavation, assembly, backfilling, testing and adjustment of system for all piping; and all other work items required to complete the work in place. Item No. 27: 120-Day Plant Establishment & Maintenance Period [Lump Sum]. Work under this item shall include, but not limited to, furnishing all labor and materials, tools, equipment, and incidentals necessary for this Item and perform the plant establishment and plant maintenance, and all other work items required to complete the work in place. This Work shall not commence until the Engineer determines all planting tasks have been completed. Item No. 28: As -Built Drawings [Lump Sum]. Work under this item shall include a redlined set of Drawings submitted by Contractor upon completion of the project. The Drawings shall reflect all deviations from Contract Drawings made during Construction and show the exact dimensions, geometry, and location of all elements of the Work completed under the Contract. As -Built Drawings shall be submitted to Engineer. Item No. 29: Trail Decomposed Granite [Square Yards]. Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary to perform the work required for installing redwood header boards and stakes and crushed granite cover on the trails as specified in these construction documents, and all other work items required to complete the work in place. Item No. 30: Trail Signage [Lump Sum]. Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary to perform the work required for the installing five trail signs, including constructing foundation, installing 42-inch support posts, and installing signs provided by others, and all other work items required to complete the work in place. Item No. 31: Rip Rap for Tidal Channel Culvert Scour Protection [Tons]. Work under this item shall include, but not limited to, furnishing all labor and materials, tools, equipment, and incidentals necessary for this Item and installing the rip -rap scour protection for the existing tidal channel culvert, and all other work items required to complete the work in place. Item No. 32: Bridge No. 2 Refurbishment [Lump Sum]: Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary for this item to remove and replace the bridge railings, coat the wood deck with approved wood preservative, reform the path approaches to the bridge, and all other work items required to complete the work in place. 25 OF 57 Optional Item No. 33: Removal of Temporary Irrigation Laterals Phases 1 and 2 [Lump Sum]. Work under this item shall include, but not limited to, furnishing all labor and materials, tools, equipment, and incidentals necessary for this Item and removing and disposing of the above ground laterals and associated valves within Phases 1 and 2. The main supply lines, controller and valve boxes shall remain. Optional Item No. 34: One Year Maintenance of Site Vegetation [Lump Sum]. Work under this item shall include, but not limited to, furnishing all labor, materials, tools, equipment and incidentals necessary to perform the Work required for plant maintenance following the 120-Day Plant Establishment Period, as specified in these construction documents. Work shall meet the requirements for the 120-day maintenance period that includes, but not limited to, replacement of dead container plants, re -hydro -seeding areas, maintaining temporary irrigation system and weed management. This Work shall not commence until the Engineer approves the completion of the 120-day establishment period. The contract may be extended for this 1-year maintenance period for an additional year. 9-3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS. 200-1.6 Stone for Riprap. Add to this section: "Riprap for culvert scour protection shall be the class indicated on the Plans. Rock size and conform to the gradation specified in table 200-1.6.2. Stones shall be angular quarry stone. Stones shall be durable, free from cracks, seams, and other defects which would tend to increase deterioration from natural causes. Dirt, sand, or clay shall not exceed 5% by weight. Quantity of rock with an elongation greater than 3:1 shall not exceed 20% of the mass. No stone shall have an elongation greater than 4:1. Not more than 10% of the stone shall show splitting, crumbling, or spalling when subjected to 5 cycles of the sodium soundness test as required by ASTM C88." SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.3 Concrete Specified by Special Exposure. Add to this section: "Portland cement concrete for construction of the slope lining at the freshwater pond outlet from the levee to Back Bay Drive shall be Class 658-CME-4500P." SECTION 211 - MATERIAL TEST Add the following section: "211-4 Agronomic Soil Test. Prior to planting and hydroseeding, soil samples shall be taken from a minimum of two locations from each habitat type for the project area to represent an adequate cross-section of conditions, as determined by the Project Restoration Ecologist. In addition, two samples shall be taken of the topsoil for the cover for the soil placement area. 26 OF 57 Soil sampling methods shall conform to guidance of the soil testing company. Each composite sample shall be composed of samples collected from zero to 6-inch depth with eight to ten core samples from around a uniform area, mixed in a clean plastic bucket and transferred into a composite sample (approximately one pound) soil sample bag. Soil tests shall be performed by an approved soil testing laboratory such as Wallace Laboratories, 365 Coral Circle, El Segundo, CA 90245, telephone number (310) 615-0116, contact Garn Wallace. The minimum tests performed shall be the Agricultural Soils Suitability test, organic matter, Sodium adsorption ratio (SAR) and soil texture for each sample. The test shall include the following: Organic matter content; elements; metals; salinity; pH; SAR; EC; chloride; soil texture (i.e., silt, clay, sand); recommendations for amendments, leaching, and maintenance organic -based fertilizations. The results and recommendations of soil testing laboratory shall be submitted to the Engineer and Project Restoration Ecologist for review and approval. Products specified by product name in the soil testing laboratory recommendations may be substituted with equal products approved by the Engineer." Add this section: "218 EROSION CONTROL FABRIC The Coir Fabric for the Vegetated Soil Lifts shall be unwoven fabric. Manufacturer: North American Green C125BN, or equivalent. PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Change the fourth paragraph to read: "Native vegetation shall be preserved and protected in non -grading areas. As directed by Engineer, the Project Biologist/Restoration Ecologist will delineate native plants to be protected prior to clearing, grubbing and tree removals. Contractor may request permission from Engineer to prune native vegetation to establish an acceptable work clearance area. Clearing and grubbing operations shall proceed in an organized manner in advance of earthwork, once the Project Biologist has surveyed the area and reports to the Engineer that no active nests are found. In general, within the limits of clearing and grubbing of the restoration areas, enhancement areas, Soil Placement Area, access roads, and areas subject to grading as shown on Drawing No. CD101, clear all native and non-native vegetation; remove stumps or grind stumps 18 inches below finish grade; remove roots 1-1/2 inches in diameter or larger, buried logs, and all other objectionable material down to 3 feet below the existing ground surface. Within these areas, clear and grub all pepper trees that include root balls regardless of the depth. Contractor is responsible for the removal of all non-native plants and trees within the project area. Non-native trees will be removed from all areas within the limits of work. Non-native species include but are not limited to: Brazilian pepper (Schinus terebinthifolfius), pines (Pinus spp.), Mexican fan 27 OF 57 palm (Washington robusta), Canary Island palm (Phoenix canariensis), Fig (Ficus carica), Goldenrain tree (Koelreuteria paniculata), and Ash (Fraxinus spp.). All trees infested with PSHB shall also be removed. All non-native tree root balls that have not been removed shall be stump -ground to 18 inches below finish grade. Trunks and root balls shall be mechanically pulled out by Contractor prior to excavation, or they can be removed as part of mass grading. Contractor shall present the means and methods to the Engineer. All portions of the Brazilian peppertree will be removed. Removal of the root ball includes removal of root biomass at least three feet below the current ground surface and within a 2.5-foot radius centered under the main trunk (i.e., within a 5-foot diameter circle). Contractor is permitted to cut larger tap and/or lateral roots to complete removal of the root ball. Remove roots 1-1/2 inches in diameter or larger, buried logs, and all other objectionable material down to 3 feet below the existing ground surface. Where there is a mix of native and non-native trees, the Engineer will direct the Project Biologist to flag native trees to be protected. For the seven Enhancement Areas (see Drawing CD101, Sheet 5) on the north, west and south sides of the project, non-native vegetation within the existing coastal sage scrub habitat will receive select removal of this non-native vegetation, with the focus on removing the non-native swamp saltbush (Atriplex amnicola). Hand tools will be utilized to remove non-native species under direction of the Engineer, due to the presence of the endangered California gnatcatcher occurring in adjacent habitats. All non-native biomass shall be hand -removed from the enhancement areas, and placed on mats prior to disposal so as not promote seed spread. Tree Area. The Tree Area is denoted on Sheet 5. In general, all plants, trees and roots shall be cleared in this area.- Engineer will have the Project Biologist tag any PSHB infested trees. Note: in the northern enhancement area, Enhancement Area No. 1 that is within the Tree Area, the Engineer will direct the Project Biologist to tag native plants and trees for protection. Removals will be limited to non-native plants and trees, as well as any trees infested with the PSHB. Disposing of PSHB infested trees shall be per the requirements of Section 300-1.3. Freshwater Pond Spillway. Clearing and grubbing shall be performed to remove all vegetation within the grouted spillway from the existing freshwater pond levee to Back Bay Drive. Freshwater Pond Reed Removal. Clearing and grubbing within the freshwater pond that contains thick reeds, Contractor shall remove all vegetation, root systems and associated sediment attached to the root system. The approximate area for reed removal is shown on Drawing No. CD101. Contractor may use the soil from the existing berm between the freshwater pond and the northern portion of the site as temporary road material that will then serve as grading material in the freshwater pond area. Vegetation, roots systems and sediment shall be placed in the soil placement area for dewatering and processing prior to disposal off -site per Section 300-1.3 Removal and Disposal of Materials. Tidal Channel. No clearing or grubbing is to occur along the Tidal Channel on the western side of Back Bay Drive. Vegetation within the temporary access area can be covered or driven on but should not be cleared and grubbed." Soil Placement Area. All plants and roots shall be cleared prior to soil placement. Engineer will have Project Biologist tag any PSHB infested trees. 28 OF 57 Add to this Section: "Remove incidental debris encountered during clearing and grubbing activities, including timber, rock, concrete, rubble, debris and other items, and segregate and dispose of debris offsite. Vegetative matter is not debris. Any debris removal that meets any one of the following criteria shall be negotiated as extra work, subject to authorization by the Engineer: a) Debris that requires special equipment for removal. b) Hazardous debris that requires special offsite disposal per Engineer's direction." 300-1.2 Preservation of Property Add to this Section: "Prior to commencing construction, Contractor shall install temporary orange fencing at the limits of work of all vegetated areas and/or individual trees to be preserved, temporary facilities, and any other improvements onsite. Prior to commencing work, Contractor shall review all tree and other protection fencing with the Engineer and field adjust the limits as directed." 300-1.3 Removal and Disposal of Materials. Add to this Section: "Cleared materials shall become Contractor's property. Removal and disposal of material shall be done by City -approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/home/showdocument?id=1986 Existing Pedestrian Bridges. The three existing pedestrian bridges, Nos. 1, 3 and 4, to be demolished and removed, shall be fully removed including support frame, ridge structure and foundation, processed and disposed of at an approved permitted facility. Freshwater Pond Vegetation. All vegetation materials (predominately reeds) including root systems and associated sediment excavated from the onsite freshwater pond shall be placed in soil placement site and dewatered for a minimum of five days prior to processing and disposal. The temporary staging areas shall be cleared and grubbed prior to staging and containment berms and silt fencing placed around the staging areas to control sediment migration and seepage in accordance with the approved SWPPP. All vegetation, root systems and attached sediment excavated shall be hauled offsite and disposed of at an approved permitted landfill. Because of the potential for selenium impacts to the sediment and root systems, disposal at a green waste facility is prohibited." Add the following section: "300-1.3.1 Clearing, Chipping and Disposal of PSHB-Free Debris. Trees not infected with PSHB shall have all cut leaves, small stems (with leaves and seeds), and seeds removed and disposed from the site at a landfill. Contractor is responsible to rake up and gather this material for offsite disposal. Non-native tree trunks and larger branches shall be chipped to less than 1 inch diameter and less than 3 inches long, and not less than 3/8-inch in width and 1/16-inch in thickness. Chipped material shall be re -purposed on -site as beneficial mulch, as described in Section 800-1.2.5. Chipped material shall not include any leaves, seeds or other green matter. If contaminated with such items, chipped material shall be rejected by Engineer and disposed of offsite at Contractor's expense. Contractor shall coordinate with the Engineer to identify chipped mulch distribution areas within the site. Chipped mulch shall be spread less than 2 inches thick across the entire site, starting with the riparian habitat, and at a depth of up to 4 inches around container plants and live stakes. If excess chipped mulch is generated (beyond what can be distributed to a thickness of 4 inches or less), it will be placed on on -site hiking trails or roadways in the Big Canyon Phases 1 or 2 area at the direction of the Engineer. 29 OF 57 300-1.3.2 Clearing and Disposal of PSHB-Infested Debris. PSHB will be identified through pre -construction surveys completed by others as directed by Engineer. All clearing and grubbing material that has been infected with PSHB will be completely removed from the site and properly disposed at an approved landfill, not a green waste disposal site. Note: Pruning tools should be disinfected between trees to avoid spreading the fungus and other opportunistic pathogens. Effective disinfecting agents include a 70% solution of ethanol, a 5% solution of bleach, or commercial disinfectant solutions like Lysol. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add to this section: "Following clearing and grubbing and measures to manage on -site dry weather, storm, and tidal flows and high groundwater per the approved Flowing Water Management Plan, Contractor shall perform excavation and grading a as shown on Drawings and adjusted by the Engineer in the field. Earthwork shall comply with the following sequence of work: a) Prior to commencing earthwork, Contractor shall stake the excavation limits for review and approval by the Engineer. b) Perform pre -excavation ground survey per Section 2-9.3, Survey Service. c) Adjust stakes as instructed by the Engineer to meet the design intent based on site conditions following tree removal. d) Perform excavation in an orderly manner with completion of contiguous areas as work progresses. e) Perform post -construction ground survey per Section 2-9.3, Survey Service. Place excavated material onsite at the following locations, in the following order of priority: 1. Site grading per the Design Drawings 2. Soil fill for Vegetated Soil Lifts, provided material is deemed suitable topsoil 3. Backfilling voids from Pepper Tree removal in enhancement areas 4. On -Site Soil Placement Area Excavation in Freshwater Pond. Following removal of existing reeds, root systems and associated sediments, Contractor shall excavate to the grades required on the Design Drawings. Removal of reeds, roots system and sediment may result in excavations below final grades. See Section 300-4 UNCLASSIFIED FILL for requirements for filling within the freshwater pond. Dredging in Tidal Channel. Following installation of sediment migration/water quality measures, Contractor shall remove sediment only within the non -vegetated channel to the required grades and depth shown on the Drawings. Access to the channel shall be from the designated access road shown on the Drawings. No equipment or personnel are allowed at any time on the vegetated marsh benches. All dredging operations and transport of materials to the on -site staging areas shall be within the non -vegetated channel and designated access road. Sediment removed from dredging of the tidal channel on the western side of Back Bay Drive to achieve an elevation of 0 feet shall be temporarily placed on the designated stockpile aera within the salt marsh restoration area as shown on Drawing No. C1102. Contractor shall endeavor to excavate to the finish grade neat lines indicated in the Drawings. A tolerance of plus or minus 3 inches (+/- 0.25 foot) vertical deviation of final grade from these neat lines will be allowed at all locations unless noted otherwise. Contractor is allowed to over -dredge an additional 12 inches; however, this additional dredged volume will not be considered when determining the volume of excavated material as determined by the pre- and post -excavation surveys. The project may not be accepted as complete if finished grade is outside the limits of these 30 OF 57 tolerances. In addition, areas of contour grading shall conform to the shapes and slopes indicated in the Drawings so that graded areas gently slope toward the creek channel. Engineer may require Contractor to conduct additional work at Contractor's expense to complete excavation to the lines and grades indicated, within these tolerances, and associated surveying to demonstrate conformance with the desired finished grades." 300-2.2.2 Wet Material. Replace complete paragraph with "Excavated material shall be placed onsite as described in Section 300-4 Unclassified Fill. Contractor shall dry or otherwise process wet material as needed to obtain suitable moisture content for placement." 300-4 UNCLASSIFIED FILL. 300-4.1 General. Add to this Section: "Unclassified fill shall be native materials from excavations performed within the limits of the project and shall be approved by Engineer. Place excavated material onsite at the following locations, in the following order of priority: a) Site grading per the Design Drawings b) Soil fill for Vegetated Soil Lifts, provided material is deemed suitable topsoil c) Backfilling of voids from Pepper Tree removal in Habitat Enhancement Areas d) On -Site Soil Placement Site General: Contractor shall endeavor to place fill to achieve a continuous gentle slope that promotes positive drainage to the creek in the Southern Area and to the tidal channel in the Northern area. Fine grading of the Southern Area will not be deemed complete until approved by the Engineer with regard to achieving the continuous positive draining slope in the Southern Area from the stream bank to the toe of the upland slope and grade control structure such that there is no ponding of water when inundated during a storm event that flows across the full extent of the floodway. Fine grading of the northern salt marsh restoration area (Northern Area) of the site will not be deemed complete until approved by Engineer with regard to achieving the elevations to establish the designated vegetation communities as presented in the re -vegetation plan (Drawing No. C1104). Fill in Freshwater Pond: Contractor shall first use materials within the freshwater pond and the soils from the areas around soil borehole HB-4 (see Sheet 4) for grading. These soils are then to be covered with materials from the existing berm between the freshwater pond and the northern area. Contractor shall follow this sequence of filling to provide a soil cover over potentially selenium impacted sediments. Dredging in Tidal Channel: Sediment removed from dredging of the tidal channel on the western side of Back Bay Drive shall be temporarily placed on the designated stockpile area within the salt marsh restoration area as shown on Sheet 14. These materials are then to be used for final grading. These materials shall be redistributed evenly within the salt marsh restoration area (design elevation +3.0 feet to +6.0 feet) and cover the low, mid, and high marsh zones as directed by the Engineer. Soil Placement Area: The Soil Placement Area is used for excess excavated material that is not needed elsewhere in the project limits. It is possible that there will not be enough material to meet the maximum contours shown on Sheet 9. If that is the case, Contractor shall confer with the Engineer prior to completing the rough grading and slope contouring using the existing material. Contractor shall place excess fill materials in the Soil Placement Area after the area is cleared and grubbed and erosion and sediment controls have been implemented. Fill shall be placed under compaction control. The soil placement site shall be topped with a minimum of two -foot imported topsoil cover that has undergone agronomy testing and approval. 300-4.7 Compaction. Add to this section: "For the grade control structure between the southern riparian restoration (Southern Area) and the northern salt marsh restoration (Northern Area), 31 OF 57 Contractor shall place fill in horizontal, uniform layers not exceeding eight (8) inches in thickness before compaction and shall be brought up uniformly. Each lift shall be mechanically compacted to 85% relative compaction , except for the final 18 inches that shall not be compacted. Fill compaction by ponding and jetting will not be permitted. Due to expected high groundwater and soft and variable conditions, should compaction to 85% relative compaction not be achievable due to subgrade conditions, Contractor shall stabilize the subgrade as directed by the Engineer. Fill placed within the riparian and salt marsh restoration areas (except for the grade control structure between these areas as noted above), shall be placed in controlled lifts, but not compacted. Fill placed in the Soil Placement Area shall be compacted to 90% relative compaction except for the two -foot topsoil cover. Note that furnishing and placing the 2-foot final soil cover is paid for under Bid Item No. 19. The Engineer has the option to perform in -place density and moisture content testing on each lift of fill. Contractor shall cooperate with this testing by leveling small test areas. The frequency and location of testing will be determined solely by Engineer. As Contractor nears completion of compaction of each lift, Contractor shall notify Engineer so that Engineer is afforded the opportunity to test compaction of each lift." 300-9 GEOTEXTILES FOR EROSION CONTROL. Add to this section: "Place biodegradable erosion control fabric in accordance with the manufacturer's installation recommendations and the requirements this section. Notify the Engineer if there are conflicting requirements. Adhere to the more stringent requirements. PART 8 LANDSCAPING AND IRRIGATION SECTION 800 --- LANDSCAPING AND IRRIGATION MATERIALS 800-1 LANDSCAPING MATERIALS. 800-1.1 Topsoil. 800-1.1.1 General. Add the following: "Unless otherwise specified on the Contract Documents or required by the Engineer, topsoil shall be Class "B" in accordance with the requirements of 800-1.1.3. Imported soil, if required, shall be Class "A" topsoil in accordance with the requirements of 800-1.1.2." 800-1.1.2 Class "A" Topsoil. Add the following: "Class "A" Topsoil shall be off -site sourced for use as the 2-foot cover on the Soil Placement Area. The off -site sourced topsoil shall be tested according to the agronomy testing protocols and submitted for review and approval by the Engineer. 800-1.1.3 Class "B" Topsoil. Add the following: "Class "B" Topsoil shall be the native topsoil occurring on site. Riparian Restoration Area: Topsoil for the riparian (Southern Area) shall be from the existing berm to be removed between the Southern and Northern Areas. Salt Marsh Restoration Area: Topsoil for the salt marsh restoration areas (Northern Area) shall be salvaged from the tidal channel dredging and stockpiled in the designated storage area as shown on the Design Drawings. Topsoil shall be redistributed evenly within the salt marsh restoration area (design elevations +3.0 feet to +6.0 feet) and cover the low, mid, and high marsh 32 OF 57 zones) to complete fine grading, and amended in accordance with the requirements of 800-1.2.4 when rough grading is completed." 800-1.2 Soil Fertilizing and Conditioning Materials. 800-1.2.1 General. Add the following section: "SOIL TESTING After rough grading has been completed and prior to planting and seeding, soil tests shall be conducted. Soil samples shall be taken to represent an adequate cross-section of conditions as determined by Engineer from a minimum of two locations for each of the four habitat types for the project area, for a minimum total of 8 samples. Soil sampling methods shall conform with the guidance of the soil testing company. Soil tests shall be performed by Wallace Laboratories, 365 Coral Circle, El Segundo, CA 90245, telephone number (310) 615-0116, The contact is Garn Wallace. The minimum tests performed shall be the Agricultural Soils Suitability test, organic matter and sodium adsorption ratio (SAR) for each sample. The test shall include, but not be limited to the following: Analyses for organic matter content; elements; metals; salinity; pH; SAR; EC; chloride; soil texture (i.e., silt, clay, sand); recommendations for amendments and leaching; and recommendations for organic based maintenance fertilizations. The results and recommendations of soil testing laboratory shall be submitted to the Engineer for review and approval. Costs associated with the soil testing will be the responsibility of Contractor. Products specified by product name may be substituted with equal products approved by the Engineer." 800-1.2.4 Organic Soil Amendment. Replace entire section with the following: "Chitin/Chitosan Application Chitin and Chitosan (e.g., lobster and crab shells) shall be directly applied to the soil and incorporated into the (a) top 3 to 6 inches of soil in the riparian restoration areas only (southern willow scrub and mule fat scrub habitats) and (b) into the Vegetated Soil Lift soils. Neptune Harvest's brand `Crab Shell 2-3-0' or equivalent shall be used. If an alternative brand is chosen, this brand shall be approved for use in organic food production (OMRI listed or other certifying agency). A bulk order crab shell product can be purchased from: Neptune's Harvest (800) 259-4769, http://www.neptunesharvest.com Compost/Vermicompost Blend Compost/vermicompost Garden Blend Plus or equivalent shall be included in the hydroseed mix in all habitat types above the high marsh vegetation as presented on the Re -Vegetation Plan, Drawing No. C1104 (Sheet 16). This blend shall be derived from green material consisting of chipped, shredded or ground vegetation or clean processed recycled wood products, or Class A exceptional quality biosolids compost, as required by U.S. EPA, 40 CFR, part 503c regulations, or a combination of green material and Class A biosolids compost. The compost/vermicompost blend shall be processed to remove non-native plant seeds and deleterious material; and shall not contain paint, petroleum products, herbicides, fungicides or other chemical residues that would be harmful to plants or animals. Other deleterious materials such as plastic, glass, metal, or rocks shall not exceed 0.1 percent by weight or volume. 33 OF 57 The compost/vermicompost blend shall have a minimum maturity level of 7.0 as measured on a Slovita test kit. Compost shall be screened through a minimum of 1/4-inch screen. The moisture content of the compost/vermicompost blend shall not exceed 35 percent. Moisture content shall be determined by California Test 226. Compost products with a higher moisture content may be used, provided the weight of the compost is increased to equal compost with maximum moisture content of 35 percent. A microbial assessment of the compost and vermicompost shall demonstrate a minimum bacterial biomass of 300 micrograms/gram and a minimum fungal biomass of 450 micrograms/gram, with a minimum Fungal to Bacterial biomass ratio of 1.5:1. Contractor shall coordinate with the Engineer as to when the compost/vermicompost blend should be ordered. Compost/vermicompost mix shall not be stored more than 5 days on -site. Onsite storage shall be in piles no greater than 4 feet in height and shall be kept moist (35% moisture), but not saturated. Compost moisture levels shall be monitored daily while stored onsite and moisture levels of outside and center of pile reported to Engineer for approval. In the event of a large storm, compost/vermicompost shall be covered if stored onsite. An 80/20 compost/vermicompost blend can be procured from through Butte Valley Supply in Butte, CA (530) 895-9676, https://buttevalleysupply.com/earthworm-soil-factory (mix (Garden Blend Plus). This facility is qualified for production, or equal professional compost/vermicompost manufacturer and facility. All products must meet specification stated herein, as demonstrated by the Revegetation Contractor. All other products must meet specification stated herein, as demonstrated by Contractor. Attention: Compost and vermicompost, or a pre -mixed blend, shall be ordered at least three months in advance of application to ensure availability. Mixing of the compost and vermicompost shall thoroughly blended onsite, if procured from different contractors. Earthworm Soil Factory's Garden Blend Plus is pre -blended. Biochar. Blacklite Pure Pacific Biochar or approved equivalent shall be used in the riparian, alkali meadow and CSS restoration areas, as well as in the VSLs, at the application rates specified in Section 801-2.3.1. Biochar quantities shall be based upon dry weight and shall be derived of softwood residues and shall be a minimum of 65% carbon. A bulk order Blacklite Pure Biochar product can be purchased from: Pacific Biochar https://Pacificbiochar.com/ " 800-1.2.5 Mulch. Replace entire section with the following: "Unless otherwise specified, mulch shall consist of wood chips, tree bark, or shredded bark, or any combination thereof, at Contractor's option. Mulch shall be free of deleterious materials, including but not limited to, salt and foreign materials such as clods, coarse objects, sticks, rocks, weeds, or weed seeds. Mulch produced from tree trimmings that contain leaves or small twigs will not be accepted. Mulch materials produced from pine tree or eucalyptus trees shall not be used. Mulch from chipped woody materials from on -site PSHB infested areas as designated through pre -construction surveys by NBC shall not be used as mulch. Mulch shall not be placed below +7.0 feet where the tides may inundate within the salt marsh restoration area. Mulch shall not be placed in the creek channel within the riparian restoration area." 34 OF 57 800-1.3 Seed. Add the following: "Seeds will be procured by NBC. Contractor will be responsible for delivery of the seed, payment of shipping, storage and application." Add the following subsection: "800-1.3.1 Hydroseed Materials. Binder Mulch. The binder mulch shall be ProGanics DUAL binder mulch, or approved equal. The binder mulch shall be a biotic soil media with erosion control additives that is combined into one application for hydroseeding. The binder mulch shall be non -toxic and contain bark and wood fibers that have been phyto-sanitized to eliminate potential weed seeds and pathogens. This binder mulch shall be incorporated into the hydroseed mix for riparian, alkali meadow and CSS hydroseeding applications and applied per manufacturer's requirements. A Certificate of Compliance for binder mulch shall be submitted to Engineer for review. Seed. Individual seed species may be measured and premixed prior to delivery by the seed supplier or in the presence of Engineer. The seed specified on Drawings will be paid for by the NBC. It is Contractor's responsibility to arrange for delivery of the seed, payment of shipping, storage and application. Replacement seed must be purchased from the same seed supplier and must originate from the same collection sources as the original material. If additional seed is required, then arrangements shall be made with the seed company and the Engineer to secure the material in a timely manner. Seed required to be labeled under the California Food and Agricultural Code shall be labeled by the vendors supplying such seed. Contractor shall save seed labels and submit these to the Engineer at the time of seeding operations. Seed specified shall be labeled to include the name, date (month and year) collected, and the name and address of the seed supplier. Said seed, at the time of sowing, shall be from the previous or current year's harvest. All shipments of seed not accompanied by a valid California Nursery Stock Certificate shall be reported to the County Agricultural Commissioner at the point of destination for inspection and shall be held until released by the Commissioner. Seed shall be labeled and furnished in sealed standard containers. The seed shall not contain more than 0.5 percent weed seed by volume. Seed that has become wet, moldy, or otherwise damaged will not be accepted. Seed in broken or damaged containers will be rejected. A seed replacement source is: S&S Seeds P.O Box 1275, Carpinteria, California 93014 Telephone number (805) 684-0436 Mycorrhizal Inoculum. Mycorrhizal Inoculum shall be endomycorrhizal mycorrhizal inoculum (VAM) manufactured by BioAg, or approved equivalent. Mycorrhizal inoculum shall consist of spores, mycelium, and mycorrhizal root fragments in a solid carrier suitable for handling by hydroseeding or dry -seeding 35 OF 57 equipment, and have a minimum of 7 endo-mycorrhizal species. Material shall be free of all synthetic fertilizers (NPK). Mycorrhizae shall not be stored in temperatures greater than 90OF and no less than 320F or in direct sun. Mycorrhizae that have become wet, moldy, or otherwise damaged by extreme temperatures shall be rejected and replaced at Contractor's expense. This inoculum shall be less than 2 years old. Inoculum is sold as loose granules or as liquid. Inoculum must be applied within one hour of addition to the mixing tank. Compost for Hydroseeding. The compost/vermicompost blend used in hydroseeding shall comply with Section 800-1.2.4, Organic Soil Amendment. Methods and application rates for use shall comply with Section 801. Liquid Worm Castings (Compost Tea). Liquid worm castings (Compost tea) shall be utilized as part of the hydroseed slurry. Liquid worm castings shall be a liquefied worm casting concentrate in shelf stable form. Suppliers include "Worm Juice Plus" from Butte Valley Farms in Chico, CA, Vital Tea — Soluble Compost Tea Concentrate(https://www.vitalgardensuppIV.com/products/vital-tea-ready-brewor), equivalent shall be used. Fulvic/Humic Acid. Fulvic/humic acid product shall be utilized as part of the hydroseed slurry. Fulvic or humic acid shall be derived from mined Leonardite, and processed utilizing either cold extraction or potassium hydroxide. Coal, peat based or synthetic fulvic or humic acid is not acceptable. BioAg's Ful-Power or approved equivalent shall be utilized." 800-1.4 Plants. 800-1.4.1 General. Add the following: "Plants will be ordered and paid for by NBC. Contractor shall be responsible for delivery, shipping costs, storage, and installation. All plants shall be inspected by Contractor prior to delivery. Contractor shall confirm plants are true to type and name as shown in the Specification and Drawings, and shall be tagged in accordance with the standard practice recommended by the Agricultural Code of the State of California. Prior to plant procurement and delivery to the site, Contractor shall submit representative photographs of each material along with nursery information for approval and verify that all plants are free of the disease, including PSHB. Plants shall be subject to inspection and approval or rejection by the Engineer at place of growth, upon delivery to the site, and at any time before or during progress of the work. Inspections shall include: a) Quantity, quality, size, and variety, b) Ball and root condition. c) Latent defects and injuries resulting from handling, disease and insects; and installation. d) Uniformity of plant materials. 36 OF 57 Contractor shall notify the Engineer forty-eight (48) hours before the delivery of plant material, so the plants can be inspected prior to planting. Any plant material rejected shall be immediately removed from the site and disposed of in a legal manner, at the expense of Contractor. If additional material is required, arrangements shall be made with the nursery and the Engineer to secure the material in a timely manner. Note: Contractor should be aware that as many as 10 months lead time may be required to secure custom -collected propagules and seed. Plants shall be of the variety and size specified in the Contract Documents and shall conform to the requirements of these Specifications. Any substitutions shall be approved in writing by the Engineer. Engineer will notify Contractor of any changes at least 72 hours prior to Contractor taking delivery of plant material. Plants shall be healthy, vigorous, free from plant disease, insect pests or their eggs, excessive abrasions or other objectionable disfigurements, and shall have healthy, normal root systems, well - filling their containers, but not to the point of being root -bound. Tree trunks shall be sturdy and well hardened off. Plants shall not be pruned or topped prior to delivery. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Plants shall be individually tagged or tagged in groups by species or variety. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted." Substitutions. If Contractor is unable to obtain delivery of the pre -ordered specified species at the time of planting, substitute species will be considered at the discretion of the Engineer, who will determine if species substitutions are biologically appropriate. 800-1.4.6 Cuttings. Contractor shall obtain all live stems and poles (willow and mule fat) needed for Vegetated Soil lifts. Live stem and pole harvesting includes, but is not limited to: a) Identifying on -site harvest locations. b) Insuring health and rigor of live material. c) Insuring material is free of pests and disease. d) Trimming, cutting, soaking and otherwise preserving material. Plant Species: Willow can either be sandbar willow, black willow or arroyo willow in specified areas, and mule fat in specified areas. Harvested stems and poles are hereafter referred to as `Material'. Willow and mule fat cuttings shall be acquired from healthy plants within the project vicinity. 37 OF 57 Harvesting Site Approval and Observation: Prior to plant procurement, Contractor shall provide the on -site location for plant harvesting for approval by the Engineer and verify that all plants are free of the disease, including PSHB. The Engineer shall be afforded the opportunity to observe material harvesting. Provide a minimum of 48 hours' notice prior to initiating material harvesting activities. Harvest Methods: Material shall be harvested above ground in a manner that does not damage the host plant. No more than 50% of the host plant shall be harvested and removal shall be balanced across entire host plant. Material shall be cut cleanly near the base of the stem leaving no more than 1/4" of stump. Leaves and small branches shall be removed from the stem. Harvested material shall be trimmed at the project site as needed to meet specified dimensions. Cutting shall be 18- to 24-inch long and shall be obtained when plants are dormant (leafless, with winter buds) with a diameter of 1 inch or larger. To the extent possible, choose straight branches for ease of planting. Make clean cuts so there are no split ends or torn bark. After the cutting is removed from the tree, cut off the side branches as close to the stem as possible. All harvested material shall be soaked onsite with the cut end of the material submerged at least 1/3 of stem length. Debris: Contractor is responsible for appropriate processing and disposal of all plant debris. The harvest locations shall be left clean and free of all harvest debris. Material Protection: Cut material shall be kept moist continuously from time of harvest to installation on site. Material shall be continuously protected from exposure to sun and wind. Transportation & Soaking: All harvested material shall be soaked onsite with the cut (basal) end of the material submerged at least 1/3 of stem length. Soaking material shall be shaded from sun exposure at all times. Live woody material staking/ storage site shall be located and constructed by Contractor, as approved by the Engineer. Storage: Coordinate all material harvesting with installation activities so that material is installed at the project site within 48 hours of being harvested." Add the following section: "800-1.6 Herbicides and Pesticides. Herbicide application is prohibited within the project site unless approved and directed by the Engineer. Herbicide may be used in a limited capacity for stem injection of non-native trees that cannot be completely removed as described in Section 801-1.2. If herbicide use is approved, Contractor shall comply with all rules and regulations of the Department of Food and Agriculture and the Department of Health, the Department of Industrial Relations, and all other agencies that govern the use of pesticides required in the performance of the Work on the Contract. Pesticides use shall be minimized and used only when hand pulling is not possible. Pesticides shall be limited to herbicides unless otherwise authorized by the Engineer. Any substance or mixture of substances intended for preventing, repelling, mitigating, or destroying weeds, insects, diseases, or nematodes and any substance or mixture of substances intended for use as a plant regulator, defoliant or desiccant shall be considered a pesticide or herbicide. 38 OF 57 Contractor shall obtain recommendations for the use of all herbicides from the licensed Pest Control Adviser (PCA) in accordance with the requirements of the California Food and Agricultural Code, and these Specifications, and present recommendations for approval to the Engineer prior to use. Herbicide recommendations shall include, but not limited to, the herbicide to be used, rates of application, methods of application, and areas to which herbicides are to be applied. At no time shall pre -emergent herbicides be used. Herbicides shall be mixed in accordance with the instructions provided on the applicable registered label. Prior to mixing any herbicide, a copy of the registered label for the herbicide to be mixed shall be given to the Engineer, or when such copy is unavailable, the Engineer shall be permitted to read the label on the container. Herbicides for weed control shall be applied with a photosensitive dye that will produce a contrasting color when sprayed upon the ground. The color shall disappear between 2 and 3 days after being applied. The dye shall not stain any surfaces nor injure plant or animal life when applied at the manufacturer's recommended application rate. Where control of non-native vegetation is required and the use of herbicides is necessary, and there is a possibility that the herbicides could come into contact with water, the Pest Control Advisor (PCA) shall recommend only those herbicides, such as Aquamaster® or Rodeo® (Glyphosate), which are approved for aquatic use. If surfactants are required, they shall be restricted to non-ionic chemicals, such as AgriDex, which are approved for aquatic use. Vegetation killed by herbicide shall be removed and disposed of legally off -site within 2 days." 800-1.7 Hydromulching and Hydroseeding. Add the following section: "Seeds shall be applied utilizing the hydrospray method. At Contractor's discretion, topsoil applied in the mid and high marsh habitats can also utilize this method. A licensed hydroseed installer shall be used for hydroseed and hydrospray operations, following specifications in Section 801-4.8.2 Seeding and Hydromulching Application." 800-2 IRRIGATION MATERIALS. 800-2.1 Pipe and Fittings. 800-2.1.1 GENERAL. Add the following: "All materials shall conform to Section 212 — Specification except as modified herein. Landscape and Irrigation Materials of the Standard A. Pipe - General: 1. Pressure supply lines two (2) inches in diameter and up to eight (8) inches in diameter shall be Class 315 solvent weld PVC with Sch. 40 PVC fittings. 2. Pressure supply lines 1-1/2 inches in diameter and smaller shall be minimum schedule 40 PVC with Sch. 40 PVC fittings. 3. Non -pressure lines shall be minimum Sch. 40 PVC with Sch. 40 PVC fittings. B. Steel Pipe: Amend Standard Specifications Section 212-2.1.2 — Steel Pipe to read: "All steel pipe shall be hot -dipped galvanized,...", and add: "All fittings for steel pipe shall 39 OF 57 be 250 pound rated galvanized malleable iron, banded pattern. Pipe sizes indicated on the drawings are nominal inside diameter, unless otherwise noted." C. Plastic Pipe: 1. Add the following to Standard Specifications Section 212-2.1.3 — Plastic Pipe for use with Solvent Weld Socket or Threaded Fittings: All plastic pipe shall bear the following markings: manufacturer's name, nominal pipe size, schedule or class, type of material, pressure rating in PSI, NSF seal of approval, and date of extrusion. 2. Amend Standard Specification Section 212-2.1.3 — Plastic Pipe for use with Solvent Weld Socket or Threaded Fittings to read: All plastic pipe fittings shall be standard weight schedule 40 and shall be injection molded of an improved PVC fitting compound. All threaded plastic fittings shall have injection molded threads. No cut threads will be accepted on PVC pipe and fittings. All tees and ells shall be manufactured in injection molds that are side gated. All threaded nipples shall be standard weight schedule 80 with molded threads. 800-2.2 Valves and Valve Boxes. 800-2.2.1 General. Add the following to this section: "All materials shall conform to Section 212 — Landscape and Irrigation Materials of the Standard Specification except as modified herein." 800-2.2.2 Valves and Valve Boxes. Delete the section and replace with the following: "Valve boxes shall be plastic composite with locking lid, size and shape to provide clearances from valve as indicated." 800-2.2.4 Remote Control Valves. Add the following to this section: "A. Remote Control Valves and Master Valve: 1. "Remote Control Valves: Valves shall be spring -loaded, self-cleaning, packless diaphragm activated, of a normally closed type. 2. Valve solenoid shall be corrosion -proof and constructed of stainless steel molded in epoxy to form one integral unit, and shall be 24-volt A.C., 2.0 watt maximum (2" and smaller valves). 3. Valve shall close against flow without chatter and with minimum closing surge pressure (minimum 5 seconds closing time per valve). B. Quick -Coupling Valves: Add the following to Standard Specifications Section 800-2.2.6 — Quick -Coupling Valves and Assemblies: Quick coupling valves shall have a locking rubber cover and shall be 1" in size. C. Gate Valves: All gate valves shall be capable of withstanding a minimum working pressure of not less than 150 PSI. D. Valve Boxes: Delete Sectio 800-2.2.7 — Valve Boxes and replace with the following: "All remote -control valve boxes shall be rectangular plastic boxes with non -hinged locking plastic covers. Valve boxes will be branded/embossed with controller and valve circuit number on lid with two (2) inch high letters. Gate valve boxes shall be round plastic boxes with non -hinged locking 40 OF 57 plastic covers marked as follows with letters branded or embossed on the cover with two (2) inch high letters. Heat Brand Valve Type MV Master Valve RCV, # Remote Control Valve, Valve Number FS Flow Sensor BV Ball Valve QC Quick Coupler" 800-3 ELECTRICAL MATERIALS. 800-3.3 Controller Unit. Add to this section: "The existing irrigation controller located adjacent to Jamboree Road shall be utilized for this project. It shall be used for the new remote -controlled valves. Contractor shall coordinate with Engineer to verify the operation of the controller and available stations. This project is Phase 3 of 3, Phase 1 irrigation has been shut down and the existing wires to Phase 1 remote control valves shall be removed from existing remote -control valves and extended to Phase 3. Additionally, Contractor shall install wire from new valves to the existing controller location, direct burial in PVC conduit." SECTION 801 —LANDSCAPE AND IRRIGATION INSTALLATION 801-1 GENERAL. Add the following: "All combustible materials, trash, debris, and other waste materials from any construction operations shall be legally disposed of outside the Project Site. Contractor shall protect all existing structures or facilities that are adjacent to or fall within the limits of the Work to be done under this Contract. Any structure or facility to be protected, which is damaged as a result of Contractor's construction operation, shall be replaced by Contractor at Contractor's cost, to the satisfaction of Engineer. Engineer will review the site preparation and must indicate approval in writing to Contractor before soil preparation, irrigation layout, planting or seeding may commence. Contractor shall give the Engineer at least 72-hour notice before a site review." Add the following section: "801-1.1 Non-native Vegetation Control. Once fine grading is completed, non-native pest plants shall be removed according to these Specifications. Eradication of weedy plant species shall be performed by hand pulling and whipping weed. If hand pulling does not adequately control the weeds, herbicides or other methods approved by the Engineer shall be used. As directed by Engineer, the Restoration Ecologist will direct the Contractor regarding the selection of target weed species, their location, and the timing of weed control operations to ensure that native plants are avoided. Once fine grading is completed, all weeds shall be manually removed within 15 days, and the site maintained free of weeds until planting and seeding take place. All weeds must be removed prior to flower development at intervals of not more than 15 days. All portions of the plant will be removed, including the roots. The weeds may not exceed one foot in height. If herbicide use is necessary, herbicide use shall be restricted to the herbicide types and application methods proposed in the Integrated Pest Management Plan dated May 22, 2023 and the Details 41 OF 57 on Herbicide Use Areas for Big Canyon — Phase 3 Integrated Pest Management Plan dated June 22, 2023. The use of non-ionic surfactants shall be prohibited. Surfactants shall be limited to the use of crop oil concentrate at a 1 % volume/volume concentration (one milliliter of surfactant to 100 milliliters of herbicide solution), including Agri-Dex, Competitor, and Hasten EA., or approved equals. No herbicides shall be used on native vegetation or where Threatened or Endangered species occur. Contractor shall coordinate with the Engineer to determine the presence of Threatened or Endangered species. Contractor shall notify the Engineer at least 24 hours prior to each application of herbicide/pesticide and shall indicate the hours of application. Contractor shall post notices one day prior to any chemical application throughout the site where the public can view. No application of pesticides shall be made on Saturdays, Sundays, or legal holidays, unless otherwise approved by the Engineer. No herbicide application shall occur when on -site wind speeds exceed five miles per hour; within 48 hours before a predicted rain event; or within 72 hours after a rain event. Pre -emergent herbicide use is prohibited. Target non-native vegetation to be controlled includes, but is not limited to, the following: Non-native Species Name Common Name Acacia redolens bank catclaw Atriplex amnicola swamp saltbush Atriplex semibaccata Australian saltbush erassica nigra mustard Carpobrotus edulis iceplant Centaurea melitensis tocalote Cirsium vulgare bull thistle Conium maculatum poison hemlock Cortaderia jubata, C. selloana jubata grass, pampas grass Fraxinus uhdei shamel ash Foeniculum vulgare fennel Hirschfeldia incana shortpod mustard Limonium duriusculum European sea lavender Limonium ramossisimum Algerian sea lavender Lonicera japonica Japanese honeysuckle 42 OF 57 Malephora crocea ice plant Mehlotus spp. Sweetclover Mesembryan them um nodilflorun slender -leaved iceplant Myoporum laetum myoporum Nicotiana glauca tree tobacco Rhamnus alaternus Italian buckthorn Ricinus communis castor bean Salsola tragus Russian thistle Schinus molle Peruvian peppertree Schinus terebinthifolius Brazilian peppertree T. ramosissima tamarisk, salt cedar Typha sp.* cattail Vinca major periwinkle Xanthium spinosum spiny cocklebur Species list is not all-inclusive. All non-native plants shall be removed from within the restoration and enhancement areas. *Note: Typha is native but target for removal. Contractor shall remove off -site all non-native plant material in a legally acceptable manner to a location that prevents its re-establishment." 801-2 EARTHWORK AND TOPSOIL PLACEMENT. 801-2.2 Topsoil Preparation and Conditioning. 801-2.2.1 General. Delete Paragraph 1 and replace with the following: "Salt Marsh Restoration Area (Northern Area): Topsoil shall be Class "B" from the stockpile of material from the dredging of the tidal channel and redistributed evenly within the salt marsh restoration area (design elevations +3.0 feet to +6.0 feet and cover the low, mid, and high marsh zones) to complete fine grading, and amended in accordance with the requirements of 800-1.2.4 when rough grading is completed. Planting areas shall be free of weeds, rocks and other extraneous materials to a depth of 12 inches below finish grade before topsoil placement. Soil Placement Area: Topsoil shall be "Class A" from an approved off -site source and placed at a depth of 24 inches to meet finish grade elevations. Planting areas shall be free of weeds, rocks and other extraneous materials to a depth of 12 inches below finish grade before topsoil placement. De -compaction — Following grading activities for the grade control structure between the southern and northern portions of the site, soils shall be de -compacted to a minimum of 18 inches in all planting areas. De -compaction shall occur prior to irrigation layout, planting and seeding. No compaction is required within the riparian and salt marsh restoration areas for fill placement. Within these areas where access roads and other construction activity have resulted in compaction of the fill, de -compacted shall occur as specified prior to planting and seeding." 43 OF 57 Add the following: "801-2.2.2 Fertilizing and Conditioning Procedures. See 800.1.3 Hydroseed materials and 800-1.3.1 Organic Soil Amendment sections. 801-2.3 Finish Grading. The surface finish grades in planting areas shall not be left smooth. Shallow pockets or small mounds less than 4-inches in height are acceptable." Add the following section: "801-2.3.1 Soil Preparation. Broadcast application and incorporation of organic soil amendments shall occur as follows: Broadcast Organic Materials Biochar Chitin Compost Salt Marsh Alkali Meadow 2.5 tons/acre Southern Willow Scrub/Mule Fat Riparian 4 tons/acre 1300 Ibs/acre Coastal Sage Scrub CSS 5 tons/acre Vegetated Soil Lifts (incorporation into soil 4 tons/acre 1300 Ibs/acre 15 CY/acre Chitin/Chitosan Application. Chitin and Chitosan shall be directly applied to the soil concurrent into the top 6 inches of soil for all riparian areas (southern willow scrub, mule fat scrub), and shall be incorporated into the soil when constructing the VSL. Application rate shall be 1,300 pounds per acre. Corn post/Vermicompost Blend. The compost/verm icom post blend will be applied to the mid- and high -marsh restoration areas, in addition to hydroseeding and planting backfill (Section 801-4) specifications. Contractor shall present the means and methods to the Engineer to apply the compost in the salt marsh habitats. If conditions are sufficiently dry, compost shall be mixed into the top 6 inches of the surface layer within the salt marsh habitats prior to plant installation. Application rate shall be 15 cubic yards/acre in the mid and high marsh habitats. Compost shall also be incorporated into the soil of the VSL at a rate of 4 tons/acre. Biochar Biochar will be applied to the alkali meadow, riparian, CSS and VSL areas. Contractor shall present the means and methods to Engineer to apply the biochar. Biochar must be wetted in advance of application and incorporated into the top 6 inches of the soil. Application rate shall be 2.5 tons/acre for alkali meadow, 4 tons/acre for riparian habitat and VSL and 5 tons per acre for CSS." 801-4 PLANTING. 801-4.1 General. Add the following: "All plants of the same species and container size (i.e., the same specification) shall be uniform in size and shape and at the same stage of growth to the satisfaction of the Engineer. 44 OF 57 Contractor shall be responsible for managing the site and performing planting, maintenance and corrective measures to the best advantage of the plant material to promote healthy growth, establishment, and success of the plantings. This shall include providing drainage, irrigation, maintaining a proper soil moisture level, weeding, fertilization, protection, temporary measures to promote establishment, and other reasonable maintenance and construction efforts needed to provide for the successful establishment of the plant materials during the Contract period. Contractor shall inspect plants prior to delivery. All plants shall be full-sized and shall have root systems at a fully developed state within the container. Hair roots should extend to the edge of the container. No plant shall be root -bound. Root balls may require scarification to the satisfaction of the Engineer. Contractor will submit product data and photos of materials to be utilized for review and approval by the Engineer. No boxed, balled or canned plants shall be planted if the ball is broken or cracked, whether before or during the process of planting. Any plant transplanted by Contractor that dies or has bark, branch or die -back injury shall be replaced at Contractor's expense with an equal plant to the satisfaction of the Engineer. Contractor shall not install planting as shown on Drawings when it is obvious in the field that conditions exist which are detrimental to plant survival and growth. Such conditions shall be brought to the attention of the Engineer. No plants shall be transported to the planting areas that are not thoroughly wet throughout the ball of soil surrounding the roots. Plants should not be allowed to dry out, nor shall any roots be exposed to the air except during the act of placement. Any plant that, in the opinion of the Engineer, is dry or in a wilted condition when delivered or thereafter, whether in place or not, will not be accepted and shall be replaced at Contractor's expense. No planting shall be done in any area until the area concerned has been prepared in accordance with these Specifications. All inspections herein specified will be made by the Engineer. Contractor shall request inspection at least 48 hours in advance of the time inspection is required. Inspections are required for the following stages of the planting work: a) During preliminary grading and initial removal of existing plants. b) When plants are placed for installation, but before planting holes have been excavated. c) When all specified work has been completed (prior to the Maintenance and Establishment Period) d) Final inspection at the completion of the Maintenance and Plant Establishment period. Contractor's failure to obtain inspection will extend the start and/or finish of the Maintenance and Plant Establishment Period as applicable, unless otherwise agreed to in writing by the Engineer." Add the following paragraph: "Site preparation and hydroseeding shall be seasonally timed to capture winter/spring rainfall. Seeding of material shall occur just prior to the rainy season and no later than mid -February. Establishment maintenance will begin immediately following seeding and planting as approved by the Engineer." 45 OF 57 801-4.5 Tree and Shrub Planting. Delete entire section and replace with the following: "The lay -out of container plants will consist of groups of plants distributed in natural groupings. Planting sites will be marked on the site by Contractor using different colored pin flags under the supervision of the Engineer. Groups of container plants will be spaced in natural looking mosaics. Plant placement shall be approved by the Engineer prior to planting. All container plants shall be planted to the following specifications: • Planting holes shall be at a minimum twice the depth and width of the containerized plant, or a minimum of twice the width containerized plants. • Prior to planting, the planting hole shall be filled with 10% by volume of compost/vermicompost blend, and mycorrhizal inoculum added at the bottom of the planting hole. • Plants shall be set in the planting hole so that the crown of the root ball is approximately 1-2 inches above finish grade. Under no circumstance should the plant crown be buried. • A watering basin shall be provided around each plant from 36 inches in diameter. • Watering basins shall be filled with water after planting. • Plant basins shall be mulched with approximately 2 - 4 inches of approved wood mulch or compost after planting. Planting done in soil that is too wet (outside of intertidal or flood zones), too dry, not properly conditioned or in a condition not generally accepted as satisfactory for planting as provided in these Specifications, will not be accepted. Backfill Containerized Plants: For backfill planting areas during site preparation, the planting hole will be backfilled with 10% of the com post/verm icom post blend as specified in Section 800-1.2.4 Organic Soil Amendment. Mycorrhizal inoculum shall conform to Section 800-1.2.4. Application rates shall be two tablespoons per container and follow manufacturer instructions. Container stock shall be thoroughly watered the day before planting. No more plants shall be distributed in a planting area than can be planted and watered -in on that day. Trees and shrubs to be planted at a minimum of two weeks following hydroseeding. Planting holes may be excavated by hand digging or by drilling. Water shall not be used for the excavation of planting holes. Contractor shall avoid creating smooth, vertical walls in the planting hole, and scarify the side of planting holes with shovel or digger bar if an auger is used. With the palm of the hand covering the open end, upend the plant container, carefully tap the container so the plant rests upside down on the hand leaving the root ball completely intact. Plants shall be removed from their containers in such a manner that the ball of earth surrounding the roots is not broken. Plants shall be planted and watered as hereinafter specified immediately after removal from their containers. Plant containers shall not be cut prior to delivery of the plants to the planting area. Examine the plant for a healthy root system. If there are signs of girdling, scarify the root ball. 46 OF 57 Before placing the container plant on the backfill, work the soil around the roots so that they are not compressed into a tight mass, but are spread and supported by the soil beneath them. Set root ball atop backfill so the root crown is slightly above finished grade. Fill remaining portion of planting hole with backfill. Be sure the crown is still slightly above grade. If the backfill material settles below the top of the root ball after planting and watering, additional soil shall be added to bring the backfill even with the top of the root ball as shown on the Plans. Construct hand -compacted earth berm watering basin, per details on the plans approximately 3- foot wide. Apply two inches (2") of mulch as top dressing within the entire watering basin. Mulch shall be of the size and type as specified in these Specifications. Mulch must not be placed directly against the main stem of the plant. Mulch shall not be added to salt marsh planting areas." 801-4.8 Lawn Planting. Delete entire section on Lawn Planting and replace with the following for the hydroseed application: "801-4.8.1 General. Seed application shall utilize the hydrospray method. A licensed hydroseed installer shall be used for hydroseed and hydrospray operations. Contractor shall ensure that hydroseed mix conforms to these Specifications. Planting areas will be hydroseeded after irrigation systems have been installed and are operational, temporary erosion control installed (as necessary), areas have been weeded, and before the installation of containerized plants as specified in the Drawings and Specifications. Hydroseeding will proceed after the Engineer has checked that the hydroseed site preparation work has been completed. Seed and other additives shall be uniformly applied to those planting areas as specified in the Drawings and Specifications. All weeds will be hand cleared by Contractor prior to hydroseeding. The ground will be thoroughly wetted to a minimum of 4-inch depth prior to hydroseeding. Contractor will adequately protect installed containerized plants to ensure that no damage to containerized plants will occur during hydroseeding of the site. All overspray shall be cleaned up within 24 hours of application. 801-4.8.2 Seeding and Hydromulching Application. Hydroseeding of the specified native seed mixes will be applied to all identified restoration areas, except salt marsh habitat. Seeds have been purchased by NBC. Contractor shall be responsible for delivery, shipping costs, inspection, storage and application. The native seed mix, together with the liquid humic acid, worm tea, humic acid, mycorrhizal inoculum, compost and Proganics Dual fiber mulch shall be broadcast using a one-step hydro - application technique with the following materials and quantities: 47 OF 57 Hydro Proganics Compost Worm Fulvic/Humic Mycorrhizae Specified Application Dual Fiber Tea Acid Seed Mix Materials Mid/High Salt 15 CY/acre Yes Marsh Alkali Meadow 3500 Ibs/acre 15 CY/acre 5 gal/acre 2 gal/acre 5 Ibs/acre Yes SWS/Mule Fat 3500 Ibs/acre 15 CY/acre 5 gal/acre 2 gal/acre 5 Ibs/acre Yes (Riparian) Coastal Sage 3500 Ibs/acre 15 CY/acre 5 gal/acre 2 gal/acre 5 Ibs/acre Yes Scrub Fulvic/humic acid shall be applied to the water in the tank and mixed well, prior to the addition of all other ingredients. Once the seed, worm team, mycorrhizal inoculum, compost and Proganics Dual Fiber are added to the mixing tank, application must be made within 1 hour. The ratio of total water to total stabilizing emulsion in the mixture shall be as recommended by the manufacturer of the emulsion. Any mixture containing stabilizing emulsion shall not be applied when the chance of rain is >50% within 48 hours due to the drying time needed for Proganics Dual fiber, or when soil temperatures are below 400 F. Pedestrians or equipment shall not be permitted to enter areas where mixtures containing stabilizing emulsion have been applied. 801-4.9.5 Watering. All plants and seeds shall be watered immediately after planting. Water shall be applied until the backfill soil around and below the roots or ball of soil around the roots of each containerized plant is thoroughly saturated. Where water is applied with a hose, a water disbursement device or pressure -reducing device approved by the Engineer shall be used. Under no circumstances shall the full force of the water from the open end of a hose be allowed to fall within the basin around any plant. Water shall be applied to plants as often and in sufficient amounts as conditions may require keeping the plants in a healthy, growing condition during the life of the Contract, and allow for the seeds to germinate. When watering commences, it should be a deep watering and occur sufficiently to keep the plants alive and promote deep root growth. This holds especially true during the summer months when native plants are in their dormant phase. Contractor is responsible for scheduling, monitoring and adjusting the irrigation watering schedule as necessary during the 120-day Maintenance and Plant Establishment Period." 801-5 IRRIGATION SYSTEM INSTALLATION. Add the following: "The irrigation system shall be installed, pressure tested, coverage tested and operational prior to planting, except for large specimen planting that must be planted prior to other operations as approved by the Engineer. Contractor is responsible for scheduling, monitoring and adjusting the irrigation watering schedule as necessary during the 120-day Maintenance and Plant Establishment Period ." 48 OF 57 801-5.2 Trench Excavation and Backfill. Delete item c) and replace with the following: "c) Lateral lines shall be installed above ground and secured with pipe staples at a minimum interval of 15 feet." 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment. Delete paragraph 3 and replace with the following: "Valves shall be the size indicated on the plans. If a size is not indicated, the valve shall be line size for the pipeline in which they are installed." 801-6 MAINTENANCE AND PLANT ESTABLISHMENT. Delete the entire section and replace with the following: "801-6.1 General. Contractor shall maintain the habitat on a continuous basis from the first day after the planting is complete and approval for all Work has been obtained from the Engineer to start the 120-calendar day Maintenance and Plant Establishment Period. To carry out the plant establishment work, Contractor shall furnish sufficient personnel and adequate equipment to perform the work during the plant establishment period. Any day the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, the day will not be credited as one of the Plant Establishment Period days. The Maintenance and Plant Establishment Period shall last one hundred -twenty (120) calendar days, or until final acceptance as determined by the Engineer. Contractor shall maintain the project on a continuous basis from the first day after the planting is complete and approval for all Work has been obtained from the Engineer to start the 120-calendar day Maintenance and Plant Establishment Period. Contractor shall request an inspection by the Engineer after plant installation for acceptance of the Work in writing. In the acceptance letter to Contractor, the Engineer will state the beginning and ending date of the Maintenance and Plant Establishment Period. Contractor shall schedule regular inspection meetings with the Engineer during this period. The frequency of the meetings shall be as required by the Engineer, but no less than once per month. Contractor shall provide all labor, materials and equipment to perform Work during the Maintenance and Plant Establishment Period, as specified herein, including but not limited to, adequate watering of plant material, replacing dead and/or declining plant materials, regular inspections, and controlling weeds. Any day Contractor fails to adequately water or perform work determined to be necessary by the Engineer will not be credited as part of the Maintenance and Plant Establishment Period . Contractor shall replace any plants indicating weakness or probability of dying due to Contractor negligence during the Maintenance and Plant Establishment Period at his/her own expense. Contractor shall be available within five (5) working days of request by the Engineer for replanting or any other maintenance activity Work determined to be necessary by the Engineer. The Maintenance and Plant Establishment Period may be extended by the Engineer if the project is improperly maintained, appreciable replacement is required, or other corrective work becomes necessary. 49 OF 57 Contractor shall request an inspection within the last five (5) working days of the Maintenance and Plant Establishment Period for acceptance of the Work performed in accordance with the Contract Documents. The request shall be made to the Engineer a minimum of five (5) working days prior to the date of the inspection. Engineer will notify Contractor in writing of the satisfactory completion of the Maintenance and Plant Establishment Period. All damage to existing property (drainage facilities, utilities, etc.) or planting (trees, shrubs, or groundcover) caused by Contractor during his operation or because of malfunction or installed work during the guarantee period shall be repaired at Contractor's expense. Erosion rivulets shall be filled and stabilized immediately upon formation. Following the completion of all site grading, soil preparation, planting, seeding, and the 120-day Maintenance and Plant Establishment Period, a 120-day Maintenance and Plant Establishment Period letter report will be submitted to the Engineer for approval to accept the revegetation areas. This report will include photographs, final dimensions of the proposed revegetation site including topographical elevations, and any deviations from this Plan. This can be a modification to the As- Builts completed at the completion of the Implementation phase." 801-6.2 General Maintenance Duties (120-day Maintenance and Plant Establishment Period). Add the following: "The following tasks to be performed by Contractor as General Maintenance duties during the Maintenance and Plant Establishment Period include, but are not limited to: 1. Plant inspection 2. Weed control 3. Non-native plant and tree removal 4. Trash and debris removal 5. Pest Control 6. Plant replacement 7. Seed replacement 8. Watering/temporary irrigation maintenance 801-6.2.1 Plant Inspection. All native plants shall be maintained in their natural shapes. No pruning is necessary or desirable. All dead wood must remain on the plant or where it has fallen. All basins around plants shall be maintained at constructed depths during the Plant Establishment Period, unless otherwise directed by the Engineer. The mulch within each watering basin shall be maintained at no less than two inches (2") unless otherwise authorized by the Engineer. If during the 120-day Maintenance and Plant Establishment Period PSHB is identified in newly establishing vegetation, Engineer shall be notified immediately and a map prepared. The disease plants shall be removed and appropriately disposed of within 48 hours. 801-6.2.2 Weed Control. The project site shall be maintained free of weeds during the 120 consecutive days of the Maintenance and Plant Establishment Period. Weed eradication will minimize competition that would prevent the establishment of native species. Maintenance personnel will be trained to distinguish weedy plant species from native vegetation to ensure that only weedy species are removed or sprayed with herbicide. 50 OF 57 During the Maintenance and Plant Establishment Period, weeds shall be manually removed either before they can attain a height of twelve inches (12") or produce flowers, whichever comes first. All portions of the plant will be removed, including the roots. If the site is not weeded within one week of achieving any of the above criteria, a penalty of liquidated damages equal to $500 per day will be imposed on Contractor by the Engineer after the seventh day. Herbicide application is prohibited on all plants except Brazilian Peppertree, unless approved by Engineer. Pulled weeds with flowers, fruits, or seeds will be placed on a "mantilla" (tarp) to prevent the seeds from coming in contact with the ground and removed from the project site on a daily basis. A cleared space, 18 inches from the base of the plant, will be maintained around each container plant to minimize competition from other plant species. Mulch, two inches thick within the watering basin, will be maintained throughout the Maintenance and Plant Establishment Period following the same procedures described in these Specifications. Leaf and branch drop, and organic debris of native species shall be left in place. The project site shall have no more than 10% cover by weeds, including annual weeds, at the end of the 120-day Plant Establishment Period. 801-6.2.3 Non-native Tree Control. Contractor shall monitor the project site for regrowth or suckering of non-native tree species removed during construction operations. Trees or suckers that regrow from cut stems or root fragments remaining in the ground shall be manually excavated and disposed of off -site. Any trees that are treated with stem injection shall be monitored for appropriate response and success of treatment. Re -treatment may be required prior to conclusion of the 120-day maintenance period as directed by the Engineer. 801-6.2.4 Trash and Debris Removal. All areas of the project site shall be kept clean and free of weeds, litter, trash, and debris during the Maintenance and Plant Establishment Period. The project site shall be well maintained in order to deter vandalism and dumping of trash. Contractor shall, during daily routine maintenance, remove weedy debris, inorganic litter, trash, and other debris from the project site and dispose of off -site as permitted by law. Contractor is responsible for avoiding impacts to plantings during trash removal activities. Contractor shall notify the Engineer regarding vandalism or dumping of trash immediately upon detection. Dead limbs and tree fall shall be left in place in the revegetation areas. 801-6.2.5 Pest Control. Contractor is responsible for monitoring trees and shrubs for signs of disease, insect and/or predator damage, and treating as necessary. Contractor shall repair and/or replace all damaged plants caused by rodents, disease, and/or insects. Badly damaged plants shall be removed or pruned to prevent spreading of the pestilence and replaced in kind if removed. Excessive foraging by predators may necessitate protective screening around plants. 51 OF 57 801-6.2.6 Plant Replacement. Contractor will be responsible for replacing all container stock plants terminally diseased or dead for 120 days after replacement plant installation. Replacement plants shall conform to the species, size requirements, and spacing as specified for the plants being replaced. Contractor shall replace any plants at their own expense. The replacement plants shall be purchased from inventory at the same native plant nursery as the contract -grown plant stock, where possible. Unless otherwise approved by Engineer, Contractor shall complete replacement of unsuitable plants within one week after notification. Replacement plants shall be purchased from replacement stock inventory at a native plant nursery, as approved by Engineer. Replacement plants shall be furnished and planted by Contractor at Contractor's expense during the Maintenance and Plant Establishment Period. If container plants fail to meet the established success criteria, they shall be replaced in kind at a 1:1 ratio immediately upon notice and prior to the end of the Maintenance and Plant Establishment Period . Plant material may be rejected at any time by Engineer due to condition, form, or damage before or after planting through the maintenance period. 801-6.2.7 Seed Replacement. Hydroseeded areas showing less than 50 percent germination coverage of desired native plant material at 60 days after installations or as determined by the Engineer and showing no signs of vandalism or erosion (not due to excessive irrigation), will be reseeded by Contractor at Contractor's expense. Any reseeding necessary to improve sparsely covered areas will be conducted following the same procedures described in these Specifications. Such reseeding may be performed by hand broadcasting or hydroseeding as approved by the Engineer. 801-6.2.8 Watering / Temporary Irrigation. Contractor shall maintain, repair, monitor and adjust the irrigation system as necessary and at Contractor's expense during the Maintenance and Plant Establishment Period to maintain a fully functioning irrigation system. Irrigation system maintenance shall include: 1. Maintain the complete irrigation system in an operable and appropriate manner. 2. Repair and adjust all sprinkler heads to maintain proper coverage, including adjusting heads to proper height. 3. Adjust water application to compensate for changes in weather and be responsible for damages occurring due to underwatering and due to overwatering. 4. Make replacements with new material identical to the original. 5. Where equipment damage is a result of negligence of Contractor, replace within one watering period. 6. Where equipment damage is not result of negligence of Contractor, report the damage promptly to Engineer with an estimate of costs for repairs. 7. Operationally check all systems at least once each week. 8. Except as otherwise approved by Engineer, irrigate between 10:00 P.M. and 6:00 A.M. only. Once seed and containerized material is in place, Contractor will be responsible for supplying sufficient water to adequately germinate and establish the seed and support survival and growth of the containerized and live staked material. 52 OF 57 The frequency of irrigation will depend on plant health/vigor, soil moisture and the rate of evapotranspiration occurring between irrigation events. The irrigation schedule will be based on planting zones and related water needs of the plants. The following management scheme is recommended: 1. Irrigate soil to full field capacity to the desired depth (approximately 18 inches during germination and seedling establishment and 18 to 24 inches during containerized and live stake plant establishment). 2. Initially keep hydroseeded areas moist, until seeded material has germinated. 3. Allow soil to dry down to approximately 50 to 60 percent of field capacity (in the top 6 to 10 inches after germination and during seedling establishment and 8 to 12 inches during plant establishment) before the next irrigation cycle. Wetting of the full root zone and drying of the soil between irrigation events is essential to the maintenance of the plants and the promotion of a deep root structure that will support the vegetation after establishment. A soil probe or shovel is useful to directly examine soil moisture and rooting depth." 801-6.3 General Maintenance Duties - Optional — 1-year Maintenance Period following 120-day Plant Establishment Period. Contractor shall provide for 1-year maintenance following the 120-day Plant Establishment Period that includes, but is not limited to, the requirements under 801-6.2. 53 OF 57 ATTACHMENT A SENSITIVE PLANT SPECIES WITH POTENTIAL TO OCCUR ONSITE Status' Federal/State, Species CRPR/County Habitat Requirements Potential to Occur Aphanisma 41B.2/Not Annual herb found in coastal bluff scrub, costal Moderate. Suitable but limited (Aphanisma covered dunes, and coastal scrub' sandy soils. Blooming habitat is present on -site or within the blitodes) period is March — June and found at elevations from immediate vicinity. One source 1 - 305 m. indicates this species was observed "on south facing bluff in Big Canyon" in 2005, but no coordinates provided. Coulter's saltbush -41 B.2/Not Found on alkaline or clay substrate within coastal Moderate. Suitable habitat is present (Atriplex coulteri) covered bluff scrub, coastal dune, coastal scrub and valley on -site or within the immediate and foothill grassland habitats. Blooming period is vicinity. One previously recorded March — October. Occurs at elevations from 3 - 460 occurrence was identified near the M. mouth of San Diego Creek. South Coast 41 B.2/Not Found within chenopod scrub, coastal bluff and Moderate. Suitable habitat is present saltscale (Atriplex covered coastal scrub habitats. Blooming period is March — on -site or in the immediate vicinity. pacifica) October. Occurs at elevations up to 140 m. Parish's 41B.1/Not Found in alkali meadows, vernal pools, playas and Moderate. Suitable but limited brittescale covered chenopod scrub. Associated with alkaline soils. habitat is present on -site or within the (Atriplex parishii) Blooming period is June — October. Occurs at 25 — immediate vicinity. However, unlikely 1900 m elevation. since this species has not been seen in Orange County since 1907. Davidson's-41B.2/Not Found on alkaline substrate within coastal bluff Moderate. Limited, low -quality saltscale (Atriplex covered scrub and coastal scrub habitats. Blooming period habitat is present on -site or within the serenana var. is from April — October and occurs at elevations immediate vicinity. davidsonii) from 10 - 200 m. Salt Marsh FE/SE Found in southern coastal salt marsh habitats Present. Documented onsite in 2023 Bird's Beak between 4 feet and 8 feet elevation (MLLW). in the salt marsh habitat west of Back (Chloropyron Annual plant with germination starting as early as Bay Drive. maritimum January with vegetative growth through April/May. maritimum) Typical blooming period is May — September but can extend throughout the year under ideal conditions. Southern tarplant-41B.1/Not Found in the margins of marshes and swamps, Present. Observed onsite in 2021, (Centromadia covered vernally mesic valley and foothill grasslands, and as well as by Bramlet in 2003 and parryi ssp. vernal pool habitats. This species is commonly recorded in CNDDB, and an australis) found in disturbed areas, in relatively close herbarium specimen (D. Newell 295 proximity to a seasonal or perennial water source. [UCR]). Blooming period is May — November; occurs at elevations up to 425 m. Southwestern 44.2/Not covered Perennial rhizomatous herb found in coastal dunes Present. Observed onsite in 2021, spiny rush (mesic), meadows and seeps (alkaline seeps), and as well as by Bramlet in 2003. marshes and swamps (coastal salt). Occurs from 3 (Juncus acutus — 900 m elevation; blooming period is March — ssp. leopoldii) June. California boxthorn --/4.2/Not covered Perennial shrub found in coastal bluff scrub and Present. Observed onsite in 2021, (Lycium coastal scrub at 5 — 150 m elevation. Blooming as well as by Bramlet in 2003. californicum) period is December —August. 54 OF 57 Species Status' Federal/State, CRPR/County Habitat Requirements Potential to Occur Esutary seablight-/--/CRPR 1 B.2/ Found in saltmarshes with tidal flows. Blooms May- Present. Observed in 2021 on west (Sueda esteroa) not covered Oct. Known from Anaheim and Upper Newport side of Back Bay Drive and by Bays. Bramlet in 2003. Woolly seablite -44.2/Not covered Perennial evergreen shrub found in coastal bluff Present. Observed in 2021 on west scrub, coastal dunes, marshes and swamps side of Back Bay Drive and by (Suaeda taxifolia) (margins of coastal salt). Blooming period is Bramlet in 2003. January — December and occurs at elevations from 0-50m. ' Description of status codes FIE = Listed as endangered under the FESA FT = Listed as threatened under the FESA SE = Listed as endangered under the CESA ST= Listed as threatened under the CESA CRPR = California Rare Plant Rank (CNPS 2018) CRPR 1 B.1 = Seriously threatened in California and elsewhere CRPR 1 B.2 = Fairly threatened in California and elsewhere CRPR 1 B.3 = Not very threatened in California and elsewhere CRPR 213.2 = Fairly threatened in California, but more common elsewhere CRPR 4.2 = Fairly threatened in California, placed on a watch -list due to limited distribution throughout its range CRPR 4.3 = Plant of limited distribution, not very threatened in California Covered = Covered under the Orange County NCCP/HCP Conditionally Covered = Conditionally Covered under the Orange County NCCP/HCP Not covered = Not covered under the Orange County NCCP/HCP 55 OF 57 SENSITIVE WILDLIFE SPECIES WITH POTENTIAL TO OCCUR ONSITE Status' Species Federal/State/County itat Requirements Potential to Occur REPTILES Southwestern pond turtle (Actinemys marmorata pallida) Orange -throated whiptail (Aspidoscelis hyperythra) --/SC/Not covered --/SC/Covered BIRDS Cooper's hawk (Accipiter --/WL/Not covered cooperii) Sharp -shinned hawk (Accipiter striatus) Great blue heron (Ardea herodias) Swainson's hawk (Buteo swainsoni) Northern harrier (Circus cyaneus) --/WL/Covered --/--/Not covered BCC/ST/Not covered --/SC/Covered Occurs in both permanent and intermittent waters, including marshes, streams, rivers, ponds, and lakes. Requires basking sites such as partially submerged logs, vegetation mats, or open mud banks. Species requires intact habitat within chaparral, cismontane woodland and coastal scrub plant communities. Prefers washes & other sandy areas with patches of brush & rocks. Perennial plants necessary for its major food - termites. Found in riparian areas, and open woodlands, chiefly of open, interrupted or marginal type. Nests in riparian growths of deciduous trees and live oak woodlands. Ponderosa pine, black oak, riparian deciduous, mixed conifer & Jeffrey pine habitats. Prefers riparian areas. This species does not nest in coastal California. Colonial nester in tall trees, cliff sides, and sequestered spots on marshes. Rookery sites in close proximity to foraging areas: marshes, lake margins, tide -flats, rivers and streams, wet meadows. Breed in desert, shrub steppe, agricultural, and grassland habitats. Nests in a variety of tree species in existing riparian forests, remnant riparian trees, shade trees at residences and alongside roads, planted windbreaks, and solitary upland oaks. Typically, do not nest in large continuous patches of woodland other than along edges next to open habitats. This species does not nest in coastal California. Coastal salt & fresh -water marsh. Nest & forage in grasslands, from salt grass in desert sink to mountain cienagas. Nests on ground in shrubby vegetation, usually at marsh edge; nest built of a large mound of sticks in wet areas. Low. Suitable basking sites absent from onsite pond. Negative findings from 2022 survey. Moderate. Limited habitat is present on -site or within the immediate vicinity. Present. This species was observed on -site during 2015 biological surveys. High. Suitable foraging habitat is present on -site or within the immediate vicinity, but does not nest in coastal California. Observed within project vicinity during 2003 surveys (CCI 2004). Moderate. Suitable but limited habitat is present on -site or within the immediate vicinity. However, nesting habitat is very limited; not expected to nest in project site. Moderate. Limited to foraging only during migration — does not breed in the area. Suitable but limited foraging habitat is present on -site or within the immediate vicinity. High. Suitable habitat is present on -site or within the immediate vicinity. Observed within project vicinity during 2003 surveys (CCI 2004). However, nesting habitat is very limited and low quality; not expected to nest in Project vicinity. 56 OF 57 SENSITIVE WILDLIFE SPECIES WITH POTENTIAL TO OCCUR ONSITE Status' Species Federal/State/County itat Requirements Potential to Occur White-tailed kite --/FP/Not covered Rolling foothills and valley margins Present (foraging). Suitable, but (Elanus leucurus) with scattered oaks and river limited, potential nesting habitat is bottomlands or marshes next to present on -site or within the deciduous woodland. Open immediate vicinity. Observed grasslands, meadows, or marshes foraging within project vicinity for foraging close to isolated, dense- during 2015 (Dudek 2015), 2003 topped trees for nesting and surveys (CCI 2004) and in perching. December 2021. Southwestern willow fly (Empidonax traillii extimus) Merlin (Falco columbarius) American peregrine falcon (Falco peregrinus anatum) Yellow -breasted chat (Icteria virens) Least bittern (Ixobrychus exilis) Loggerhead shrike (Lanius ludovicianus) FE/SE/Conditionally Breeds in dense willow -dominated Covered riparian habitat near open water. --/WL/Not covered DL/DL, BCC/Covered --/SC/Not covered Seacoast, tidal estuaries, open woodlands, savannahs, edges of grasslands & deserts, farms & ranches. Clumps of trees or windbreaks are required for roosting in open country. FP, Known to occur near wetlands, lakes, rivers, or other water; on cliffs, banks, dunes, mounds; also, human -made structures. Nest consists of a scrape or a depression or ledge in an open site. BCC/SC/Not covered BCC/SC/Not covered Known to occurwithin riparian forest, scrub and woodland habitats. Colonial nester in marshlands and borders of ponds and reservoirs which provide ample cover. Nests usually placed low in tules, over water. Broken woodlands, savannah, pinyon -juniper, Joshua tree, & riparian woodlands, and desert oases, scrub & washes. Prefers open country for hunting, with perches for scanning, and fairly dense shrubs and brush for nesting. Moderate. Limited habitat is present on -site or within the immediate vicinity. In addition, no southwestern willow flycatchers were observed within the study area during the 2015 focused riparian bird surveys (Dudek 2015). Moderate. Suitable but limited foraging habitat is present. This species may visit occasionally in winter but is not known to nest this far south. Moderate. Suitable foraging habitat is present on -site or within the immediate vicinity. Observed within project vicinity during 2003 surveys (CCI 2004). Marginally suitable nesting habitat occurs within the vicinity on bluff faces, but not within the Phase 2A project site. Present. This species was observed on -site during 2015 biological surveys. Moderate. Suitable but limited habitat is present on -site or within the immediate vicinity. Moderate. Suitable but limited habitat is present on -site or within the immediate vicinity. 57 OF 57 SENSITIVE WILDLIFE SPECIES WITH POTENTIAL TO OCCUR ONSITE Status' Species Federal/State/County itat Requirements Potential to Occur Osprey --/WL/Not covered Ocean shore, bays, fresh -water Present. Suitable habitat is lakes, and larger streams. Large present on -site or within the (Pandion haliaetus) nests built in tree -tops within 15 immediate vicinity. Observed miles of a good fish -producing body foraging in the project vicinity of water. during 2003 surveys (CCI 2004), and on the border of the study area during 2015 surveys (Dudek 2015). Osprey are known to nest at the Back Bay Science Center area approximately one mile to the south, but not expected within the project site. Belding's savannah sparro SE/ --/Not Covered Coastal salt marsh Moderate. Habitats east of (Passerculus sandwichensis) Back Bay Drive support this species, however no reported observations are known (Zembel & Hoffman, 2021). Coastal California gnatcatchf FT/SC/Covered Species is an obligate, permanent Present. Observed during 2021 (Polioptila californic resident of coastal sage scrub in surveys in fourwing saltbush californica) southern California. Low, coastal habitat south of constructed pond. sage scrub in and washes, on mesas and slopes. Light-footed Ridgway's Rail SE/FE/Covered Salt and brackish water marsh Present. Historically (west of (Rallus obsoletus) habitats. Back Bay Drive). Dick Zembel has been conducting surveys since 1980 in Upper Newport Bay. Individuals have historically utilized the cordgrass west of Back Bay Drive adjacent to Big Canyon Creek. None, however, have been observed in either 2020 or 2021. Yellow warbler BCC/SC/Not covered Riparian plant associations in close Present. This species was proximity to water. Frequently found observed on -site during 2021 (Setophaga petechia) nesting and foraging in willow shrubs biological surveys. and thickets, and in other riparian plants including cottonwoods, sycamores, ash, and alders. Least Bell's vireo FE/SE/Conditionally Known to occur in riparian forest, Present (foraging). Suitable (Vireo bell/i pusillus) Covered scrub, and woodland habitats. Nests habitat is present on -site or within primarily in willow, baccharis, or the immediate vicinity. No mesquite habitats. observations of nesting have occurred during the 2003, 2015 or ESA 2016 and 2018 surveys. However, during the 2021 LBV surveys one individual was observed within the study area but was not observed subsequently by biologist or other biologists conducting supporting biological surveys throughout the spring. 58 OF 57 SENSITIVE WILDLIFE SPECIES WITH POTENTIAL TO OCCUR ONSITE Status' Species Federal/State/County itat Requirements Potential to Occur MAMMALS Southern California --/SC/Not covered Known to occur in salt marsh habitat Moderate. Suitable but limited saltmarsh shrew within Southern California. Requires habitat is present on -site or within (Sorex ornatus salicornicus) dense vegetation and woody debris the immediate vicinity. for cover. Pallid bat --/SC/Not covered Known to occur in a wide variety of Moderate to High. Suitable habitats including deserts, habitat is present on -site or within (Antrozous pallidus) grasslands, shrublands, woodlands the immediate vicinity. & forests. Most common in open, dry habitats with rocky areas for roosting; particularly associated with buildings and bridges. Mastiff bat --/SC/Not covered Frequently encountered in broad Present (foraging). Vocal open areas in a variety of habitats, recordings captured during (Eumops perotis) from dry desert washes, flood plains, 2020 survey. chaparral, oak woodland, open ponderosa pine forest, grassland, montane meadows, and agricultural areas. Cliff -dwelling species, where maternity colonies of 30 to several hundred (typically fewer than 100) roost generally under exfoliating rock slabs. Western red bat --/SC/Not covered Utilize riparian areas dominated by Present. Vocal recordings walnuts, oaks, willows, captured during 2020 survey. (Lasiurus blossevillii) cottonwoods, and sycamores. They roost only in broad -leaf tree foliage. Solitary species. San Diego desert woodrat --/SC/Covered Known to occur in coastal scrub, Moderate to High. Suitable (Neotoma lepida desert scrub, chaparral, cactus, and habitat is present on -site or within intermedia) rocky habitats. the immediate vicinity. Description of status codes: FE = Listed as endangered under the FESA FT = Listed as threatened under the FESA DE = Delisted under the FESA SE = Listed as endangered under the CESA ST = Listed as threatened under the CESA FP = Listed as fully protected under CDFW code SC = Species of Special Concern BCC = Bird of Conservation Concern WL = Watch listed Covered = Covered under the County of Orange NCCP/HCP Conditionally Covered = Conditionally Covered under the County of Orange NCCP/HCP Not covered = Not covered under the County of Orange NCCP/HCP