Loading...
HomeMy WebLinkAboutC-7224-1 - Bayside Drive and Jamboree Road/Marine Avenue ImprovementsAugust 13, 2020 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92780 crry OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov Subject: Bayside Drive and Jamboree Road/Marine Avenue Improvements — C-7224-1 Dear Mr- Chizhik: On August 13, 2019, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to Me a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on August 14, 2019 Reference No. 2019000300176. The Surety for the contract is Western Surety Company and the bond number is 30050483. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure M Premium: $21,021.00 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 30050483 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 21,021.00 , being at the rate of $ 7.22 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for (See (3) below) in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of (See (4) below) Dollars ( $2,913,000.00 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive (3) BAYSIDE DRIVE, AND JAMBOREE ROAD / MARINE AVENUE Page B7 IMPROVEMENTS - CONTRACT NO. 7224-1 (4) Two Million Nine Hundred Thirteen "Thousand and 00/100's notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of November ,20 18 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Rd., Suite 801, San Diego, CA 92106 Address of Surety 619-682-3550 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:_ I z -/1Q/111 Fo/: Aaron C. Harp 190-4 I8 City Attorney (ywe P40 re/Title f,%e _c David B. Sandiford - Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED -------- -- — Page B-2 k ✓estern Surety Cw,pany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the some extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -taw printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2018. 3N 0`PSoPfpEAV, e/i WESTE�RN"SURE TY COMPANY A05OO lq4NqA�S'6 .�— ��rN pP�SV aul T. BmBat, Vice President State of South Dakota 1 )} County of Minnehaha as On this 6th day of November, 2018, before me personally came Paul T. Bmflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so at7ixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation, My commission expires ,meq J. MOHR ,�s June23,2021 vrxs+ WOTA� ° J. Mohr, Notary Public CERTIFICATE I, 1- Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in frame. In teslimorrwhenwf I have hereunto subscribed my name and affixedthe seal of the said corporation this 28tday of NOVetDbef-- —� 2018 WESTERN SURETY COMPANY �(9�PONq;�4e 3 W 4 %K00,. AV !„Ysv Donn F4280-7-2012 L. Nelson, Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } On November 28th, 2018 before me Rosemarie Geiger ere insert ns'ne and fille of the officer) personally appeared David B. Sandiford who proved to me on the basis of satisfactory evidence to be the person fe}whose name*!sfere-subscribed to the within instrument and acknowledged to me that hehhekheyexecuted the same in his/4erhe4rauthorized capacity(ieej and that by hisfherflheirsignature(e4 on the instrument the persor*aj, or the entity upon behalf of which the perso"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. --r ROSEMARIE GEIGER WITNESS my hand and official seal. commission # 2101454 Notary Public - California z /Yl/it/L(rCi Z Orange County n M Comm. Expires fab 26, 2019+ Notary Public Signature V (Notary Public Seal) VY IIUNAL INI-UKNIAI l (Title a description ofeltarhed roc rnant) (Title a desairtion adatteeN-c doc rrent oatinued) CAPACITY Cl_AI IVIED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer -- .--TBeT--- ❑ Partner(s) W Attorney -in -Fact LJ Trustee(s) p Other 2015 Version mraay.Nolary('lasses.corri 800 873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM :)N Tus form complies with current California statutes regarding notary wording and, if needed, should be completed and attached to the document. Aclanowledgments from other slates maybe cotripleted for documents being sent. to that state so long as the wording does not require the California notaryto violate California notary law. Mime and County information mustt be the Stale and County where the document sign arts) personally appeared before the notary public for acknowledgment. 013ate of notarization must be the date that the signa(s) personally appeared which must also be ate same date the acknowledgment is completed. Mite notary public must print his or ha name as it appears within his or ha' commission followed by a comma and then your title (notary public), ElPrint (he name(s) of document signer(s) who personally appear at the time of notarization. C46dicate the correct singular or plural forms by crossing off incorrect forms (t& he/sheAhoy, is/are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. C 7fhe notary seal impression must be clear mid photographically reproducible. Impression must not cover tart or lanes. If seal impression smudges, rc-seal if a sufficient area penning othawise complete a diffei art acknowledgment form. CSignaturc of the notary public crust match fine signature on file with the office of the county clerk. 0 Additional information is not required but could help to comic [his acknowlcdgnncnl is mol nnimsckl or altached to a different document. n Indicate title or type of attached document, rumbaorpages and date. ii Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. (M0, (FO, Secretary). MSecurely attach [his document to file signed docurnetn with a staple. N° 3472 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority This Is To CERTIFY, That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY Of SIOUX FALLS, SOUTH DAKOTA , organized under the laws of SOUTH DAKOTA subject to Us Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made tinder authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. In Wnwrsss W1f mop, effective as of the-.. ---- 2M_.- ------- day of --- _------ MAR4HI97.5-..., I have hereunto set my hand and caused my offioial seal to be affixed this._21ST-__ day of--- ------- -MARCH_— T I92A... Fee WESLEY J. KINDER (nwraw�Commlabnn RCC. No. Filed fly l rfLc Gc 1�y��isC. NOTICE; Qualification with the Secretary of State most he accomplished as required by the California Corlxrnrtions (,*mle promptly after issuauco of this Certlficato of Authority. Failure to tit) m will be a violation of Ins. Coda Sec. 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor mrd the conditions container] heroin. roe« re.a n. v CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 :esaercrarn.rsrrecr�cc�:sckyt.ececacrcaar,�.ccacx�cccvcacesjcccsc�acccrcrsr�.carcnrcacsrarrc.ctr„eccaa A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of _Orange — ) On 11/28/18 before me, Megan Featherston Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herAheir 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. MEGAN FEATHERSTON WITNESS my hand and official seal. Notary Pubuc - California ' orange county /T comnxrslon t 2182170 SignatureW .Y My Comm. Explres Feb 3, 2021 l Signature of Notary Public .orwa+aaa.�rw� Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: L.Corporate Officer -- Title(s): _ Partner — 7 Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Number of Pages: Signer's Name: _ k.; Corporate Officer -- Title(s): Partner — 71 Limited _ General Individual - Attorney in Fact Trustee Guardian or Conservator C Other: Signer Is Representing: K; �.�X.e%('u, .iv.. <X4,•<>v<.< ©2016 National Notary Association • www.NationalNotary.org • 1-800-LJS NOTARY (1-800`876-6827) Item 65907 October 18, 2019 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Avenue, Suite B Tustin, CA 92780 _0! Y i= ` MC'v POR( BEACH 100 Civic Center Drive Newport Beach, California 92660 949 644-3005 1 949-644-3039 rnx newportbeachca.gov Subject: Bayside Drive and Jamboree Road/ Marine Avenue Improvements C-7224-1 Dear Gennady Chizhik: On August 13, 2019 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on August 14, 2019, Reference No. 2019000300176. The Surety for the bond is Western Surety Company and the bond number is 30050483. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure Premium: Included EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 30050483 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for (See (1) below) in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of (See (2) below) Dollars (_$2,913,000.00 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in', upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq, of the Civil Code of the State of California. (1) BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENT - CONTRACT NO. 7224-1 (2) Two Million Nine Hundred Thirteen Thousand and 00/100's Page A-1 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 November , 20 18 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Rd., Suite 801, San Diego, CA 92106 Address of Surety 619-682-3550 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 12 Io / I �6 By: (.'Aaron C. Harp City Attorney CAI) d ent David B. Sandiford - Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED __ Page A-2 k ✓estern Surety Con .,zany POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men ByThese hese Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its line and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2018. WESTERN SURETY COMPANY �A/„PFOgq�i A4 11^D 1SEAb+Y oral T. BruFlat, Vice President State of South Dakota 1 )J as County OJ Minnehaha On this 6th day of November, 2018, before me personally came Paul'r. Bmtlat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOBR �gxowrrrueuc / / /� June 23, 2021 �aamfwirorx� J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the cmpomtion printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this _ 28th day of November___ 2018 p?�pr`ee WESTERN SURETY COMPANY f4epPogn� Form P4280-7-2012 L. Nelson, Assistant Secretary Go to www.Cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } On November 28th, 2018 before me Rosemarie Geiger ere insed name and Life of the o c¢Q , personally appeared David B. Sandiford who proved to me on the basis of satisfactory evidence to be the person(e�whose nameje)-is/efesubscribed to the within instrument and acknowledged to me that helsheftheyrexecuted the same in his/Jaec 444 -authorized capacity(iee)-, and that by his/herftheir•signaturlon the instrument the personfs� or the entity upon behalf of which the persorl(a}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. 1105EMARIE GEIGER WITNESS my hand and official seal. commission # 2101454 Notary Public - California z 19 Comm. Orange County Expires Feb 26, 2019 Notary Public Signature I (Notary Public Seal) UNAL UV I IUNAL INtUKMAI I (Title Q dasatptirn dattadled tbaxrent) (Title a description ofattached do-ctryerl continued) [N \atC•71�IN I_r1h�f�t11:]'�I:1111169[t3QIpl7 ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) VI Attorney -in -Fact p Trustee(s) E] Other 2015 Version aw&w.NotaryClasses.com 800-873-9965 INSTRUCTIONS FOR COMPLETING THIS FORM :)N 'this form complies with current Cal idn nia statutes regarding notary wording and, if needed, should be completed and attached to die document. Aclatowledgmeli s from other stales maybe completed for documents being sent to lhm. state so long as Lite wording does not require die California notary to violate California notary law. MStale and County information must be the State and Courtly where the ducunteru net personally appeared before die notary public for acknowledgment. male of notarization must be the dale that die signer(s) personally appeared which mustalso be the sante date the acknowledgment is completed. MFhe notmy public must print his or her name as it appears within his or Iter commission followed by a comma and then your title (notary public). MPrint Ute natne(s) of document siguer(s) who personally appear at Lite time of notarization. Mndicale the correct singular or plural forms by crossing off incorrect forms (i.e. Ite/shehhey,r is /are) or circling die correct forms. Failure to correctly indicate this information may lead to rejection of docunidn recording, 1)lrhe notary seal impression must be elm mid photographically reproducible. Impression must not cover text or lures. If seal impression smudges, re -sell if a slrfflcien[ m'ca pcnni ts, olrcnvise complete a diffcrmt acknowlcdgntnri forst. aSignahtre or the notary public must match die hignalure on file wiW Lite office of the county clerk EI Additional information is not required but could help to ensure this acknowledgment is riot misused or attached to a different document. CI Indicate title or type of attached document., numbeof pages and date. "• Indicate [lie capacity claimed by the signer, If the claimed capacity is a corporate officer, indicate Ute title (i.e. CEO, (TO, Secretary). MSecurely match this document to the signed document will a staple. N° 3472 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority Tins Is -ro CEawm That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY of SIOUX FALLS, SOUTH DAKOTA , organized under the laws of SOUTH DAKOTA subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. 'Puns CErriwicAT6 is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WnWEss WimaFAw. effective as of the_-. --- 2IST -------- day of.__ ----- _—MCH... _._...--_._._..-_------- 19-75-1-, I have hereunto set my hand and caused my official seal to be affixed this... 21ST--...... day of-----MARCFI------..---- ID75_-. Fee WESLEY J. KINDER lnsurm:r.+ conan'oner HCC. No. Idled By JfDry -< NOTME: Qualification with the Secretary of State must be accomplished ax required by the California Corporations Corfu promptly after manna of this Certificate of.Authorilyr Failure to do so will be a violation of Ins. (We See. 701 and will be grounds for revoking this Certificate of Authority purounnt to the covenants made in the application therefor and the conditions contained heroin. 4frnM (:U�3 I.l,,.xn l.l, .m Doti Q u.n CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 rterrrcxrc�xrroacor.�cecrr, ce.`a.�wz�ncc�cu�eA:eee„<rA^tcrerae�acrccor<:errsrtrrie rrrrc�,�rrcrcc.<;r.��4:rcrcrr A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of __Orange ) On 11/28/18 before me, Megan Featherston Notary Public �_�__ Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ® MEGA [ ] Notary Public -California orange County Commission %1102170 My Comm. Expires F 2U21 ev+�� I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m(�yuh�hand and official seal. Signatures l a ! (/A__ 111 ��t Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signers) Signer's Name:... Corporate Officer — Title(s): Partner - _? Limited General Individual Attorney in Fact Trustee _ Guardian or Conservator Other: Signer Is Representing: Number of Pages: Signer's Name:._—_----- ! . ame:..__._ L. Corporate Officer — Title(s): Er Partner — _I Limited General Individual -Attorney in Fact Trustee ...; Guardian or Conservator C Other: Signer Is Representing: 02016 National Notary Association • www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Batch 4972337 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 2 of 3 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE $ R a 0 1 1 a s o 0 a 7 s. 2019000300176 2:12 pm 08/14/19 9 406 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc., Tustin, California, as Contractor, entered into a Contract on November 27, 2018. Said Contract set forth certain improvements, as follows: Bayside Drive and Jamboree Road/Marine Avenue Improvements - C-72241 Work on said Contract was completed, and was found to be acceptable on August 13. 2019, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. F -M City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec 'M1 California. https:Hgs.secure-recording.com/Batch/Confirmation/4972337 08/14/2019 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc., Tustin, California, as Contractor, entered into a Contract on November 27, 2018. Said Contract set forth certain improvements, as follows: Bayside Drive and Jamboree Road/Marine Avenue Improvements - C-7224-1 Work on said Contract was completed, and was found to be acceptable on August 13, 2019 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. M Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec m at Newport Beach, California. N AMENDMENT NO. ONE TO r BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS C� CONTRACT NO. 7224-1 THIS AMENDMENT NO. ONE TO CONTRACT FOR PUBLIC WORKS ("Amendment No. One") is made and entered into as of this 22nd day of January, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GMC ENGINEERING, INC., a California corporation ("Contractor"), whose address is 1401 Warner Avenue, Suite B, Tustin, California 92780, and is made with reference to the following: RECITALS A. On November 27, 2018, City and Contractor entered into a Contract for Public Works ("Contract") for: Distributing construction notices to existing businesses and residents, construction surveying, removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement, offsite improvements and restoration, planting, clearing and grubbing, and construction of new Portland Cement Concrete ("PCC") sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, block retaining walls, storm drain modifications, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, and other incidental items of work (the "Project" or "Work"). B. The parties desire to enter into this Amendment No. One to update the insurance and indemnification provisions of the Contract. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. INSURANCE Section 12 of the Contract is amended in its entirety and replaced with the following: "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 Section 16.3 herein and the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference." 2. RESPONSIBILITY FOR DAMAGES OR INJURY Section 16.3 of the Contract is amended in its entirety and replaced with the following: "Indemnification. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected and appointed officers, agents, officials employees, volunteers and the entity that owns the property (Promontory Point Apartments LLC) upon which Contractor constructs the Project or performs any Services contemplated by this Contract (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" and collectively, "Claims"), whether incurred by or made against any Indemnified Party, 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 without limitation the negligent, reckless and/or willful acts 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. Contractor's obligations under this provision shall survive the completion of the Work and the termination of this Contract until expiration of the applicable statute of limitations as to any Claim arising from or related to the Work or Services. Third Party Beneficiary; Additional Insured. Contractor acknowledges and agrees that Promontory Point Apartments LLC, the owner of the property on which the Work will be performed, shall be a third party beneficiary of this Contract as to all of Contractor's insurance and indemnity obligations contained in this Contract. To that end, City shall require Contractor to name Promontory Point Apartments LLC as an additional insured on any Commercial General Liability Insurance policy provided by Contractor to City in connection with performance of the Work." GMC Engineering, Inc. Page 2 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] GMC Engineering, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date- By:dj�G")ev� ;Aaron C. Harp City Attorney ATTEST: Date:— Fly: L�� l `1 zx_ AZIA01 LeWi 1. B/rWn City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: / -a nq By: Grac . Leung City Manager CONTRACTOR: GMC Engineering, Inc., a California corporation Date - By: Signed in Counterpart Gennady Chizhik President / Secretary [END OF SIGNATURES] GMC Engineering, Inc. Page 4 IN WITNESS WHEREOF, the paities have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTO NEY'S OFFICE Date: 22 CITY OF NEWPORT BEACH, a California municipal corporation Date: By: d;Z2 By: :Aaron C. Harp "`"' "''i''' Grace K. Leung City Attorney City Manager ATTEST: CONTRACTOR: GMC Engineering, Inc., Date: a California corporation �f By: By: � Leilani I. Brown Gennady Chizhik City Clerk President / Secretary [END OF SIGNATURES] GMC Engineering, Inc. Page 4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 12/3/18 Date Completed: 1/23/19 Sent to Company/Person required to have certificate.- Type ertificate: Type of contract: Dept./Contact Received From: Raymund Raymund By: Jan GMC Engineering Inc Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/18 — 10/1/19 A. INSURANCE COMPANY: Travelers Indemnity Company of CT B. AM BEST RATING (A- : VII or greater): A++/ XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/18 — 10/1/19 A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A- : VII or greater) A++ / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A N Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A N Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: N N/A ❑ Yes ❑ No 1. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/1/18 —10/1/19 A. INSURANCE COMPANY: Insurance Company of the West B. AM BEST RATING (A-: VII or greater): A / XII C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Ap Agent of Alliant Insurance Service""' Broker of record for the City of Newport Beach Date ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ❑ Yes ® No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. CITY CA.i. tiIC CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 31st day of OCTOBER 2018, at which time such bids shall be opened and read for BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 $3,000,000 Engineer's Estimate Approv d by M ch 6I J. Sinacori Act g City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 Hard copy plans are available via Santa Ana Blue Print (949)756-1001 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" and "C-27" For further information, call Patrick Arciniega, Prosect Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/qovernment/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS ......................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRAC T OR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 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 BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 INSTRUCTIONS TO BIDDERS 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) 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 conf',,,, via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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 copies must be submitted to the City Clerk's Office by the Bid Opening Date. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures, In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 17707981 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 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. 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. &R O \ Contractor's License No. & Classification Authorized Signatureitle GCnna61� G-)k'ZhiK- V, s d O O O 2�, 1� Ocav 1 `5, 2�\ DIR Reference Number & Expiration D�— Date Bidder 5 'City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 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 the Total Amount Bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224x1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. Witness our hands this 10th day of October , 2018, GMC Engineering Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Rd., Suite 801 San Diego, CA 92108 Address of Surety 619-682-3550 Telephone /A A David B. Sandiford - Attorney -In -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Jeffrey R Gryde, David B Sandiford, Individually of Laguna Niguel, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 19th day of July, 2016. °suaery" WESTERN SURETY COMPANY ;We4 i^lv 2 494vi/� Cpl 4Mlllll111111 OF'Paul T. Bruflat, Vice President State of South Dakota 1 )t ss County of Minnehaha On this 19th day of July, 2016, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOHR NOTARYPUBLIC June 23, 2021 (MSCUIHCA (s J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 10th day of October 2018 "su"Ery°u, WESTERN SURETY COMPANY �I4o�,P0Aq��}�D @��(i"•• �pS ay, %N.pp yC W IIIIINI L. Nelson, Assistant Secretary Form F4280-7-2012 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } On October 10th, 2018 before me Rosemarie Geiger (Here insert name and title ofthe officer) personally appeared David B. Sandiford who proved to me on the basis of satisfactory evidence to be the person* -whose namej&} isfa,e�subscribed to the within instrument and acknowledged to me that hefsheithey executed the same in his/authorized capacity and that by hisflhet4he4,-signaturefe4on the instrument the person{}, or the entity upon behalf of which the person{st 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. ROSEMARIE GEIGER WITNESS my hand and official seal. commission # 2101454 z Notary Public - California z / z '' Orange County D &�)�Iz/- Ala"/ Y-441 L z, My Comm. Expires Feb 26, 2019 Notary Public Signature U (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION 10=9011111111 • • •• �� �•• (Title cr description dattached docurnent) (Title cr description of attached document oahtinuecl) Nunrber of Pages Dirt [date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ® Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version ^: ^r,."dotaryClas es.cam 8010-873-9965 INSTRUCTIONS FOR COMPLETING THIS FORM Ibis form complies with current California statutes regarding notary wording and, if needed, should be completed and attached to die document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require die California notaryto violate California notary law. QState and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. Gate of notarization must be the date that die signer(s) personally appeared which must also be the same date die acknowledgment is completed. Orhe notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). E]Print the names) of document signer(s) who personally appear at the time of notarization. Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they is /ere ) or circling die correct forms. Failure to correctly indicate this information may lead to rejection of document recording. The notary seal impression trust be clear and photographically reproducible. Impression must not cover text or lures. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. QSignature of the notary public trust matdi the signature on file with the office of the county clerk. ED Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). necurely attach this document to the signed document wide a staple. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 7C;ciC•�i:C',c�t �Gt:ft Cox'YSc;P.c`^,S`C.4Y'.c.C.GLX:4�:f:C'.C`.e'(',t.CCCt`:,ci'.is;c:t',C>C.c:C;C{`n �,t:f.C<>,f;C;t, ��.<f-r:rs;t'c Y:�c^Csis`G�i�{,t:{'�c;�'as<'.C�)�'f.� 1'.t A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 10/15/18 _ before me, Megan Featherston Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEGAN FEAFHERSTON Notary Public - California Z c Orange County Si nature xjti Commission # 2182170 g ---- My Comm. Expires Feb 3.2021 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: ___ — _--_______------_----_�-------------_ _ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): Partner — Limited -- General Individual Attorney in Fact - Trustee _ Guardian or Conservator Other: _ Signer Is Representing: Signer's Name: Corporate Officer — Title(s): . Partner — _j Limited General Individual Attorney in Fact Trustee Guardian or Conservator C Other: Signer Is Representing: -- - -- -------_--- N; �t_tv;i;':•.<x;c;<"<,'+;,<.,C;?xY:.�.+:�,�c�::'�-,c:ri;+i,t�;< 02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 DESIGNATION OF SUBCONTRACTOR(S) AFFADAVIT 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. Bidder shall include current DIR Registration Numbers for each subcontractor listed. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach l3MC, N nc Bidder - 01 Authorized Signature itle Gamna 1J C-IA,r t - City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formal Please print or type. Bidder's Name (3 �0' E- �Y)C- FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $120,000, provide the following information: No. 1 Project Name/Number Project Description v, K\\ ; A(, 11rlrxr js Ncv)�J Approximate Construction Dates: From ND✓- 20116 To: PrCSc n-� Agency Name N hA y Uy- L rA a Contact Person 1UK- Telephone (i)4) 21 323,2,..32- Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 2 Project Name/Number�\��(1a Project Description ttmc)�tAIQYn ; LhY � &n ZASVM �7-,y� Approximate Construction Dates: From201$ To: pYe_s� AgencyName_CA 4 M\SSi(Y\ V\e.\o Contact Person MWk Telephone (9-n) '-1-iC) - 30'1 \ jv23, ce Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) -T' 13, ID. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 3 Project Name/Number NCL}S�� E\fmCAA-XU 7\aM.�e Project Description (-� (, Ma i RC C' Approximate Construction Dates: , From 2O1B To: Si �1�n Z o \1S Agency Name C1�l, r—�l,*r'C �2�Ck1 Contact Person Thi Av n i qa Telephone (-o1-tH - -2 {-} 520' SSO Original Contract Amount $ Final Contract Amount $ 5�A8,yi-45 If final amount is different from original, please explain (change orders, extra work, etc.) CAV- YEC� UQ S �P ( a� t Y`S ' X'h'� W cY Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number_ kyenue' 5'a Project Description,'(`C lyy� 5 �,� �s L SCS �2�cy\ Approximate Construction Dates: From ( 2Q To: c . 2-,z 1� Agency Name Cil hA Contact Person ?tAfiVT&kSC W- Telephone (1tiq) (p L -J 4 — Original Contract Amount $ Final Contract Amount $ 3&C), oo(-,s If final amount is different from original, please explain (change orders, extra work, etc.) 1V Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/L No. 5 Project Name/Number Scr1 )i7l. U AJC Ne.X-- -�U me&V\fy"e, S Project Description (� �2dvirva $ �?►l��C%���fv� i�1G tnc.1 # CiYt(�i� Approximate Construction Dates: From 7)ckh To: aA u�, - 2-0 ��r Agency Name Ci14 A paw Contact Person CAOUCAC W` Yl V'y- Telephone (may) '=VL-} 3 5 q'2- 1, c(-', 2. , '6,S', Original Contract Amount $ Final Contract Amount $_2,. 0\ 0 . If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 12 No. 6 Project Name/Number �-'tn A4 -A ,v EYah, Project Description _ a5 C)"YU lNno­ 1n1a\\ (a1�e ���`t+�l FCA Approximate Construction Dates: From a3n 2U\­�- To: `, oe 2 01 Agency Name C1 -LI t,-� C1IVe-/ Ci Contact Person .A)e- saspav Telephone (31L,) 1,202, 22i Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? if yes, briefly explain and indicate outcome of claims. NSA 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. G m E�na�nee,�iY,a, Bidder Authorized Signature/Titl 13 GMC 0GINEERINGEt GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A. B Re: Bayside Drive and Jamboree Road/Marine Avenue Improvements City of Newport Beach, Contract No. 7224-1 CONSTRUCTION MANAGEMENT TEAM MAY BE ASSIGNED FOR THE ABOVE REFERENCED PROJECT Gennady Chizhik — President Involved in Construction since 1979 Served as: Foreman, Superintendent cu •, �„, V,,,y UQ: L_00111ato�, r-lumui manager, and Fieid Engineer Oversees all aspects of GMC Engineering, Inc. J. Michael LaVoie — Estimator, Project Manager ! Engineer Involved in Construction since 1990 Served as: Laborer, Field Engineer, Estimator, and Project Manager Currently serving as: Project Manager, Estimator, and Field Engineer Ernie Beas — Superintendent Involved in Construction since 1978 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising Art Sanchez — Superintendent Involved in Construction since 1985 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of ) l`aPr n a C'ih��h,k being first duly sworn, deposes and says that he or she is �YPSt rb of SMC Ekra 1nC- I , the party making the foregoing bid; that the bid is not made in the interest of, or- n 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 Cal' ornia that the foregoing is true and correct. C�M� Er,aine ivtia Inc Bidder -- Authorized Sig ture/Title Gennady.hk I \� - P.c.s; �-n� Subscribed and sworn to (or affirme� before me on this/ day of 2018 by , proved to me on the basis of satisfactory evidence to be the person(s) ho aPared before me. I certify under PENALTY OF PERJURY u the laws of the State of California that the foregoing paragraph is true and correct. Public [SEAL] 7My Commission Expires: A� ache 14 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 Oranqe Subscribed and sworn to (or affirmed) before me on this 15th day of October , 20 18 , by Gennady Chizhik proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. NAEGAN FEATNERSTON NotaryPublic-California z n Orange County f//f (Se commission # 2182170 Mycomm.ExpiresFebJ,2I ature c City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROADWARINE AVENUE IMPROVEMENTS Contract No. 7224-1 DESIGNATION OF SURETIES Bidder's name 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): ��ss a�Qe ga S- So\ IS L - L� bak , — A - Fso 2 San Digo, CIA NT." a, GA g100ce U00)UU- SsN2 15 City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name amc, Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2017 201E 2015 2014 2013 Total 2018 No. of contracts 8 S 5 Total dollar Amount of Contracts (in � MA -Ar�i,l \� '�m�1 `(�.S;l IZ. }m,l � n-0 Thousands of $ No. of fatalities O O G O D O No. of lost l Workday Cases G O O 0 © U No. of lost workday cases involving permanent transfer to © O O (D D O another job or termination of 1. 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 Business Address: ;yp\ W2xvne/y p � Sam. �--�-(AS Business Tel. No.: _ IOyo State Contractor's License No. and Classification: -A 30�0'i \ A Title _.reside, The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title M 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 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of.. Orange ) On ___ 10/15/18 ._ before me, Megan Featherston Notary Public Date Here Insert Name and Title of the Officer personally appeared _ Gennady Chi Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ;'y P4EGAN FEAI'HE.RSTON F z L NotaryPu�alic-California z Orange County Commission # 2182170 ' My Comm. Expires Feb ;.2021 M51 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature_ — _ Signature of No Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:.__ Document Date: _ Signer(s) Other Than Named Above: _. Capacity(fes) Claimed by Signer(s) Signer's Name: _ Corporate Officer -- Title(s): Partner — Limited - General Individual _ Attorney in Fact Trustee _. Guardian or Conservator Other: Signer Is Representing: Number of Pages: Signer's Name: Corporate Officer — Title(s): Partner — _�] Limited _ General Individual Attorney in Fact Trustee Guardian or Conservator C Other: Signer Is Representing: K:C4,M%4'c✓(: 02016 National Notary Association - www.NationalNotary.org - 1 -800 -US NOTARY (1800-876-6827)' Item #5907r City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received nature AA — 1 -- --- --o/2s S 8 W., City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 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: GMC ENW\,ne��'2a, \nc- Business Address: \SAO) V�,w i4we. n CA Telephone and Fax Number: 2 -LA ---k _ \0 L-1 \ California State Contractor's License No. and Class: C,\ \ As 'B (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date: 0?-, L i 119 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone 7-i -hn, GFS 92qC1Rb Corporation organized under the laws of the State of 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: GUO., E�nainePJv�� I�nL For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N /A Briefly summarize the parties' claims and defenses; N /A Have you ever had a contract terminated by the owner/agency? If so, explain. N /A Have you ever failed to complete a project? If so, explain. N /-/e\ 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 com liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No 20 Are any claims or actions unresolved or outstanding? Yes 4ND If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. On me, satisfactory evidence to be the pe acknowledged to me that he/she/th by his/her/their signature(s) on the i acted, executed the instrument. (Print name of Owner or President of Corporatio�n,//Company) Authorized Signature le I V'e5 \ Ac4-t Title Io���ilR Date --r ) whose name(s ,cuted the same lent the person I certify under PENALTY OF PERJURY paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: Notary Public, personally appeared who proved to me on the basis of /hias/her/their e subscribed to the within instrument and authorized capacity(ies), and that ), or the entity upon behalf of which the person(s) laws of the State of California that the foregoing (SEAL) See A �a� 21 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 �ec�ecx;c. s�,�{�,.;eh:t`.ct�f�e.Y;.-c:cc.�Ctirr�c>•LY;::rc:r,�t.�GCc>,c4�C`.isi`.Cf,CS'.C.C-;uS`.sS`,�{',s�:dY�.�e?c�fe;:ct:a.c,�.�c��r��n, A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 10/15/18 before me, Megan Featherston Notary Public Date Here Insert Name and Title of the Officer personally appeared Gennady Chizhik Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. • — «�17 — — > N1EGAN FEAPAERSTO)N < Notary Public _California Orange County / Commi55ion02182170 My Comm. Expires Feb 3. 20 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. 090.0 MINIS"MAN MAR Mw VA UOU Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ---------------_----_ ___ Corporate Officer — Title(s): Partner — 7 Limited - General Individual ::_ Attorney in Fact _ Trustee _ Guardian or Conservator Other: Signer Is Representing: Number of Pages: Signer's Name: Corporate Officer — Title(s): Partner — -1 Limited = General Individual Attorney in Fact Trustee _ Guardian or Conservator C Other: Signer Is Representing %CuC /<.�:<get.Y•%t;'Ct.�XG"�4`6G<:f:'C:U4t,'CC:+.C:4C.v:.(rt%C)C'4`t;`(::<.�T,'G%iv.:t.c_>I.Y=C)U1cC>`c4cCt_Lt:<.Y;;CJU.'+' t„c,'t:<at` [X%e%C'r: .,<.r ©2016 National Notary Association - www,NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 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 BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS CONTRACT NO. 7224-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 27th day of November, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GMC Engineering, Inc., a California corporation ("Contractor"), whose address is 1401 Warner Avenue, Suite B, Tustin, CA 92780, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Distributing construction notices to existing businesses and residents, construction surveying, removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement, offsite improvements and restoration, planting, clearing and grubbing, and construction of new Portland Cement Concrete ("PCC") sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay, asphalt concrete pavement, pavement delineation, block retaining walls, storm drain modifications, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, and other incidental items of work (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. 7224-1, 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 Two Million Nine Hundred Thirteen Thousand Dollars ($2,913,000.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 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 Gennady Chizhik to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. GMC Engineering, Inc. Page 2 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Gennady Chizhik GMC Engineering, Inc. GMC Engineering, Inc. Page 3 1401 Warner Avenue, Suite B Tustin, CA 92780 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. 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. GMC Engineering, Inc. Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract 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 GMC Engineering, Inc. Page 5 City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless 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. GMC Engineering, Inc. Page 6 Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 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 GMC Engineering, Inc. Page 7 cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or 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. GMC Engineering, Inc. Page 8 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 _Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] GMC Engineering, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: dtt k tgj(� pot'.Aaron C. Harp City Attorney ATTEST: Date: P'lli 1 � Leila ni I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: rs&ID�uffy- Duffield Mayor CONTRACTOR: GMC Engineering, Inc., a California corporation Date: Signed in Counterpart By: Gennady Chizhik President & Secretary :END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements GMC 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 ATTORN Y'S OFFJCE Date' By: _ Ct`" For' -Aaron C. Warp I+,IQa s City Attorney a' l ATTEST: Date. Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date. By: Marshall "Duffy" Duffield Mayor CONTRACTOR: GMC Engineering, Inc., a California corpora i?n Date: By: - Gennady Chizhik President & Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B Faithful Performance Bond Exhibit C — Insurance Requirements GMC Engineering, Inc. Page 10 Premium: Included EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 30050483 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for (See (1) below) in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of (See (2) below) Dollars ( $2,913,000.00 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. (1) BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENT - CONTRACT NO. 7224-1 (2) Two Million Nine Hundred Thirteen Thousand and 00/100's Page A-1 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 November , 20 18 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Rd., Suite 801, San Diego, CA 92106 Address of Surety 619-682-3550 Telephone APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date: 121 to 1115 By: {:Aaron C. Harp City Attorney Authoriz d Nignatu /Title / Caenn':9 yin+ksi-� rN orized,A(q-ent Sj&rbture David B. Sandiford - Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2018. „s�aETM, WESTERN SURETY COMPANY �WQ�o�,voggr°3� ti„t%I OPM„F aul T. Bruflat, Vice President State of South Dakota County of Minnehaha I ss On this 6th day of November, 2018, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOHR June 23, 20211(%_SrrH0PAUK_0TA(Q% J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 28th day of November 2018 °�RETywry WESTERN SURETY COMPANY _ t PM��,' a'ua�xi�""• Form F4280-7-2012 L. Nelson, Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } On November 28th, 2018 before me, Rosemarie Geiger (Here mserl name and We of the officer) Personally appeared David B. Sandiford who proved to me on the basis of satisfactory evidence to be the person* whose name{e)-isiarie.subscribed to the within instrument and acknowledged to me that he/5hetttheq-executed the same in his/authorized capacit\ and that by hWsff signature} on the instrument the person{-}, or the entity upon behalf of which the persons}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. ROSEMARIE GEIGER Commission # 2101454 z :'� Notary Public - California z 9 Orange County D My Comm. Expires Feb 26, 2019' Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFnRMnTIMI INSTRUCTIONS FOR CONdPLETING THIS FORM DESCRI PTICN CF THE ATTAC IED DOCUMENT 7,7 ieddtdoc(tea n (Title a desmpticn of attacled document oalinued) Nun -bet- of Pages Docutrert Cate CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ® Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Verson WwwNotaryClas_es.com 3i!fJ-873-5865 This form complies with current California statutes regarding notary wording arid, if needed, should be completed and attached to the doctunent. Acknowledgments from other states may be completed for documents being sent to that state so long as die wording does not require the California nntaryto violate California notary law. MS tale and County information must be the State aril County where the document signers) personally appeared before the notary public for acknowledgment. Ebate of notarization must be the date that the signer(s) personally appeared which must also be the same date die acknowledgment is cornpleted. Orhe notary public must print his or her rtarrre as it appears within his or her commission followed by a comma and then your title (notary public). Print the narne(s) of document signer(s) who personally appear at the time of notarization. Ctndicate the correct singular or plural forms by crossing off incorrect forms (i.e. h�/she/tlhe}- is /a+rr ) or circling Uhe correct fortis. Failure to correctly indicate this information may lead to rejection of document recording. :Ihc notary seal impression must be clear and photographically reproducible. Impression must not cover text or lutes. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. nignature of the notary public must match the signature on file with the office of the county clerk. El Additional information is riot required but could help to ensure this acknowledgment is not misused or attached to a different document. 0 Indicate title or type of attached document, number of pages and (late. ED Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretar),). (]Securely attach this document to the signed document with a staple. N`: 34'72 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority Tins IS TO CErtrwy, That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY of SIOUX FALLS, SOUTH DAKOTA , organized under the laws of SOUTH DAKOTA , subject to its Articles of Incorporation or nther frindarrv?ntnl nrpnnirntinnnl dnrvltnnntg� is horphil mithnrl"-d to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tres CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrrNm WHEnEoF, effective as of the ------- 21ST_----__ ---- day 19.75_, I have hereunto set my hand and caused my official seal to be affixed this --- 21ST--___ day of___ — MARCH__ ,19.175 _. Fee WESLEY J. KINDER Insurance COMMIMOner Ree. No.,, 7 j Filed ByDeputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FO. M CB -3 ......... r.,, — o u r (D— CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 r>rr�t� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of _Orange — ) On 11/28/18 _ before me, Date personally appeared Megan Featherston Notary Public Here Insert Name and Title of the Officer Gennady Chizhik Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MEGAN FEATHERSTON WITNESS my hand and official seal. NotaryPublic- California z Orange County " z Commission # 2182170 Signature nME My Comm. Expires Feb 3, 2021 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: ____ Number of Pages: Signer(s) Other Than Named Above: �.._- Capacity(ies) Claimed by Signer(s) Signer's Name:._____ Corporate Officer — Title(s): - - Partner — Limited -- General Individual Attorney in Fact - Trustee _. Guardian or Conservator Other: _ Signer Is Representing: Signer's Name: Corporate Officer — Title(s): Partner — -1 Limited General Individual Attorney in Fact Trustee Guardian or Conservator C Other: Signer Is Representing 4,<rG:`cr<;<_c.�: �'r�,.�,:�4Y>.ti;<�9C;;(X;4:�t-3:v,Gi'c%LY.Cxt,��•,�rw.n,_,�+.C.:-..+�;':;,<,w.,%'<;?'r;c=z;e;k}GX;r;.(,�c.:Gra,��>�',C,�ta(,•r_. .;<;y;r„v,"�;�•.�r ©2016 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Premium: $21,021.00 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 30050483 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 21,021.00 , being at the rate of $ 7.22 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for (See (3) below) in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of (See (4) below) Dollars ( $2,913,000.00 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive (3) BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE Page B-1 IMPROVEMENTS - CONTRACT NO. 7224-1 (4) Two Million Nine Hundred Thirteen Thousand and 00/100's notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of November 20 18 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Rd., Suite 801, San Diego, CA 92106 Address of Surety 619-682-3550 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: FU/: Aaron C. Harp City Attorney ta.cs�'ie Authorized Si q nature/Title en David B. Sandiford - Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page B-2 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David Sandiford, Individually of Arcadia, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2018. ,,,•„I• WESTERN SURETY COMPANY uaEr S W POA ' 3t z o •�Sfpb..+' m ... Apr 4 r'H oAK°„� aul T. Bmflat, Vice President State of South Dakota 1 Jl ss County of Minnehaha On this 6th day of November, 2018, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires- J. MOHR June 23, 2021 —Puauc SOUTH DAKOTA Y / J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on hhe reverse hereof is still in force. In testimon�ww1erreof I have hereunto subscribed Tny name and affixed the seal of the said corporation this 28 day of November 08 `,a,NNIwI,M ,sugEryC' WESTERN SURETY COMPANY .W it w 4llllIININ��, Form F4280-7-2012 L. Nelson, Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On November 28th, 2018 before me Rosemarie Geiger (Here insert name and title ofthe officer) personally appeared David B. Sandiford , who proved to me on the basis of satisfactory evidence to be the person(e+whose nameje)-isA&Fe-subscribed to the within instrument and acknowledged to me that hefsheRhey executed the same in hisl4o4t4e4f-authorized capacity0es)-, and that by hisftrta°ret=signature on the instrument the person; or the entity upon beliaif of which the person{sr�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. ROSEMARIE GEIGER WITNESS my hand and official seal. Commission # 2101454 z :'s Notary Public - California z z Orange County n _ My Comm. Expires Feb 26, 2019 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATIO DE -SMI PFICN CE THE ATTACHED DOCUMENT' (Title or description of attached document) (Title or description of attached docurrent continued) Nbrrber of Pages Docurrlert Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) L1Corporate Officer (Title) ❑ Partner(s) ® Attorney -in -Fact [jTrustee(s) E]Other 2015 Version www.NotaryClasses.con) 800-673-586� N INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding nolarywording and, if needed, should be completed and attached to the document. A6.7towledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notaryto violate California notary law. MState and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. Ebate of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. Orhe notary public must print his or tier name as it appears within his or her commission followed by a comma and then your title (notary public). I]Print the names) of document signer(s) who personally appear at the time of notarization. Inndicate the correct singular or plural forms by crossing off incorrect forms (i.e. ke/she/tdwe - is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. [IThe notary seal impression must be clear and photographically reproducible. Impression must not cover teat or lutes. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment forth. MSignature of the notary public trust snatch the signature on file wilt the office of the county cleric. El Additional information is not required but could help to ensure this acknowledgment is not trisuse(I or attached to a different document. M Indicate title or type of attached document, number of pages and (late. Indicate the capacity claitned by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). QSecurely attach this document to the signed document with a staple. N`•' 34'72 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO AMENDED Certificate of Authority Tnis Is To CERTurY, That, pursuant to the Insurance Code of the State of California, WESTERN SURETY COMPANY of SIOUX FALLS, SOUTH DAKOTA , organized under the laws of SOUTH DAKOTA , subject to its Articles of Incorporation or other fundamental organizational documents. is hereb_u authorized to transact within this State_ subject to all provisions of this Certificate, the following classes of insurance: SURETY and LIABILITY as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tins CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WnWM WM=011, effective as of the ------- 21ST-__ ------- day of-_ ------ __ IARC)3_--_ __, 191.5_-, I have hereunto set my hand and caused my official seal to be affixed this --- 21ST-___ day of--- — MARCH_ - 19_Z 5 . Fee WESLEY J. KINDER Insurance Commisaoner Ree. No. Filed By C �G�iDeputV �f NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Fonts CB -3 ......... ,.,..w oar Q o.. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 � Cx t ^fX f 6 Sw S t t c s fs felt ftvt�CY l s C{in;{ cX cn 1 P s{ �CficX t�: fh c3cY iX [ c c`c st rc <c c MSC A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange On _ 11/28/18 before me, — Megan Featherston Notary Public Date Here Insert Name and Title of the Officer personally appeared _ Gennady Chizhik Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MEGAN FEATHERSTON WITNESS my hand and official seal. NotaryPublic- California Z a Orange County > Z Commission # 2182170 Signature P_N&j My Comm. Expires Feb 3, 2021 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer Title(s):- Partner — . Limited General Individual Attorney in Fact - Trustee _ Guardian or Conservator Other: Signer Is Representing: Number of Pages: Signer's Name: !_ Corporate Officer — Title(s): Partner — --] Limited - General Individual —-Attorney in Fact _ Trustee Guardian or Conservator C Other: Signer Is Representing: 02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an GMC Engineering, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten GMC Engineering, Inc. Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may GMC Engineering, Inc. Page C-3 review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. GMC Engineering, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 12/3/18 Dept./Contact Received From: Raymund Date Completed: 12/3/18 Sent to: Raymund By: Jan Company/Person required to have certificate: GMC Engineering Inc Type of contract: Other GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/18 — 10/1/19 A. INSURANCE COMPANY: Travelers Indemnity Company of CT B. AM BEST RATING (A- : VII or greater): A++ / XV C. ADMITTED Company (Must be California Admitted): B. Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must ❑ No D. include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City ADDITIONAL INSURED WORDING: ❑ N/A ® Yes its officers, officials, employees and volunteers): Is it G. PRIMARY & NON-CONTRIBUTORY WORDING: included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be ® N/A ❑ Yes ❑ No included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 10/1/18 — 10/1/19 A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A- : VII or greater) A++ / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A ® Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/1/18 —10/1/19 A. INSURANCE COMPANY: Insurance Company of the West B. AM BEST RATING (A--. VII or greater): A / XII C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM H. NOTICE OF CANCELLATION.- ADDITIONAL ANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ® Yes ❑ No ® Yes ❑ No $1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ❑ Yes ® No ® Yes ❑ No Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. City of Newport Beach BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 7224-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) NOTE. AWARD SHALL BE BASED ON THE LOWEST BASE BID AMOUNT PLUS THE ADDITIVE ALTERNATIVE BID ITEMS IDENTIFIED IN THIS BID (Lowest Total Bid Amount, Including Additive Alternative Items) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7224-1 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: w 551, Date — i W) -1 1-6219�- I0-�1 Bidder's Telephone and Fax Numbers a39el)\ A.13 Bidder's License No(s). and Classifications) Bidder 1A Bidder's Authorized Signature and Title lIiD1 Vgwnea-Av,, Ste. Bidder's Address Bidder's email address: C\ff)Y)d A O�qmo 61q ry--� PR -1 OINEEK RINGRt GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 4th of January, 2018, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, 'and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held in Tustin, California, on the 4" day of January, 2018; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 9 (714) 247-1040 • Fax (714) 247-1041 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 `I:AC_C`.t:(`n^.L`n.'^C�;Y'1c:C.cf�CC'�C:isi:.c:s'['.s:Y'e:u.Gt:6�C;�C.CG�IGY`.CC,i'Y'.�S;c!'. ."it(,'4�°-'P.LX`dyL'.Cy�.tY1(1:l:S:`S`,C`S.LY1t:.f3{ti�:EGff-.`.C�;�;L�'`£5�.4`ti<•'.C^v<St A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of_ Orange ) On 10/15/18 _ before me, Megan Featherston Notary Public Date Here Insert Name and Title of the Officer personally appeared ..__. _ Gennady Chizhik Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: . Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ----_._-_------_.__. _- Corporate Officer — Title(s): Partner — Limited - General Individual Attorney in Fact _ Trustee Guardian or Conservator .. Other: Signer Is Representing: _- Number of Pages: _ Signer's Name: Corporate Officer — Title(s): Partner — _-.I Limited — General - Individual Attorney in Fact Trustee Guardian or Conservator I- Other: Signer Is Representing: "ti•=! �--(%4G`t�4'`tF.`4L`4St:+.i9�.�C;cir,�6`C%Cik%C:r.:C:V':;wC: �.%C�`�:S`�bG�=C`r.<:+:Cki:<:cX:���CJCL`�t1e:(Sel:e.c;<=<>u:[.`i.CrC.4�f:�:r:c%l.Y;L`e<v.%Gc4`�":;�[:<;�'.�;c:(;c 02016 National Notary Association - www. National Notary. org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 'a? MEGAN FEATIiERSTON y T; s Notary "ob - California l r tReA11 'm 3_ Oram,�County > Commisson : 2182170 My Comm. Expires Fab 3, 2021 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 0 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: . Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ----_._-_------_.__. _- Corporate Officer — Title(s): Partner — Limited - General Individual Attorney in Fact _ Trustee Guardian or Conservator .. Other: Signer Is Representing: _- Number of Pages: _ Signer's Name: Corporate Officer — Title(s): Partner — _-.I Limited — General - Individual Attorney in Fact Trustee Guardian or Conservator I- Other: Signer Is Representing: "ti•=! �--(%4G`t�4'`tF.`4L`4St:+.i9�.�C;cir,�6`C%Cik%C:r.:C:V':;wC: �.%C�`�:S`�bG�=C`r.<:+:Cki:<:cX:���CJCL`�t1e:(Sel:e.c;<=<>u:[.`i.CrC.4�f:�:r:c%l.Y;L`e<v.%Gc4`�":;�[:<;�'.�;c:(;c 02016 National Notary Association - www. National Notary. org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach Page 1 BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENTS (C-7224-1), bidding on November 13, 2018 Printed 1113/2018 Bid Results Bidder Details Vendor Name GMC Engineering Inc. Address 1401 Warner Avenue Suite B Tustin, CA 92780 United States Respondee Gennady Chizhik Respondee Title President Phone 714-247-1040 Ext. Email gennady@gmceng.net Vendor Type License # CADIR Bid Detail Bid Format Electronic Submitted November 13, 2018 9:55:00 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 158974 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Submittal Bid Submittal C-7224-1 GMC Engineering Inc.pdf General Attachment Executed Bid Bond Newport Beach - Executed Bid Bond.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment BASE BID C-7224-1 (AWARD TO BE BASED ON LOWEST TOTAL BID AMOUNT (BASE BID + ADDITIVE ALTERNATIVE BID ITEMS) 1 Mobilization LS 1 $227,791.00 $227,791.00 2 Traffic Control LS 1 $50,000.00 $50,000.00 3 Surveying Services LS 1 $20,000.00 $20,000.00 4 Water Pollution Control LS 1 $5,000.00 $5,000.00 5 Roadway Excavation/Pavement Remonal CY 970 $20.00 $19,400.00 City of Newport Beach Page 2 BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENTS (C-7224-1), bidding on November 13, 2018 Printed 111312018 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Pavement Digouts SQFT 100 $100.00 $10,000.00 7 Remove Concrete Curb & Gutter LF 440 $35.00 $15,400.00 8 Remove Concrete Sidewalk and Curb Ramps SQFT 18500 $1.50 $27,750.00 9 Remove Driveway SQFT 2900 $4.20 $12,180.00 10 Remove Overhead Sign Structure and Foundation EA 1 $2,500.00 $2,500.00 11 Remove Block Wall at Jamboree Road (4' Maximum Height) LF 202 $50.00 $10,100.00 12 Structural Excavation at Retaining Wall #1 (Bayside Dr.) LS 1 $65,000.00 $65,000.00 13 Structural Excavation at Retaining Wall #2 (Jamboree Rd.) LS 1 $77,100.00 $77,100.00 14 Cold Mill Asphalt Pavement (2"Max.) SQFT 336000 $0.35 $117,600.00 15 ARHM Overlay (2") TON 4200 $93.00 $390,600.00 16 Construct Asphalt Concrete Pavement TON 730 $60.00 $43,800.00 17 Construct PCC Curb and Gutter (Type A per CONE, Std, Plan 182-L) LF 1400 $25.00 $35,000.00 18 Construct PCC Modified Curb (10") (Type B per CONB, Std. Plan 182-L) LF 1600 $23.20 $37,120.00 19 Construct PCC Sidewalk SQFT 20400 $5.05 $103,020.00 20 Construct PCC Curb Ramp (Modified Case I per CONB, Std. Plan 181 -L-A) EA 2 $3,425.00 $6,850.00 21 Construct PCC Curb Ramp (Case C per Caltrans Revised Std. Plan A88A) EA 7 $3,285.00 $22,995.00 City of Newport Beach Page 3 BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENTS (C-7224-1), bidding on November 13, 2018 Printed 1111312018 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 22 Construct PCC Curb Ramp (Case A per Caltrans Revised Std. Plan A88A) EA 2 $3,285.00 $6,570.00 23 Construct PCC Curb Ramp (Case B per Caltrans Revised Std. Plan A88A) EA 3 $3,425.00 $10,275.00 24 Construct Driveway (Type I per CONB, Std, Plan 162-L) SQFT 350 $7.35 $2,572.50 25 Construct Driveway (Type II per CONB, Std. Plan 161-L) SQFT 2200 $7.35 $16,170.00 26 Signing & Striping LS 1 $87,845.00 $87,845.00 27 Install Thermoplastic Pavement Enhancements (Median and Crosswalks) SQFT 20600 $13.70 $282,220.00 28 Replace Metal Railing LF 4 $500.00 $2,000.00 29 Structural Backfill - Retaining Wall #1 (Bayside Dr.) LS 1 $25,000.00 $25,000.00 30 Structural Backfill - Retaining Wall #2 (Jamboree Rd.) LS 1 $40,000.00 $40.000.00 31 Masonry Block Wall - Retaining Wall #1 (Bayside Dr.) per Detail on Sheet 20 LF 513 $177.50 $91,057.50 32 Masonry Block Wall - Retaining Wall #2 (Jamboree Rd.) per Detail on sheet 21 LF 200 $256.00 $51,200.00 33 Concrete Gutter - Retaining Wall #1 (Bayside Dr.) LF 513 $30.00 $15,390.00 34 Concrete Gutter - Retaining Wall #2 (Jamboree Rd.) LF 200 $30.00 $6,000.00 35 Clearing and Grubbing LS 1 $50,000.00 $50,000.00 36 Remove Tree EA 8 $950.00 $7,600.00 37 Furnish and Install Class "A" Topsoil (36" Min. Depth) CY 800 $70.00 $56,000.00 City of Newport Beach Page 4 BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENTS (C-7224-1), bidding on November 13, 2018 Printed 11'13,2018 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 38 Soil Preparation and Fine Grading SOFT 17500 $0.55 $9,625.00 39 Install Bench EA 1 $2,435.00 $2,435.00 40 Install Trash receptacle EA 1 $2,250.00 $2,250.00 41 Landscape Boulders LS 1 $7,500.00 $7,500.00 42 Landscape Wall (Interlocking Wall) LF 500 $115.00 $57,500.00 43 Irrigation System LS 1 $115,000.00 $115,000.00 44 Furnish and Install Trees (36" Box) EA 10 $700.00 $7,000.00 45 Furnish and Install Palm Tree EA 28 $1,250.00 $35,000.00 46 Furnish and Install Shrubs and Groundcover SQFT 14200 $2.00 $28,400.00 47 Furnish and Install 5 Gal. Vines EA 51 $25.00 $1,275.00 48 Furnish and Install 3" Thick Layer of Bark Mulch SQFT 17500 $0.65 $11,375.00 49 Furnish and Install Root Control Barrier LF 200 $8.00 $1,600.00 50 Maintenance, 90 day LS 1 $3,500.00 $3,500.00 51 Signal Modification (Bayside Dr/Jamboree Rd) LS 1 $256,917.00 $256,917.00 52 Loop Detection Modifications EA 22 $341.00 $7,502.00 53 Pedestrian Signal Modification (Mid -block Crossing) LS 1 $90,476.00 $90,476.00 City of Newport Beach Page 5 BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENTS (C-7224-1), bidding on November 13, 2018 Printed 11:13/2018 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 54 Temporaray Traffic Signal Wiring LS 1 $11,409.00 $11,409.00 55 Adjust Storm Drain Manhole to Grade EA 1 $975.00 $975.00 56 Adjust OCSD Sewer MH to Grade per Modified OCSD Std Plan S-055 EA 19 $1,500.00 S28,500.00 57 Adjust CONB Sewer MH to Grade EA 14 $975.00 $13,650.00 58 Adjust Water Valve to Grade EA 33 $775.00 $25,575.00 59 Relocate Fire Hydrant EA 1 $7,150.00 $7,150.00 60 Drainage Inlet (Type OS) EA 1 $7,880.00 $7,880.00 61 Modify Existing Drainage Inlet EA 2 $3,500.00 $7,000.00 62 Modify Storm Drain Lateral at Ret. Wall #1 per Detail on Sheet 20 EA 3 $6,450.00 $19,350.00 63 Bollards EA 7 $1,000.00 $7,000.00 64 Water Fountain EA 1 $8,500.00 $8,500.00 65 Provide As -built Plans (and DBE Certification if Applicable) LS 1 $10,000.00 $10,000.00 66 18" Storm Drain Repair at Marine Ave LS 1 $10,000.00 $10,000.00 67 24" Storm Drain Repair at EI Paseo & Bayside LS 1 $15,600.00 515,600.00 68 12" Storm Drain at Marine Ave LS 1 $46,700.00 $46,700.00 Subtotal $2,905,750.00 ADDITIVE ALTERNATIVE C-7224-1 (AWARD TO BE BASED ON LOWEST TOTAL BID AMOUNT (BASE BID + ADDITIVE ALTERNATIVE BID ITEMS) City of Newport Beach Page 6 BAYSIDE DRIVE AND JAMBOREE ROAD / MARINE AVENUE IMPROVEMENTS (C-7224-1), bidding on November 13, 2018 Printed 11/13/2018 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 69 Furnish and Install Palm Tree 394471 920 W. Foothill Blvd. Amount 11/27/2018 CADIR EA 10 $725.00 $7,250.00 70 Median Entpj Menumept $130,000.00 1000001051 The Patterson Company Masonry E-A 2 $2-54)00:00 $50-000,00 74 Stain an Orange, CA 92863 United States LS 1 $60-000 00 $500000 Subcontractors Name & Address Description License Num Martinez Concrete PCC 394471 920 W. Foothill Blvd. Amount 11/27/2018 CADIR Azusa, CA 91702 1000006160 $200,000.00 MBE,CADIR United States $130,000.00 1000001051 The Patterson Company Masonry 398409 P.O. Box 4158 Orange, CA 92863 United States All American Asphalt AC 267073 PO Box 2229 Corona, CA 92878 United States BC Traffic Specialist Signing/Striping 877686 638 W Southern Ave Orange, CA 92865 United States Mike Prlich and Sons, Inc. Storm Drain Point Repair 760474 5103 Elton Street Baldwin Park, CA 91706 United States KDC Inc., dba Dynalectric Electrical 550173 4462 Corporate Center Dr Los Alamitos, CA 90720 United States Starlight Surveying, Inc. Surveying 5848 17955 Sky Park Circle Suite F Irvine, CA 92614 United States Kato Landscape, Inc. Landscape/Irrigation 806122 18182 Bushard Street Fountain Valley, CA 92708 United States Shariden Design Asphalt Inc. Thermoplastic Pavement 760168 PO Box 285 Enhancements Alpine, CA 91903 United States Subtotal $'!07-;25440 $7,250.00 Total $3;0-113,099 09 $2,913,000.00 Council Awarded Amount 11/27/2018 CADIR Amount Type 1000006160 $200,000.00 MBE,CADIR 1000004398 $130,000.00 1000001051 $400,000.00 CADIR 1000005503 $87,845.00 1000006538 $35,000.00 1000001129 $366,000.00 1000014874 $20,000.00 1000000086 $200,000.00 1000010142 $282,220.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No. 72241 DATE: October 25, 2018 BY: ACTlrCI E NEER TO: ALL PLANHOLDERS //' The following changes, additions, deletions, or clarifications shall be made to the contract documents. All other conditions shall remain the same. BID OPENING DATE 1. The bid opening date shall be extended per this Addendum No. 1 to: November 8, 2018 at 11:00 AM, (Please be advised that a 217d Addendum will follow next week with substantive changes; the Addendum will also include changes to the Bid Items). Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. C. Bidder's Name Pleas�Pri' ) � C_125 11,3 Date ' Xq A Authorized Signature & itle Page 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT O�` SEW Pp�� J y� r, V low C`9 C / Fo ryta`� ADDENDUM NO. 2 BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS LOWRACT NO. 7224-1 DATE: ft -1 -11b BY: TO: ALL PLANHOLDERS ting"i Engineer The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. PROPOSAL (BID LINE ITEMS) The Bid Line Items list on PlanetBids has been updated. The following bid item quantities have been revised: Item No. 7 Remove Concrete Sidewalk and Curb Ramps (now Item No. 8), Item No. 17 Construct PCC Sidewalk (now Item No. 19), Item No. 35 Soil Preparation and Fine Grading (now Item No. 38). Other bid items have been revised as described below in Special Provisions. Note that specialty items designated by (S) will not count towards the 50% self -performance requirement. B. SPECIAL PROVISIONS: Add Special Provisions for Storm Drain System Repair / Rehabilitation (see attachment). Add Section 5-7 Adjustments to Grade, Section 7-8.8 Storm Drain Flow Bypass, Section 7-19 Storm Drain Flow By -Pass System, Section 201-8 Slurry Cement Backfill, Section 300-1.5 Solid Waste Diversion, Section 306-1 Open Trench Operations, and Section 500-1 Pipeline Rehabilitation. 2. Replace entirety of Section 9 — Measurement and Payment with the attachment. The following sections were revised: Page 2 of 5 a) Revised Item No. 5 into Items No. 5 and 6. b) Changed Item No. 6 to Item No. 7. c) Changed Item No. 7 to Item No. 8. d) Changed Item No. 8 to Item No. 9. e) Changed Item No. 9 to Item No. 10. D Changed Item No. 10 to Item No. 11. g) Revised Item No. 11 into Items No. 12 and 13. h) Changed Item No. 12 to Item No. 14. i) Changed Item No. 13 to Item No. 15. j) Changed Item No. 14 to Item No. 16. k) Changed Item No. 15 to Item No. 17. 1) Changed Item No. 16 to Item No. 18. m) Changed Item No. 17 to Item No. 19. n) Changed Item No. 18 to Item No. 20. o) Changed Item No. 19 to Item No. 21. p) Changed Item No. 20 to Item No. 22. q) Changed Item No. 21 to Item No. 23. r) Changed Item No. 22 to Item No. 24. s) Changed Item No. 23 to Item No. 25. t) Changed Item No. 24 to Item No. 26. u) Changed Item No. 25 to Item No. 28. v) Changed Item No. 26 to Item No. 29. w) Changed Item No. 27 to Item No. 30. x) Changed Item No. 28 to Item No. 31. y) Changed Item No. 29 to Item No. 32. Page 3 of 5 z) Changed Item No. 30 to Item No. 33. aa)Changed Item No. 31 to Item No. 34. bb)Changed Item No. 32 to Item No. 35. cc) Changed Item No. 33 to Item No. 36. dd)Changed Item No. 34 to Item No. 37. ee)Changed Item No. 35 to Item No. 38. ff) Changed Item No. 36 to Item No. 39. gg)Changed Item No. 37 to Item No. 40. hh)Changed Item No. 38 to Item No. 41. 11) �.11aiiyeu iiem ivo. 3y o item No. 41. jj) Changed Item No. 40 to Item No. 43. kk) Revised Item No. 41 into Items No. 44 through 49. ll) Changed Item No. 42 to Item No. 50. mm) Changed Item No. 43 to Item No. 51. nn)Changed Item No. 44 to Item No. 52. oo)Changed Item No. 45 to Item No. 53. pp)Changed Item No. 46 to Item No. 54. gq)Changed Item No. 47 to Item No. 55. rr) Revised Item No. 48 into Items No, 56 and 57. ss) Changed Item No. 49 to Item No. 58. tt) Changed Item No. 50 to Item No. 59. uu)Changed Item No. 51 to Item No. 60. vv) Changed Item No. 52 to Item No. 61. ww) Changed Item No. 53 to Item No, 62. xx) Changed Item No. 54 to Item No. 63. Page 4 of 5 yy) Changed Item No. 55 Median Entry Monument to Item No. 70 and moved to Additive Alternate. zz) Added Item No. 64 - Water Fountain. aaa) Changed Item No. 56 to Item No. 65. bbb) Changed Item No. 57 to Item No. 27. ccc) Changed Item No. 58 to Item No. 71. ddd) Added Item No. 66 - 18" Storm Drain Repair at Marine Ave. eee) Added Item No. 67 - 24" Storm Drain Repair at EI Paseo & Bayside. fff) Added Item No. 68 - 12" Storm Drain at Marine Ave. ggg) Added Item No. 69 Palm Trees to Additive Alternate. 3. Replace entirety of Section 303-7 Colored Concrete with the attachment. C. PLANS: 1. Revised plan sheets 4-8, 11, 27, 28, 34 and 35 (see attachment). 2. Added Storm Drain Repair plan sheet (Sheet 5 of 6 of Plans D -5391-S — see attachment). Bidders must sign this Addendum No. 2 and attach it to the bid proposal. 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. Bidder's Name Please Print) Date' Authorized Signature Title Page 5 of 5 Attachments: - Special Provisions for Storm Drain System Repair/ Rehabilitation - Section 9 — Measurement and Payment - Section 303-7 Colored Concrete - Updated plan sheets (Sheets 4-8, 11, 27, 28, 34 and 35) - Additional plan sheet for storm drain repairs (Sheet 5 of 6 of Plans D -5391-S) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS STORM DRAIN SYSTEM REPAIR / REHABILITATION ADDENDUM 2 OF C-7224-1 5-7 ADJUSTMENTS TO GRADE Add the following: "All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be Permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work." 7-8 WORK SITE MAINTENANCE 7-8.8 Storm Drain Flow Bypass "The Contractor shall bypass all storm drain flows during storm drain related construction operations, as required. The Contractor shall at all times be responsible for the operation of the temporary bypass storm drain system, including furnishing the necessary equipment and making arrangements to obtain power as required. Plans for bypassing shall be submitted by the Contractor to the Engineer for approval prior to construction. If at any time the temporary bypass storm drain system is damaged, it shall be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the Engineer. The Contractor shall respond to any damages or defects to the temporary bypass storm drain system within 30 minutes of discovery of such damages or defects. All costs associated with repair and replacement of the temporary bypass storm drain system shall be the sole responsibility of the Contractor." 7-19 STORM DRAIN FLOW BY-PASS SYSTEM Page 1 of 7 "The Contractor shall bypass all storm drain flows during storm drain related construction operations, as required. The Contractor shall at all times be responsible for the operation of the bypass system, including furnishing the necessary equipment and making arrangements to obtain power as required. If pumping is required, the Contractor shall provide redundant pumping capabilities to remain on site if the primary system fails. Primary bypass system and backup bypass systems shall be designed to handle 120 percent of the peak flow as specified by the City. The effluent level in the bypass pumping manhole shall not be allowed to rise more than 1 foot above the crown of the incoming storm drain pipe. Plans for bypassing shall be submitted by the Contractor to the Engineer for approval prior to related construction activity, allowing at least 10 working days for review and return of comments. Approval by the Engineer does not in any way relieve the Contractor of its responsibilities provided for in this section of any public liability under this Contract. If at any time the bypass system is damaged, it shall be the Contractor's responsibility to repair and replace any damaged or destroyed section to the satisfaction of the Engineer. The Contractor shall respond to any damages or defects to the bypass system within 30 minutes of discovery of such damages or defects. All costs associated with repair and replacement of the bypass system shall be the sole responsibility of the Contractor." 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. A Install 18 -Inch CMP Storm Drain "Point Repair" Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a 18 -inch CMP to match existing storm drain pipe and grade; removal of any obstructions, including concrete; installation of 18 -inch CMP angled pipe with collars; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, sidewalk, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Item No. B Install 24 -Inch CMP Storm Drain "Point Repair" Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a 24 -inch CMP with pipe collars to match existing storm drain pipe and grade; protecting Page 2 of 7 existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Item No. C Install 12 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a 12 -inch SDR 35 PVC pipe inside an existing 18 -inch Corrugated Metal Pipe while maintaining a positive flow line; grouting of entire annular space between new pipe and host pipe; grout sealing at the catch basin and sea wall outlet; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, sidewalk, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. 201-8 SLURRY CEMENT BACKFILL 201-8.1 General The Contractor shall fill the voids in the materials below the invert of the storm drain as specified in 500-1.14 Void Filling. Slurry cement backfill shall be a fluid workable mixture of aggregate, cement, and water. 201-8.2 Materials Aggregate. The aggregate must be one of the following: 1. Commercial -quality concrete sand 2. Excavated or imported material in any combination, free of organic material and other deleterious substances and complying with the gradation requirements shown in the following table: Sieve Size Percentage Passing 1-1/2" 100 1" 80-100 3/4" 60-100 3/8" 50-100 No. 4 40-80 No. 100 10-40 Cement. Portland cement must comply with ASTM C150, except the C3S content of Type 11 cement must not exceed 65 percent. Blended cement must comply with portland blast-fumace slag cement, Type IS (MS), or portland-pozzolan cement, Type IP (MS), specified in AASHTO M 240, except: Page 3 of 7 1. Maximum limits on pozzolan content do not apply 2. Blended cement must be composed of Type II or V cement and SCM produced by one of the following methods: a. Intergrinding of portland cement clinker and granulated blast furnace slag, GGBFS, or pozzolan b. Blending of Portland cement and either GGBFS or finely divided pozzolan C. Combination of intergrinding and blending Types II and V Portland cement must comply with the following: 1. Alkali content must not exceed 0.60 percent by mass of alkalies as Na20 + 0.658 K20 when determined under AASHTO T 105. 2. Autoclave expansion must not exceed 0.50 percent. Water. The water must be free from oils, salts, and other impurities that adversely affect the backfill. Proportion slung cement backfill by weight or volume. The backfill must contain at least 188 pounds of cement per cubic yard and enough water to produce a fluid workable mix that flows and can be pumped without segregation during placement. 201-8.3 Mixing Mix materials thoroughly by machine. Use a pugmill, rotary drum, or other authorized mixer. Mix until cement and water are thoroughly dispersed. 300-1 CLEARING AND GRUBBING 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation 306-1.1.5 Removal and Replacement of Surface Improvements Page 4 of 7 Add to this section: "All storm drain trenching and resurfacing shall be per the City's Standard Drawings STD -105 -L -B, STD -105 -L -C, STD -105 -L -D, STD -105 -L -F and STD - 106 -L. Street improvements along Marine Avenue, EI Paseo Drive and Bayside Drive shall be per the City's Moratorium requirements. For areas where the existing pavement consists of asphalt rubberized hot mix (ARHM), ARHM shall be used for replacement. However, for areas less than 1,000 square feet, conventional asphalt may be used. 306-1.1.6 Bracing Excavations Add the following: "Unless otherwise provided in the specifications, no payment will be made for trench shoring. The cost thereof shall be considered as included in the bid price for the construction or installation of the items to which such is required, incidental or appurtenant. Said cost shall include full compensation for all required labor, materials, and performing all work as specified to brace excavations or provide an equivalent method for protection of workers per Section 6707 of the California Labor Code. No other measurement or additional compensation will be allowed therefore. The Contractor shall use shoring complying with the CAL/OSHA construction safety orders for constructing the work shown on the Plans." 306-1.2 Installation of Pipe 306-1.2.1 Bedding Add to this section: Pipe bedding shall conform to the City's Standard Drawing STD -106- L and as modified per these specifications. Bedding material shall be clean, well graded, imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90 percent and shall be a minimum thickness of twelve (12) inches." 306-1.3 Backfill and Densification Add to this section: "Backfill material shall conform to the City's Standard Drawing STD - 106 -L." 500-1 PIPELINE REHABILITATION 500-1.1 Requirements 500-1.1.1 General Page 5 of 7 Add the following: "The Contractor shall field verify the existing pipe's diameter at the manholes and lengths prior to ordering liner materials. The Contractor shall notify the Engineer of any discrepancies between information obtained in the field and project specifications." 500-1.1.4 Cleaning and Preliminary Inspection Delete the second paragraph and replace with the following: "The Contractor shall assume that the pipes require normal cleaning (two to three passes). If the Engineer orders additional cleaning, the cost for the additional cleaning shall be paid per subsection 3-3." Add to this section: "Water shall be provided as defined in section 7-1.2. Water used for flushing during the cleaning operations shall be piped or conveyed into the storm drain or sewer system. The water shall not be allowed to flow onto any portions of streets or pedestrian travel way, or directly into Newport Bay. The Contractor shall use a vacuum truck or approved equal to pick-up all debris before it can continue downstream for the following storm drains: 1. Object ID: 3006 2. Object ID: 5432 The Contractor shall dispose of all debris removed from the pipeline, in accordance with current applicable regulations. Any hazardous waste material encountered during the project shall be considered as a changed condition in accordance with 3-4." 500-1.1.7 Miscellaneous Change (c) to read: "(c) Access/Insertion Pits. Access pits excavated in paved streets shall be covered with steel plates until resurfacing has been completed. The steel plates may be removed during the work hours at locations where entry is required but shall be replaced at the end of the work day. The plates shall be of a type that will support all types of vehicular traffic at the work location; and shall be recessed to prevent displacement of the plate by traffic vibration. The steel plate shall overlap the maximum dimensions of any excavation to provide a minimum of 12 -inches of bearing support between the pavement surface and the plate. To prevent inflow of surface water and excessive vibration, the Contractor shall place and maintain a berm of temporary resurfacing material, equal to the thickness of the steel plate, around the entire perimeter. The berms shall be maintained daily and a stockpile of temporary resurfacing material shall be available at the job site during the entire period that plates are in use. The installation of steel plates shall in no way relieve the Contractor from the responsibility of installing proper and adequate barricades and warning devices adjacent to and around the excavations." Page 6 of 7 500-1.2 Pipeline Point Repair/Replacement Add to the following: "The Contractor shall use the following pipe types at the specified location: Location Marine Avenue — Object ID #3006 EI Paseo Avenue — Object ID #5432 500-1.4 Cured -In -Place Pipe Liner 500-1.4.1 General Corrugated Metal Pipe (host pipe) Corrugated Metal Pipe Add to this section: "Where host pipe is severely damaged and open trench repair is not an option, install a smaller sized PVC plastic pipe. Pipe and repair materials shall comply with Section 207 for type and class required." 500-1.5 PVC Pipe Lining System 500-1.5.7 Annular Space Grouting Add to this section: "Annular space grouting shall conform to ASTM F1741, Section 6.5. Structural grout shall be used for annular space grouting where PVC plastic pipe is used in place of Cured -In -Place Pipe Liner, as shown on the Plans. A structural grout mix design shall be submitted to the Engineer in accordance with 2-5.3 Submittals and shall have a minimum compressive strength of 5,000 pounds per square inch (34.5 MPa) in 28 Days when tested in accordance with ASTM 39. The submittal shall include the data listed in 500-3.1.10 Submittals and Required Calculations, subparagraphs "a" through "j", "I", and "o", for structural grout. The entire annular space shall be grouted. Grout penetration shall be verified by the Contractor. The method verifying the penetration of the grout shall be submitted to the Engineer in accordance with 2-5.3 Submittals." Page 7 of 7 Replace entire Section 9-3 Payment with the following: 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing four CMBs and updating messages on the CMBs as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 4 Water Pollution Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for implementing the water pollution control plan as required by these specifications. Item No. 5 Roadway Excavation/Pavement Removal: Work under this item shall include sawcutting, removing, and proper disposal of the existing asphalt concrete paving, and all other work items as required for performing the work complete and in place. Paving shall be sawcut per plans or as directed by the Engineer. Item No. 6 Pavement Repair Digouts: Work under this item shall include sawcutting, removing, and proper disposal of the existing asphalt concrete paving, and all other work items as required for performing the work complete and in place. Location of digouts shall be identified in the field and approved by the Engineer prior to sawcutting and removal of paving. Item No. 7 Remove Curb $ Gutter: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. curbs and gutter and all other work items as required for performing the work complete and in place. Curbs and gutter shall be sawcut at the nearest joint. Item No. 8 Remove Sidewalk and Curb Ramps: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. sidewalk, curb ramps, retaining curbs, repairs to private improvements impacted by systems, plants, shrubs, sod, etc. and all other work items as required for performing the work complete and in place. Sidewalk shall be sawcut at the nearest joint. Contractor shall complete all private property repairs within five (5) working days of PCC installation. Item No. 9 Remove Driveway: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. driveways, repairs to private improvements impacted by systems, plants, shrubs, sod, etc. and all other work items as required for performing the work complete and in place. Sidewalk shall be sawcut at the nearest joint. Contractor shall complete all private property repairs within five (5) working days of PCC installation Item No. 10 Remove Overhead Sign Structure and Foundations: Work under this item shall include removing, and proper disposal of the existing overhead sign structure and associated foundations (to three (3) feet below finished grade) and all other work items as required for performing the work complete and in place. Work shall also include sawcutting, removal and disposal of sidewalk and/or curb and gutter, backfilling and compaction of removed foundations, and reconstruction of sidewalk and/or curb and gutter. Item No. 11 Remove Block Wall (4' Max height): Work under this item shall include removal of existing block wall and foundation and proper disposal and all other work items as required for performing the work in place. Item No. 12-13 Structural Excavation (Retaining Wall #1 and #2): Work under this item shall include all labor, tools, equipment, perform all work necessary to excavate, grade, support/brace and proper disposal of the excess fine excavation for the retaining walls. The structural excavation for Retaining Wall #1 (Bayside Drive) shall include the over excavation under the wall footing per plans and as recommended by the Geotechnical Report. The Contractor shall stockpile excavated material to use as backfill and properly dispose of excess material as necessary. Item No. 14 Cold Mill AC Pavement (2" max.) Work under this item shall include grinding existing asphalt concrete pavement, removal and proper disposal of AC material, installation, removal and proper disposal of temporary asphalt concrete for transition between pavement sections, repair of damaged improvements and all other work items required for performing the work complete and in place. Item No. 15 2" Asphalt Rubber Hot Mix (ARHM) Overlay: Work under this item shall include installing crack sealing, furnishing and installing variable depth ARHM overlay, compaction and all other work items required for performing the work complete and in place. Rem No. i6 Consiruci Asphait Concrete Base raving: Work under this item shall include subgrade compaction, furnishing, installing and compacting base course asphalt concrete pavement, and all other work items required for performing the work complete and in place. Item No. 17 Construct PCC Curb & Gutter Type "A" (Variable Height): Work under this item shall include, grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing P.C.C. curb and gutter, AC patch back, re - chiseling of curb face for existing underground utilities, restoring all existing public and private improvements damaged by the work, and all other work items as required for performing the work complete and in place. P.C.C. curb and gutter constructed within City right of way shall be Type "A" per City Standard STD -182-L. Item No. 18 Construct PCC Modified Curb Type `B' (10"): Work under this item shall include, grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "B" P.C.C. curb and gutter per City Standard STD - 182 -L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 19 Construct 4" Thick PCC Sidewalk: Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction, constructing, 4 -inch thick P.C.C. sidewalk over 2 -inch base material per City Standard STD -180-L, adjusting pullboxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, irrigation, plants, and all other work items required for performing the work complete and in place. Items No. 20-23 Construct PCC Curb Ramps and Retaining Curbs: Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb, per plan, complete with raised truncated domes and all other work items required for performing the work complete and in place. Curb ramps within City right of way shall be in accordance with City Standard STD -181- L and Caltrans Revised Standard Plan A88A. Raised truncated domes within curb ramps shall be Wasau Tiles, ADA -2 Type and A-90 Color, or approved equal. Items No. 24-25 Construct PCC Driveway Approach (Type I and II): Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction, constructing P.C.C. commercial driveway per City Standard Plans STD -1 61-L and STD -162-L, curb and gutter, restoring all public and private improvements impacted by the work, and all other work items required for performing the work complete and in place. Contractor shall coordinate work with the impacted businesses to provide acceptable access to the property. Driveway approaches may require phased construction. Work shall also include removal and reconstruction of pavement on private property as detailed on the plans. Driveway replacements shall be completed and opened within five (5) calendar days. Item No. 26 Signing and Striping: Work under this item shall include installation of striping and all other work items as required to complete the work in place. Work under this item shall also include painting of all existing red, green and white curb on Bayside Drive, Jamboree Road and Marine Avenue. This items includes the pavement markers associated with each of the type of traffic stripe types, per plan. Work under this item shall include installation of pavement markings and striping and all other work items as required to complete the work in place. Work under this item shall also include painting the green paint as a background to the "bike lane" pavement markings. Work under this item shall include furnish and installation of roadside signs (single post, double post and saddle and bracket) and all other work items as required to complete the work in place. Work under this item shall include removal of existing, conflicting striping, pavement marking and signs. Item No. 27 Furnish and Install Thermoplastic Pavement Enhancements for Crosswalks and Medians Pavement: Work under this item shall include but not limited to, furnishing and installing the thermoplastic pavement markings at crosswalks and medians as shown on plans, transportation, delivery, storage, placement, and all other materials as required to complete the work in place. The specifications for the thermoplastic pavement enhancement is per Section 314-5 and Appendix D of these specifications. The asphalt pavement of which the thermoplastic markings are installed on is not included in this item, the payment for the asphalt is per bid item 13. Item No. 29 Replace Metal Railing: Work under this items shall include the materials, labor and requirements for the replacement of the metal railing in-kind, per plan. Item No. 29-30 Structural Backfill (Retaining Wall #1 and #2): Work under these items shall include the materials, labor and requirements for the soil mitigation backfill, under the footing for retaining wall #1 (Bayside Drive) only. Per Standard Specifications and as required by the Project Geotechnical Report. All other retaining wall backfill shall be native material excavated from stockpiles. No additional payment shall be provided for non -imported backfill. Items No. 31-32 Masonry Block Wall (Retaining Wall #1 and #2): Work under these iiems shaii include all materials, the cost of all labor, tools, equipment to perform all work necessary to grade, form, place required steel reinforcement, construct concrete footing, construct masonry unit (CMU) wall stem, and furnish and install drainage system behind the retaining wall, backfill and all other work items as required to complete work in place. Material Specifications for the wall materials are per Caltrans Standard Specifications in Appendix A. The contract unit price per Linear Foot shall include all items of work described herein and no other compensation shall be provided for the construction of the retaining walls, excluding the structural excavation necessary and the imported backfill require for Retaining Wall #1. Items No. 33-34Concrete Gutter (Retaining Wall #1 and #2): Work under these items shall include, grading, compacting subgrade, constructing wall concrete gutter and outlet drainage pipe per Standard Plans for Public Works Construction, Standard Plan No. 617-3 and all other work items as required for performing the work complete and in place per plan. Item No. 35 Clearing and Grubbing: Work under this item shall include removing all brush, vegetation and roots and other objectionable material as required by the plan improvements and as directed by the Engineer from the construction area, and all other work items as required for performing the work complete in place. Item No. 36 Remove Tree: Work under this item shall include removing and proper disposal of existing trees and all other work items as required for performing the work complete and in place. Roots shall be removed to a depth of at least 24 -inches below finished grade. Item No. 37 Furnish and Install 36" Minimum Depth Class 'A' Import Topsoil: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transportation, delivery, placement of 36" minimum depth Class 'A' topsoil, grading, sample and testing, and all other work items as required to complete the work in place. Depth of material required shall be from native subgrade to finished grade. Item No. 38 Soil Preparation and Fine Grading: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for preparing the soil for two (2) cycles of grow and kill weed abatement, which may include furnishing and applying herbicides, irrigation, fertilization, and all other work items as required to complete the work in place. Item No. 39 Furnish and Install Bench: Work under this item shall include but not limited to, furnishing and installing bench, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 40 Furnish and Install Trash Receptacle: Work under this item shall include but not limited to, furnishing and installing trash receptacle, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 41 Furnish and Install Landscape Boulders: Work under this item shall include but not limited to, the cost of all labor, equipment and materials, furnishing and installing rock boulder, transportation, delivery, storage, removal of excess soil from site, placement, and all other items as required to complete the work in place. Item No. 42 Furnish and Install Concrete Block Landscape Wall: Work under this item shall include but not limited to, furnishing and installing modular block wall, transportation, delivery, storage, placement, and all other materials as required to complete the work in place. Item No. 43 Furnish and Install Automatic Irrigation System: Work under this item shall include but not limited to, furnishing and installing irrigation equipment and materials including piping, valves, heads, fittings, delivery, storage, placement, and all other items as required to complete the work in place. All materials shall conform to City's irrigation material list available from the City. Work under this item shall also include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing irrigation sleeves, excavation/trenching, backfill, trench repair per City standards and requirements, and all other items as required to complete the work in place. Length of sleeve and pipe diameters are as shown on plans, and as applicable to each plan location. Item No. 44 Furnish and Install 36" Box Tree: Work under this item shall include, but not limited to, furnishing and installing 24" box tree, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Item No. 45 Furnish and Install Palm Trees: Work under this item shall include, but not limited to, furnishing and installing palm trees, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place as shown in the plans and these specifications. Item No. 46 Furnish and Install 1 gallon and 5 Gallon Shrub and Groundcover: Work under this item shall include, but not limited to, furnishing and installing 1 gallon shrubs and groundcovers, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Item No. 47 Furnish and Install 5 Gallon Vine: Work under this item shall include, but not limited to, furnishing and installing 5 gallon vines, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to compieie the work in piace. Item No. 48 Furnish and Install 3" Thick Layer of Mulch: Work under this item shall include, but not limited to, furnishing and installing 3" deep layer of shredded fir bark mulch, transportation, delivery, storage, placement, and other items as required to complete the work in place. Item No. 49 Furnish and Install Root Control Barrier: Work under this item shall include but not limited to, all labor and materials related to root pruning and disposing per section 308-1, providing and installing new tree root barriers, removing and disposing of excess soil, and all other work required to complete the work in place. All utilities or other improvements damaged by the work, including, but not limited to, street light conduits and wires and private irrigation lines, shall be immediately repaired at the Contractor's expense and no additional compensation shall be made. Item No. 50 Provide 45 -Day Plant Establishment Period and 45 -Day Plant Maintenance Period: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision and all other items necessary to establish and maintain the landscaping for the entire maintenance period. Item No. 51 Traffic Signal Modification — Bayside Drive/Jamboree Road: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the specified intersection per the Plans, the Special Provisions and Supplemental. Work also includes detector loop installation as shown in the traffic signal modification plan. Work shall include fiberoptic cable testing prior to removal and after final connection. Item No. 52 Loop Detection Modifications: Work under this item shall include all labor, tools, equipment and material costs to remove and replace traffic signal detector loops (lead loops shall be per City of Newport Beach STD. 923-L-A and STD 923-L-B), make electrical connections and wirings to existing pullboxes, test, calibrate the new signal loop detectors, and all other work items as required to complete the work in place as shown on the loop replacement plan. Item No. 53 Pedestrian Signal Modification — Mid-block Crossing: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal including furnishing and installing LED fixtures at the specified intersection per the Plans, the Special Provisions and including Supplemental. Item No. 54: Bayside Drive at Jamboree Road Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Bayside Drive at Jamboree Road/Marine Avenue intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 55 Adjust Storm Drain Manhole to Grade: Work under this item shall include lower before and raising after paving operations, of all existing City manhole frames and covers in accordance with City STD-111-L, and all other work items as required to complete the work in place. Manhole frames and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 56-57 Adjust CONB and Modified OCSD Sewer Manhole to Grade: Work under this item shall include adjusting the existing sewer manholes to finished grade in accordance with City of Newport Beach Standards and OCSD standards and requirements, and all other standard requirements, and all other work items as required to complete the work in place. Manhole frames and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Modify the OCSD Standard Plan S-055 with the AC layer to be placed around the manhole to be 2" AC layer. All frames and covers for OCSD Sewer manholes will be replaced and supplied by OCSD. (OCSD standard plans included in Appendix C) New City manhole frame and covers shall be provided by the Contractor. Contractor is required to use AYALA ENGINEERING for all work associated with OCSD manholes. Contact Ricardo Ayala at (714) 823-7179 or email at ricardo &,ayalaenaineerina.com. Item No. 58 Adjust Water Valve Boxes and Covers to Grade: Work under this item shall include lower before and raising after paving operations, of all existing valve boxes and covers in accordance with City standards, and all other work items as required to complete the work in place. Boxes and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 59 Relocate Fire Hydrant: Work under this item shall include removal of existing fire hydrant, furnishing and installing new fire hydrant in-place in accordance with City standards, per City Standard 500-L and all other work items as required to complete the work in place including pipeline modifications. Item No. 60 Reconstruct Drainage Inlet (Type OS): Work under this item shall include the removal and disposal of existing inlet, removal of conflicting portions of existing storm drain pipe, installation of new drainage inlet per City of Newport Beach Standard 306-L, local depression per City of Newport Beach Standard 304-L, excavations, labor, tools and all other work items required for performing the work complete and in place. Item No. 61 Modify Existing Drainage Inlets: Work under this item shall include the removal of portion of the existing inlets and conflicting sidewalk to the nearest joint, modifications to the inlet, construction of sidewalk adjacent to modified inlets per plan details, curb and gutter as needed, labor, tools and all other work items required for performing the work complete and in place. Item No. 62 Modify Storm Drain Laterals at Ret. Wall: Work under this item shall include the modification of the existing storm drain lateral under retaining wall #1 and shall include the removal of conflicting portions of the existing storm drain pipe, new 12" RCP pipe and concrete collars at the joints and other equipment, labor, tools and all other work items required for performing the work complete and in place. Item No. 63 Bollards: Work under this item shall include the removal of the existing bollards and installation of premanufactured square bollards per Wasu Manufacturer, Model No.TF6004W22 or approved equal, and also include all labor, tools and all other work items required for performing the work complete and in place. Item No. 64 Water Fountain: Work under this item shall include the removal of the existing water fountain, furnish and install new water fountain manufactured by Elkay, LK4420BFl LDBEZH2O Outdoor bi-level, pedestal, ADA, Non -refrigerated or approved equal, and also include all labor, tools and all other work items required for installing in place. Item No. 65 Provide As -Built Plans (and DBE Certification if applicable). Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. Item No. 66 Install 18 -Inch CMP Storm Drain "Point Repair" Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a 18 -inch CMP to match existing storm drain pipe and grade; removal of any obstructions, including concrete; installation of 18 -inch CMP angled pipe with collars; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, sidewalk, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Item No. 67 Install 24 -Inch CMP Storm Drain "Point Repair" Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a 24 -inch CMP with pipe collars to match existing storm drain Dioe and grade: nrnterting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. Item No. 68 Install 12 -Inch SDR 35 Polyvinyl Chloride (PVC) Pipe Including Bedding, Backfill, and Trench Resurfacing: Work under this item shall include, but not be limited to, providing all the necessary labor, equipment, and materials for installing a 12 -inch SDR 35 PVC pipe inside an existing 18 -inch Corrugated Metal Pipe while maintaining a positive flow line; grouting of entire annular space between new pipe and host pipe; grout sealing at the catch basin and sea wall outlet; protecting existing utilities; backfilling and compacting excavation; temporary patching or trench plates; restoring roadway, parkway, sidewalk, curb and gutter, pavement striping, markings and markers, and all existing improvements damaged by the work; and all other work items as required for performing the work complete and in place. ADDITIVE ALTERNATIVE BID ITEMS: Item No. 69 Furnish and Install Palm Trees: Work under this item shall include, but not limited to, furnishing and installing palm trees, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place as shown in the plans and these specifications. Item No. 70 Median Entry Monument: Work under this item shall include fabrication and installation of the entry monument located in the median and shall also include all labor, tools and all other work items required for performing the work complete and in place. The design of the monuments shall be provided by the City. Item No. 71 Stain and Seal PCC Sidewalk: Work under this item shall be performed by shall be performed by Fox Painting Contractor (949.922.9027) and shall include but not limited to, the cost of labor, equipment and materials to clean, stain and seal new sidewalk areas, and all other work items required to complete the work in place. Replace entire Section 303-7 Colored Concrete with the following: Section 303-7 Colored Concrete Colored concrete shall be produced by cleaning, staining and sealing new concrete sidewalk. Stain to match existing sidewalk. Product, color and sample to be submitted to and approved by the Engineer before painting any concrete. The work shall be performed by Fox Painting Contractor (949-922-9027). CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS Contract No.7224-1 DATE: November 5, 2018 BY: TO: ALL PLANHOLDERS AC ING C ENGINEER The following changes, additions, deletions, or clarifications shall be made to the contract documents. All other conditions shall remain the same. BID OPENING DATE The bid opening date shall be extended per this Addendum No. 3 to. November 13, 2018 at 10:00 AM. Bidders must sign this Addendum No. 3 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. - M(:, i", � 14 L . Bidder's Name '( lease Printf' ii Date Authorized Signature & itle C-7224-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS CONTRACT NO. C-7224-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PI AN; AND SPFCIFICATIONC 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 4 4 4 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 5 6-7.1 General 6 6-7.5 Sequence of Construction 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 8 8 C-7224-1 7-1.2 Temporary Utility Services 8 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 8 7-8.4 Storage of Equipment and Materials 8 7-8.4.2 Storage in Public Streets 8 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-10 SAFETY 9 7-10.3 Haul Routes 9 7-10.4 Safety 9 7-10.4.1 Work Site Safety 9 7-10.5 Security and Protective Devices 10 7-10.5.3 Steel Plate Covers 10 SECTION 9 - MEASUREMENT AND PAYMENT 10 9-2 LUMP SUM WORK 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment. 18 PART 2 - CONSTRUCTION MATERIALS 18 SECTION 200 — ROCK MATERIALS 18 200-2 UNTREATED BASE MATERIALS 19 200-2.1 General 19 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 19 201-1 PORTLAND CEMENT CONCRETE 19 201-1.1 Requirements 19 201-1.1.2 Concrete Specified by Class and Alternate Class 19 201-2 REINFORCEMENT FOR CONCRETE 19 201-2.2 Steel Reinforcement 19 201-2.2.1 Reinforcing Steel 19 202-2 CONCRETE BLOCK 19 201-2.2 Masonry Units. 19 201-2.2.1 Split Face (Concrete Masonry Unit) CMU 19 SECTION 203 — BITUMINOUS MATERIALS 19 203-5 SLURRY SEAL 19 203-5.1 General 19 203-5.4 Emulsion -Aggregate Slurry (EAS) 19 203-5.4.1 General 20 203-5.4.2 Materials 20 203-6 ASPHALT CONCRETE 20 203-6.5 Type III Asphalt Concrete Mixtures 20 SECTION 214 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 20 214-4 PAINT FOR STRIPING AND MARKINGS 20 214-4.1 General 20 214-6 PAVEMENT MARKERS 20 214-6.3 Non -Reflective Pavement Markers 20 214-6.3.1 General 20 214-6.4 Retroreflective Pavement Markers 21 C-7224-1 214-6.4.1 General 21 SECTION 215 - TRAFFIC SIGNS 21 PART 3 - CONSTRUCTION METHODS 21 SECTION 300 - EARTHWORK 21 300-1 CLEARING AND GRUBBING 21 300-1.3 Removal and Disposal of Materials 21 300-1.3.1 General 21 300-1.3.2 Requirements 22 SECTION 302 - ROADWAY SURFACING 22 302-5 ASPHALT CONCRETE PAVEMENT 22 302-5.1 General 22 302-5.8 Manholes (and Other Structures) 22 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 22 302-6.7 Traffic and Use Provisions 22 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 23 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 24 DRIVEWAYS 23 303-5.1 Requirements 23 303-5.1.1 General 23 303-5.5 Finishing 23 303-5.5.2 Curb 23 303-5.5.4 Gutter 23 303-7 COLORED CONCRETE 23 303-7.1 General 23 SECTION 314 —TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 24 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 24 314-2.1 General 24 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 24 314-4.1 General 24 314-4.2 Control of Alignment and Layout 24 314-4.2.1 General 24 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 24 314-4.4.1 General 24 314-4.4.2 Surface Preparation 25 314-5 PAVEMENT MARKERS 25 314-5.1 General 25 314-5.1.1 General: Preformed Thermoplastic Asphalt Pavement Marking 25 SECTION 315 - TRAFFIC SIGN INSTALLATION 25 PART 6 — TEMPORARY TRAFFIC CONTROL 25 SECTION 600 - ACCESS 26 600-1 GENERAL 26 600-2 VEHICULAR ACCESS 26 600-3 PEDESTRIAN ACCESS 26 SECTION 601— WORK AREA TRAFFIC CONTROL 27 601-1 GENERAL 27 601-2 TRAFFIC CONTROL PLAN (TCP) 27 C-7224-1 PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 28 SECTION 701— CONSTRUCTION 28 701-17 TRAFFIC SIGNAL CONSTRUCTION 28 701-17.6 Detectors 28 701-17.6.3 Inductive Loop Detectors 28 PART 8 — LANDSCAPING AND IRRIGATION 28 SECTION 800 - MATERIALS 28 800-1 LANDSCAPING MATERIAL 28 800-1.1 Topsoil 28 800-1.1.1 General 28 800-1.2.3 Commercial Fertilizer. 29 800-1.2.4 Organic Soil Amendment. 29 800-1.2.5 Mulch. 30 800-1.3 Seed. 30 800-1.4 Plants 30 800-1.4.2 Trees. 32 800-1.4.2(a) Palm Trees 32 Palms Selection and Inspection 32 800-1.5 Headers, Stakes, and Ties 33 800-1.6 Root Barrier 34 SECTION 800-2 IRRIGATION SYSTEM MATERIALS 34 800-2.1 Pipe and Fittings 34 800-2.2 Valves and Valve Boxes 34 800-2.4 Sprinkler Equipment. 35 800-2.5 City Standard Irrigation Hardware. 35 800-4 Site Furnishings 35 800-4.1 General 36 800-4.2 Bench 36 800-4.3 Trash Receptacle 36 800-4.4 Landscape Boulders 37 Add Section: 37 800-5 Concrete Block Landscape Wall 37 SECTION 801- INSTALLATION 37 801-1 General 37 801-2 EARTHWORK AND TOPSOIL PLACEMENT 39 801-2.1 General 39 801-2.2.2 Fertilizing and Conditioning Procedures. 40 801-4 PLANTING 40 801-4.5 Tree and Shrub Planting 40 801-4.5.1 Palm Planting 40 801-4.6 Plant Staking and Guying 42 801-4.8 Site Furnishing 42 801-4.9 Concrete Block Landscape Wall 43 801-5 IRRIGATION SYSTEM INSTALLATION 44 801-5.1 General. 44 801-5.3 Irrigation Pipeline Installation 45 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment. 46 801-5.5 Sprinkler Head Installation and Adjustment 47 801-5.6 Automatic Control System Installation. 47 801-5.7 Flushing and Testing 48 C-7224-1 801-6 MAINTENANCE AND PLANT ESTABLISHMENT. 801-6.1 Charts, Manuals, and Drawings. 801-6.2 Guarantees APPENDIX A STRUCTURAL SPECIAL PROVISIONS SUPPLEMENTAL APPENDIX B — TRAFFIC SIGNAL SPECIAL PROVISIONS SUPPLEMENTAL APPENDIX C — STANDARD PLANS (NON -CITY STANDARDS) APPENDIX D — PREFORMED THERMOPLASTIC PAVEMENT MARKING SUPPLEMENTAL APPENDIX E — GEOTECHNICAL REPORTS [V] 48 50 51 C-7224-1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BAYSIDE DRIVE AND JAMBOREE ROAD/MARINE AVENUE IMPROVEMENTS CONTRACT NO. C-7224-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -6088-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess an "A" license. In addition, all Landscape and Irrigation improvements shall be completed Page 1 of 57 C-7224-1 by a Landscape Contractor or Subcontractor with a current "C-27" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of distributing construction notices to existing businesses and residents, construction surveying, removing existing sidewalk, curb and gutter, driveways, asphalt concrete pavement, off- site improvements and restoration, planting, clearing and grubbing, and construction of new PCC sidewalk, PCC curb, PCC curb and gutter, PCC access ramps, PCC driveways, asphalt concrete pavement overlay_ , asphalt concrete pavement, pavement delineation, block retaining walls, storm drain modifications, traffic signal modifications, installing landscaping, tree root barriers and irrigation, plant establishment, and other incidental items of work. 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. Page 2 of 57 C-7224-1 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is MARK THOMAS AND COMPANY and can be contacted at (949) 477-9000 At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 -hours in advance of any work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. Page 3 of 57 C-7224-1 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When. in the opinion of the Enaineer. additional tests_ and re_testina due. to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. Page 4 of 57 C-7224-1 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION Page 5 of 57 C-7224-1 6-7.1 General The Contractor shall complete all work under the Contract within 90 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. The 45 -Day plant establishment and 45 -Day plant maintenance period is not included in the working day limit. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 3:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. Add the following Section 6-7.5 Sequence of Construction: 6-7.5 Sequence of Construction Project shall be sequences as follows: Page 6 of 57 C-7224-1 1. Paving Improvements to Marine Avenue Bridge shall be constructed during the week of February 18 through February 19, 2019. Construction work on Marine Avenue will require flagging to maintain 1 lane of traffic open at all times. 2. All work along Bayside Drive and Jamboree Road shall be constructed between January and May. 3. All Concrete work items and Drainage items shall be completed prior to start of adjacent Roadway improvement work. 4. Final Asphalt Concrete Cap (2 -inches) along Bayside Drive and Jamboree Road and Coast Highway shall be placed after all irrigation and landscape work is complete. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. Additionally, the contractor shall pay $3,000 or have withheld from monies due, for each day Marine Avenue Bridge work is not completed per dates specified in section 6-7.5. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. Page 7 of 57 C-7224-1 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Page 8 of 57 C-7224-1 Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes qutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. Page 9 of 57 C-7224-1 The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing four CMBs and updating messages on the CMBs as Page 10 of 57 C-7224-1 requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. Item No. 4 Water Pollution Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for implementing the water pollution control plan as required by these specifications. Item No. 5 Roadway Excavation/Pavement Removal/Repair Digouts: Work under this item shall include sawcutting, removing, and proper disposal of the existing asphalt concrete paving, and all other work items as required for performing the work complete and in place. Paving shall be sawcut per plans or as directed by the Engineer. Item No. 6 Remove Curb & Gutter: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. curbs and gutter and all other work items as required for performing the work complete and in place. Curbs and gutter shall be sawcut at the nearest joint. Item No. 7 Remove Sidewalk and Curb Ramps: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. sidewalk, curb ramps, retaining curbs, repairs to private improvements impacted by systems, plants, shrubs, sod, etc. and all other work items as required for performing the work complete and in place. Sidewalk shall be sawcut at the nearest joint. Contractor shall complete all private property repairs within five (5) working days of PCC installation. Item No. 8 Remove Driveway: Work under this item shall include sawcutting, removing, and proper disposal of the existing P.C.C. driveways, repairs to private improvements impacted by systems, plants, shrubs, sod, etc. and all other work items as required for performing the work complete and in place. Sidewalk shall be sawcut at the nearest joint. Contractor shall complete all private property repairs within five (5) working days of PCC installation Item No. 9 Remove Overhead Sign Structure and Foundations: Work under this item shall include removing, and proper disposal of the existing overhead sign structure and associated foundations (to three (3) feet below finished grade) and all other work items as required for performing the work complete and in place. Work shall also include sawcutting, removal and disposal of sidewalk and/or curb and gutter, backfilling and compaction of removed foundations, and reconstruction of sidewalk and/or curb and gutter. Page 11 of 57 C-7224-1 Item No. 10 Remove Block Wall (4' Max height): Work under this item shall include removal of existing block wall and foundation and proper disposal and all other work items as required for performing the work in place. Item No. 11 Structural Excavation (Retaining Walls): Work under this item shall include all labor, tools, equipment, perform all work necessary to excavate, grade, support/brace and proper disposal of fine excavation for the retaining walls. Item No. 12 Cold Mill AC Pavement (2" max.) Work under this item shall include grinding existing asphalt concrete pavement, removal and proper disposal of AC material, installation, removal and proper disposal of temporary asphalt concrete for transition between pavement sections, repair of damaged improvements and all other work items required for performing the work complete and in place. Item No. 13 2" Asphalt Rubber Hot Mix (ARHM) Overlay: Work under this item shall include installing crack sealing, furnishing and installing variable depth ARHM overlay, compaction and all other work items required for performing the work complete and in place. Item No. 14 Construct Asphalt Concrete Base Paving: Work under this item shall include subgrade compaction, furnishing, installing and compacting base course asphalt concrete pavement, and all other work items required for performing the work complete and in place. Item No. 15 Construct PCC Curb & Gutter Type "A" (Variable Height): Work under this item shall include, grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing P.C.C. curb and gutter, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing public and private improvements damaged by the work, and all other work items as required for performing the work complete and in place. P.C.C. curb and gutter constructed within City right of way shall be Type "A" per City Standard STD -182-L. Item No. 16 Construct PCC Modified Curb Type 'B' (10"): Work under this item shall include, grading, compacting subgrade, reconstructing existing curb drains and associated piping, constructing Type "B" P.C.C. curb and gutter per City Standard STD -182-L, AC patch back, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 17 Construct 4" Thick PCC Sidewalk: Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction, constructing, 4 -inch thick P.C.C. sidewalk over 2 -inch base material per City Standard STD -180-L, adjusting pullboxes to grade, making repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, ornaments, Page 12 of 67 C-7224-1 irrigation, plants, and all other work items required for performing the work complete and in place. Items No. 18-21 Construct PCC Curb Ramps and Retaining Curbs: Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction and constructing P.C.C. Curb Access Ramp and retaining curb, per plan, complete with raised truncated domes and all other work items required for performing the work complete and in place. Curb ramps within City right of way shall be in accordance with City Standard STD -181- L and Caltrans Revised Standard Plan A88A. Raised truncated domes within curb ramps shall be Wasau Tiles, ADA -2 Type and A-90 Color, or approved equal. Items No. 22-23 Construct PCC Driveway Approach (Type I and II): Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction, constructing P.C.C. commercial driveway per City Standard Plans STD -161-L and STD -162-L, curb and gutter, restoring all public and private improvements impacted by the work, and all other work items required for performing the work complete and in place. Contractor shall coordinate work with the imnacted businesses to provide acceptable access to the property. Driveway approaches may require phased construction. Work shall also include removal and reconstruction of pavement on private property as detailed on the plans. Driveway replacements shall be completed and opened within five (5) calendar days. Item No. 24 Signing and Striping: Work under this item shall include installation of striping and all other work items as required to complete the work in place. Work under this item shall also include painting of all existing red, green and white curb on Bayside Drive, Jamboree Road and Marine Avenue. This items includes the pavement markers associated with each of the type of traffic stripe types, per plan. Work under this item shall include installation of pavement markings and striping and all other work items as required to complete the work in place. Work under this item shall also include painting the green paint as a background to the "bike lane" pavement markings. Work under this item shall include furnish and installation of roadside signs (single post, double post and saddle and bracket) and all other work items as required to complete the work in place. Work under this item shall include removal of existing, conflicting striping, pavement marking and signs. Item No. 25 Replace Metal Railing: Work under this items shall include the materials, labor and requirements for the replacement of the metal railing in-kind, per plan. Page 13 of 57 C-7224-1 Item No. 26 Structural Backfill: Work under this items shall include the materials, labor and requirements for the soil mitigation backfill, under the retaining walls. Per Standard Specifications and as required by the Project Geotechnical Report. Items No. 27 -31 Retaining Wall (Various Items): Work under this items shall include but not be limited to, the cost of all labor, tools, equipment to perform all work necessary to grade, form, place required steel reinforcement, cure in place concrete, masonry unit (CMU) wall, backfill and all other work items as required to complete work in place. Per Specifications in Appendix A. Item No. 32 Clearing and Grubbing: Work under this item shall include removing all brush, vegetation and roots and other objectionable material as required by the plan improvements and as directed by the Engineer from the construction area, and all other work items as required for performing the work complete in place. Item No. 33 Remove Tree: Work under this item shall include removing and proper disposal of existing trees and all other work items as required for performing the work complete and in place. Roots shall be removed to a depth of at least 24 -inches below finished grade. Item No. 34 Furnish and Install 36" Minimum Depth Class `A' Import Topsoil: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transportation, delivery, placement of 36" minimum depth Class `A' topsoil, grading, sample and testing, and all other work items as required to complete the work in place. Depth of material required shall be from native subgrade to finished grade. Item No. 35 Soil Preparation and Fine Grading: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for preparing the soil for two (2) cycles of grow and kill weed abatement, which may include furnishing and applying herbicides, irrigation, fertilization, and all other work items as required to complete the work in place. Item No. 36 Furnish and Install Bench: Work under this item shall include but not limited to, furnishing and installing bench, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 37 Furnish and Install Trash Receptacle: Work under this item shall include but not limited to, furnishing and installing trash receptacle, transportation, delivery, storage, placement, and all other items as required to complete the work in place. Item No. 38 Furnish and Install Landscape Boulders: Work under this item shall include but not limited to, the cost of all labor, equipment and materials, furnishing and installing rock boulder, transportation, delivery, storage, removal of excess soil from site, placement, and all other items as required to complete the work in place. Page 14 of 57 C-7224-1 Item No. 39 Furnish and Install Concrete Block Landscape Wall: Work under this item shall include but not limited to, furnishing and installing modular block wall, transportation, delivery, storage, placement, and all other materials as required to complete the work in place. Item No. 40 Furnish and Install Automatic Irrigation System: Work under this item shall include but not limited to, furnishing and installing irrigation equipment and materials including piping, valves, heads, fittings, delivery, storage, placement, and all other items as required to complete the work in place. All materials shall conform to City's irrigation material list available from the City. Work under this item shall also include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing irrigation sleeves, excavation/trenching, backfill, trench repair per City standards and requirements, and all other items as required to complete the work in place. Length of sleeve and pipe diameters are as shown on plans, and as applicable to each plan location. Item No. 41 Furnish and Install Planting: Work under this item shall include the furnishing and installation of the entire Planting, shown in the plans, necessary as, described below and per specifications. Furnish and Install Palm Trees: Work under this item shall include, but not limited to, furnishing and installing palm trees, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place as shown in the plans and these specifications. Furnish and Install 36" Box Tree: Work under this item shall include, but not limited to, furnishing and installing 24" box tree, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Furnish and Install 5 gallon Shrub: Work under this item shall include, but not limited to, furnishing and installing 5 gallon shrubs, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Furnish and Install 1 gallon Shrub and Groundcover: Work under this item shall include, but not limited to, furnishing and installing 1 gallon shrubs and groundcovers, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Furnish and Install 5 Gallon Vine: Work under this item shall include, but not limited to, furnishing and installing 5 gallon vines, transportation, delivery, storage, placement, soil amendments, providing plant photographs, and all other items as required to complete the work in place. Furnish and Install 3" Thick Layer of Mulch: Work under this item shall include, but not limited to, furnishing and installing 3" deep layer of shredded fir bark mulch, Page 15 of 57 C-7224-1 transportation, delivery, storage, placement, and other items as required to complete the work in place. Furnish and Install Root Control Barrier: Work under this item shall include but not limited to, all labor and materials related to root pruning and disposing per section 308-1, providing and installing new tree root barriers, removing and disposing of excess soil, and all other work required to complete the work in place. All utilities or other improvements damaged by the work, including, but not limited to, street light conduits and wires and private irrigation lines, shall be immediately repaired at the Contractor's expense and no additional compensation shall be made. Item No. 42 Provide 45 -Day Plant Establishment Period and 45 -Day Plant Maintenance Period: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision and all other items necessary to establish and maintain the landscaping for the entire maintenance period. Item No. 43 Traffic Signal Modification — Bayside Drive/Jamboree Road: Work under this item shall inrliAp the r.nct of all lahnr Prminmant and mn+crinlc required to modify the traffic signal at the specified intersection per the Plans, the Special Provisions and Supplemental. Work also includes detector loop installation as shown in the traffic signal modification plan. Work shall include fiberoptic cable testing prior to removal and after final connection Item No. 44 Loop Detection Modifications: Work under this item shall include all labor, tools, equipment and material costs to remove and replace traffic signal detector loops (lead loops shall be per City of Newport Beach STD. 923 -L-A and STD 923 -L -B), make electrical connections and wirings to existing pullboxes, test, calibrate the new signal loop detectors, and all other work items as required to complete the work in place as shown on the loop replacement plan. Item No. 45 Pedestrian Signal Modification — Mid -block Crossing: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal including furnishing and installing LED fixtures at the specified intersection per the Plans, the Special Provisions and including Supplemental. Item No. 46: Bayside Drive at Jamboree Road Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Bayside Drive at Jamboree Road/Marine Avenue intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction Page 16 of 57 C-7224-1 and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 47 Adjust Storm Drain Manhole to Grade: Work under this item shall include lower before and raising after paving operations, of all existing City manhole frames and covers in accordance with City STD -111-L, and all other work items as required to complete the work in place. Manhole frames and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 48 Adjust OCSD Sewer Manhole to Grade: Work under this item shall include adjusting the existing OCSD sewer manholes to finished grade in accordance with OCSD standards (standard plans included in Appendix C) and requirements, and all other work items as required to complete the work in place. Manhole frames and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 49 Adjust Water Valve Boxes and Covers to Grade: Work under this item shall include lower before and raisina after navina onerations of all axigtinn valve boxes and covers in accordance with City standards, and all other work items as required to complete the work in place. Boxes and covers shall be lowered prior to paving operations and raised to finished grade after paving operation. Item No. 50 Relocate Fire Hydrant: Work under this item shall include removal of existing fire hydrant, furnishing and installing new fire hydrant in-place in accordance with City standards, per City Standard 500-L and all other work items as required to complete the work in place including pipeline modifications. Item No. 51 Reconstruct Drainage Inlet (Type OS): Work under this item shall include the removal and disposal of existing inlet, removal of conflicting portions of existing storm drain pipe, installation of new drainage inlet per City of Newport Beach Standard 306-L, local depression per City of Newport Beach Standard 304-L, excavations, labor, tools and all other work items required for performing the work complete and in place. Item No. 52 Modify Existing Drainage Inlets: Work under this item shall include the removal of portion of the existing inlets and conflicting sidewalk to the nearest joint, modifications to the inlet, construction of sidewalk adjacent to modified inlets per plan details, curb and gutter as needed, labor, tools and all other work items required for performing the work complete and in place. Item No. 53 Modify Storm Drain Laterals at Ret. Wall: Work under this item shall include the modification of the existing storm drain lateral under retaining wall #1 and shall include the removal of conflicting portions of the existing storm drain pipe, new 12" RCP pipe and concrete collars at the joints and other equipment, labor, tools and all other work items required for performing the work complete and in place. Page 17 of 57 C-7224-1 Item No. 54 Bollards: Work under this item shall include the removal of the existing bollards and installation of premanufactured square bollards per Wasu Manufacturer, Model No.TF6004W22 or approved equal, and also include all labor, tools and all other work items required for performing the work complete and in place. Item No. 55 Median Entry Monument : Work under this item shall include fabrication and installation of the entry monument located in the median and shall also include all labor, tools and all other work items required for performing the work complete and in place. The design of the monuments shall be provided by the City. Item No. 56 Provide As -Built Plans (and DBE Certification if applicable). Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $5,000.00 is determined for this bid item. The intent of this pre- set amount is to emphasize to the Contractor the importance of as -build drawings. ADDITIVE ALTERNATIVE BID ITEMS: Item No. 57 Furnish and Install Thermoplastic Pavement Enhancements for Crosswalks and Medians Pavement: Work under this item shall include but not limited to, furnishing and installing the thermoplastic pavement markings at crosswalks and medians as shown on plans, transportation, delivery, storage, placement, and all other materials as required to complete the work in place. The specifications for the thermoplastic pavement enhancement is per Section 314-5 and Appendix D of these specifications. The asphalt pavement of which the thermoplastic markings are installed on is not included in this item, the payment for the asphalt is per bid item 13. Item No. 58 Stain and Seal PCC Sidewalk: Work under this item shall be performed by shall be performed by Fox Painting Contractor (949.922.9027) and shall include but not limited to, the cost of labor, equipment and materials to clean, stain and seal new sidewalk areas, and all other work items required to complete the work in place. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. 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 Page 18 of 57 C-7224-1 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. 202-2 CONCRETE BLOCK 201-2.2 Masonry Units. 201-2.2.1 Split Face (Concrete Masonry Unit) CMU The split face CMU used for the retaining walls shall be nominal 8"x8"x16" size. CMUs shall be Orco, Split Face CMU, Color: Nufad MW, or approved equal. SECTION 203 — BITUMINOUS MATERIALS 203-5 SLURRY SEAL 203-5.1 General Slurry seal shall be emulsion -aggregate slurry (EAS) conforming to 203-5.4. 203-5.4 Emulsion -Aggregate Slurry (EAS) Page 19 of 57 C-7224-1 203-5.4.1 General Emulsion -aggregate slurring (EAS) shall be Type I-CQS-1 h conforming to 203-3 203-5.4.2 Materials 203-5.4.2.2 Emulsified Asphalt Emulsified asphalt shall be of quick set type. 203-5.4.2.4 Latex Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2'/ percent of weight of the emulsified asphalt. Latex -added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP). SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. Page 20 of 57 C-7224-1 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 % inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. Page 21 of 57 C-7224-1 The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks Y4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions Page 22 of 57 C-7224-1 The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb face of the curb. The Contractor shall ma two (2) day notice to the Engineer is requi location of sewer laterals. 303-5.5.4 Gutter markings that indicate sewer laterals on the k the curb with a chiseled "S" for sewer. A ed for requests to the City to determine the The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. 303-7 COLORED CONCRETE 303-7.1 General Delete the first sentence and replace with the following: Colored concrete shall be produced by Method B (Integral Color) as described in Section 303-7.3. Color to match existing sidewalk, product and color to be submitted to and approved by the Engineer before placing any colored concrete. Page 23 of 57 C-7224-1 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-2.1 General The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been placed. 314-4.2 Control of Alignment and Layout 314-4.2.1 General The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight. Add the following to Section 314-4.3.1: Green bike lane legend background shall be a Methyl Methacrylate (MMA) Area Marking with an Anti -Skid additive. The color shall be green and meet FHWA/MUTCD standards. The product shall be installed per the manufacturer's recommendations for the roadway material on which it is being installed. The product shall be Ennis -Flint CycleGrip MMAX or approved equal. Bike Lane legends installed over the green MMA background shall be thermoplastic 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 15 days. The thermoplastic shall Page 24 of 57 C-7224-1 be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. Thermoplastic inlays shall be per specifications on Appendix D. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. 314-5 PAVEMENT MARKERS 314-5.1 General Raised pavement markers shall not be placed until the finish course pavement or slurry seal has been in place for at least 15 days. 314-5.1.1 General: Preformed Thermoplastic Asphalt Pavement Marking Preformed Thermoplastic Asphalt Pavement Markings materials and construction method shall conform to the supplemental specifications in Appendix D. SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. See Appendix C for Sign Installation Detail. PART 6 - TEMPORARY TRAFFIC CONTROL Page 25 of 57 C-7224-1 SECTION 600 - ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City "PERMIT PARKING ONLY" signs are available from the Engineer. 600-3 PEDESTRIAN ACCESS Page 26 of 57 C-7224-1 Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to four (4) changeable message boards (CMBs), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMBs shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meetina, a traffic control plan showina tvaical closures and detour Dlan(s). The Contractor shall adhere to the conditions of the traffic control plan. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. 6. The Contractor proposes full roadway closure on Bayside Drive or Jamboree Road when completing the work, the Contractor shall submit a detour plan for review and be responsible for all signage and traffic controls to accomplish the closure. 7. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. Page 27 of 57 C-7224-1 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 9. Contractor shall maintain one lane of travel (per direction) at all times unless otherwise approved by City. Lane closure shall be allowed from 9 am to 3 pm unless otherwise approved by City. 10. Five (5) changeable message boards shall be placed at each end of the project to along Bayside Drive, Jamboree Road and Marine Way, 2 weeks prior to the beginning of the beginning of construction to notify the traveling public of upcoming construction activities and maintained throughout the construction to notify the traveling public of construction duration dates, messages to be approved by the City prior to deployment. PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 701 — CONSTRUCTION 701-17 TRAFFIC SIGNAL CONSTRUCTION 701-17.6 Detectors 701-17.6.3 Inductive Loop Detectors All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days after placement of pavement finish course. SEE APPENDIX B FOR TRAFFIC SIGNAL SUPPLEMENTAL SPECIFICATIONS PART 8 — LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIAL 800-1.1 Topsoil 800-1.1.1 General 800-1.1.3 Class "B" Topsoil. Section not used. 800-1.2.2 Manure. Page 28 of 57 C-7224-1 Section not used. 800-1.2.3 Commercial Fertilizer. Add the following: Fertilizers shall be determined from soils analysis results. For purposes of bidding only, broadcast the following uniformly; rates are per 1,000 square feet for a 6 - inch lift. Incorporate them homogeneously 6" deep. Potassium sulfate (0-0-50) — 8 pounds Triple superphosphate (0-45-0) — 4 pounds Agricultural gypsum - 10 pounds Organic soil amendment - about 4 cubic yards for, sufficient for 4% to 6% soil organic matter on a dry weight basis For the preparation on a volume basis, homogeneously blend the following materials into the soil. Rates are expressed per cubic yard: Potassium sulfate (0-0-50) —1/3 pound Triple superphosphate (0-45-0) —1/4 pound Agricultural gypsum —1/2 pound Organic soil amendment - about 20% by volume, sufficient for 4% to 6% soil organic matter on a dry weight basis Fertilizers shall comply with applicable requirements of the State Agricultural Code and shall be packaged, first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizers shall not contain toxic ingredients in quantities harmful to human, animal, or plant life. When requested, Contractor shall furnish the Engineer with a Certificate of Compliance stating that the material substantially meets the specifications and the soils analysis. 800-1.2.4 Organic Soil Amendment. Use Type 1 organic soil amendment. Add the following: 1. Humus material shall have an acid -soluble ash content of no less than 6% and no more than 20%. Organic matter shall be at least 50% on a dry weight basis. 2. The pH of the material shall be between 6 and 7.5. 3. The salt content shall be less than 10 millimho/cm @ 25° C. on a saturated paste extract. 4. Boron content of the saturated extract shall be less than 1.0 part per million. 5. Silicon content (acid -insoluble ash) shall be less than 50%. 6. Calcium carbonate shall not be present if to be applied on alkaline soils. 7. Types of acceptable products are composts, manures, mushroom composts, straw, alfalfa, peat mosses etc. low in salts, low in heavy metals, free from weed seeds, free of pathogens and other deleterious materials. Page 29 of 57 C-7224-1 8. Composted wood products are conditionally acceptable [stable humus must be present]. Wood based products are not acceptable which are based on red wood or cedar. 9. Sludge -based materials are not acceptable. 10. Carbon: nitrogen ratio is less than 25:1. 11. The compost shall be aerobic without malodorous presence of decomposition products. 12. The maximum particle size shall be 0.5 inch, 80% or more shall pass a No. 4 screen for soil amending. Maximum total permissible pollutant concentrations in amendment in parts per million on a dry weight basis: arsenic 12 cadmium 15 chromium 300 cobalt 50 copper 100 lead 200 mercury 10 molybdenum 20 nickel 100 selenium 20 silver 10 vanadium 50 zinc 300 Higher amounts of salinity or boron may be present if the soils are to be preleached to reduce the excess or if the plant species will tolerate the salinity and/or boron. 800-1.2.5 Mulch. Replace with the following: Provide mulch as indicated and at a depth indicated on the Drawings. Contractor shall submit a one -quart sample of mulch for approval by the Engineer prior to installation. 800-1.3 Seed. Section not used. 800-1.4 Plants 800-1.4.1 General. Add the following: Plant botanical names shall conform to "Standardized Plant Names", second edition, and secondly, "A Checklist of Woody Ornamental Plants of California", Manual 32, University of California. All plants of each clone, species, and cultivar shall be delivered to the site labeled with their full botanical names. Every plant species shall be labeled with no less than one label for every ten plants of a species. Minimum quality of all plant material shall conform to prevailing published specifications of the California Association of Nurserymen and the American Association of Nurserymen's American Standard for Nursery Stock unless otherwise indicated. Nursery grown stock shall be selected from high quality, well -shaped stock, grown under climatic conditions similar to those in the project locale. Minimum acceptable size of plants specified shall correspond with that normally expected for the species and variety of commercially available nursery Page 30 of 57 C-7224-1 stock. Caliper shall be the diameter of the trunk one foot (1) above the ground surface and shall be the determining measurement for trees when indicated. Additional specifications shall be indicated on the drawings. The quantities shown on the plant list and in labels are for the City's Representative's use and are not to be construed as the complete and accurate limits of the contract. Contractor shall furnish and install all plants shown schematically on the drawings. Any unlabeled plants shall be considered as the smaller size shown for that type on the drawings. All container -grown stock shall be grown in its container for at least six months prior to its planting. Contractor shall allow one percent of the quantity of plants for removal and inspection. Any plant material, within one year following the final acceptance of the project, determined by the City's Representative to be defective, restricted, declining or otherwise deficient due to abnormal root growth, shall be replaced by Contractor to the equal condition of adjacent plants at the time of replacement. Foliaqe roots and stems of all plants shall be of viaorous health and normal habit of growth for its species. All plants shall be free of all diseases, insect stages, burns, or disfiguring characteristics. All plant material, within two years following the final acceptance of the project, determined by the City's Representative to be untrue to the species, clone, and/or variety specified, shall be replaced by the Contractor, to the equal condition of adjacent plants at the time of replacement. Oversize plants may be used if not root bound, but shall not increase the Contract price. Up to ten percent (10%) of undersize plants in any one (1) variety and grade may be used; provided they are larger than the average size of the next smaller grade. Scientific and common names conform to customary nursery usage Types, sizes and quantities of plant materials shall be indicated on the drawings. The plant list shown on the drawings shall be used as a guide only. Contractor shall verify quantities by plan check. The Engineer reserves the right to refuse or reject any unsuitable plant material. Unsuitable plants shall be removed from the project site and replaced at the Contractor's expense. New plants shall be the same species, variety, size and condition as specified. Contractor shall submit photographs of plant material to City Representative for review and approval. Page 31 of 57 C-7224-1 800-1.4.2 Trees. Add paragraph: All trees shall have straight trunks of uniform taper, larger at the bottom. Trunks shall be free of damaged bark, with all minor abrasions and cuts showing healing tissue. Sucker basal growth and sucker lateral growth shall be removed and treated to eliminate resprouting. Normal lower side branching shall remain. Trees unable to stand upright without support shall be rejected. Add Section: 800-1.4.2(a) Palm Trees Palms Selection and Inspection Palm trees must be inspected and accepted by the Engineer at time of pre- selection/reservation prior to harvesting and transplanting. All palms shall be tagged at the place of growth by the Engineer. Each tree shall be individually identified with waterproof identification tags bearing the project name and buyer. Palms not inspected and accepted by the Engineer shall be immediately removed from the project site at no cost to the City. Specified height of palm trees is brown trunk feet (BTF), as measured from the ground line to the base of the heart leaf. Archontophoenix cunninghamiana/ King Palm shall: 1. Be matched to a minimum height of 10 -foot BTF and shall be matched in height. BTF should not vary more than one foot. 2. Have a minimum root ball equal to width of trunk size plus 12 inches all around beyond truck dimension as well as minimum 3 feet deep. You must know conditions at planting pits and coordinate root ball size accordingly. Syagrus romanzoffiana/ Queen Palm shall: 1. Be matched to a height of 10 to 12 -foot brown trunk foot height (BTF). 2. Have a minimum root ball equal to width of trunk size plus 12 inches all around beyond truck dimension as well as minimum 3 feet deep. You must know conditions at planting pits and coordinate root ball size accordingly. Overall height of trees as measured from the ground to the top of the arc made by the uppermost arching frond shall be within a two -foot range throughout tree selections. Palm trees shall have a straight, fully skinned trunk and dead leaf frond bases removed to ensure uniformity in aesthetic appearance. Palms should have a minimum trunk diameter typical to species. All trunks shall match at the base and crown with no more than 2 inches of variation in diameter allowed. Trunks shall be free from all defects including decay, abrasion, climbing spike holes, sunscald, disease and pests, or any objectionable disfigurements. Page 32 of 57 C-7224-1 Palms shall be fully headed with fronds hanging no less than a 10:00/2:00 position or greater. All date palms are to match quantity of fronds and size of head. Fronds shall be tied up with cord and left on tree for first 60 days after planting, as directed by the Engineer. Foliage shall be well developed, healthy and free from disfigurement and cosmetic and other injuries. Trees are to be fully hydrated at time of removal. Root ball shall consist of a soil type that is compatible with the planting pit soil mix and that provides sufficient density and firmness that when planted, the tree will stand upright and stable without the need for additional support. Skinning of palm trunks shall be done prior to planting. Skinning should be done in a manner that minimizes the damage to the trunk. Trees without noticeable aerial roots are preferred. Where this is not possible for total quantity of matching palms, aerial roots may be permitted as follows: 1. Exposed aerial roots are symmetrical around base of trunk, and do not exceed 6" beyond the trunk. 2. Exposed aerial roots do not bulge out at any one side, but appear uniform from all directions. Measurement and Payment Payment for furnishing plant media complying with the requirements of this section is included in payment for import topsoil, washed sand at palms and soil amendments. Payment for selection, inspection, harvest and transport of palm trees in compliance with the requirements of this section is included in payment for Palms (10-12' BTF, min 36" box). 800-1.4.5 Sod and Stolons. Section not used. 800-1.4.6 Cuttings. Section not used. 800-1.5 Headers, Stakes, and Ties 800-1.5.2 Headers and Stakes. Section not used. 800-1.5.3 Tree Stakes. In second paragraph, replace "Guy wire shall be No. 12 BWG..." with "Guy wire shall be No. 9 Gauge..." Replace third paragraph with "Deadman stakes shall be 3/ inch (19mm) diameter steel pipe 3 feet (1 m) long. Covers for wire shall be 1/2" diameter white PVC pipe. Page 33 of 57 C-7224-1 Add Section 800-1.6 Root Barrier Use linear type 24" minimum deep root barriers for trees at edges of paving as referenced on plan and install per manufacturers specifications and per Planting Plans. Absolutely no circular or barrier placement is to be at the root ball. The product shall be a minimum of 0.085 thickness and material of polyethylene plastic with ultra violet inhibitors (e.g., Century Root Barrier Panels, CP -Series, CP12-2). SECTION 800-2 IRRIGATION SYSTEM MATERIALS 800-2.1 Pipe and Fittings 800-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Replace the first sentence in the second paragraph with the following: All mainline nine 3f" — 1-Y2" in size shall be nnixivinyl rhlerirle IM/M Schedule 40; sizes 2" — 3" shall be Class 315; and sizes 4" and larger shall be Class 200 twin - seal gasketed pipe. Unless otherwise noted, all laterals shall be Class 200 PVC pipe; solvent weld fittings, if used, shall be Schedule 40, or Schedule 80 as called for on details. The following paragraphs shall be added at the end of the subsection: All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer and shall follow installation methods prescribed by the pipe manufacturer. 800-2.2 Valves and Valve Boxes 800-2.2.2 Ball Valves. Ball valves in sizes 3 inches and smaller shall be forged brass nickel plated heavy duty full port. All valves shall be as identified on Construction Documents and per City review and approval. 800-2.2.4 Remote Control Valves. Page 34 of 57 C-7224-1 Add the following after paragraph number one: Remote control valve manufacturer and sizes shall be as indicated in plans and legend. 800-2.2.7 Valve Boxes. Replace all text in this section with the following: Valve boxes shall be fabricated from a durable, weather -resistant plastic material resistant to sunlight and chemical action of soils. The valve box cover shall be secured with a hidden latch mechanism or bolts. Boxes subject to vehicular traffic shall be concrete and have heavy duty steel covers. Boxes shall be sized to provide a 4" minimum clearance around the irrigation equipment inside the box, excluding all pipes and fittings. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valve boxes shall be minimum of eighteen inch by twelve inch by twelve inch (18"x12"x12") rectangular size or larger to ensure pourabilities of all components enclosed. Valve box covers shall be marked "RCV" with the valve identification number "heat branded" onto the cover in two inch (2") high letters / numbers. Gate valve and quick -coupling valve boxes shall be ten inch (10") circular size. Valve box covers shall be marked with either "GV" or "QCV" "heat branded" onto the cover in two inch (2") high letters. 800-2.4 Sprinkler Equipment. The text of this subsection shall be deleted and replaced with the following: Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the City Inspector. Irrigation bodies and nozzles shall feature check valves, pressure regulation, and flow restriction. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. All smaller radii shrub and groundcover irrigation equipment shall consist of twelve inch (12") pop -ups, unless otherwise approved by the City. Smaller radii equipment are those components which irrigate within and under a radius of twenty-two feet (22'). Add the following paragraphs at the end of Section 800-2 800-2.5 City Standard Irrigation Hardware. Refer to the appendix for the City of Newport Beach Maintenance Services Division Standard Irrigation Hardware. Add Section: 800-4 Site Furnishings Page 35 of 57 C-7224-1 800-4.1 General This section includes specifications for installing benches, trash receptacles, and landscape boulders. Submittals Submit product data for products specified. Submit manufacturer's installation and assembly instructions. 800-4.2 Bench Work under this Section includes furnishing the labor, equipment, and materials necessary for the furnishing and installing of the bench. Bench shall be located as shown on plans. Bench shall be listed below or approved equal. Model `Plainwell' 72" bench, as manufactured by Landscape Forms, 431 Lawndale Ave., Kalamazoo, MI 49048, (800) 521-2546, www.landscapeforms.com. Legs and braces: Two cast ductile iron legs, ground smooth, free of burrs and snags. Two 5/8" diameter bolt holes per leg. Steel back braces. 2. Connectors: Five-eighths inch diameter stainless steel tie rod with four stainless steel nuts. Furnish tie rods, copper rivets, and stainless steel carriage bolts, washers, and nuts for field assembly. 3. Slats: IPE FEQ, Mazsa Quality (Tabebuia) (Non -Tropical), also known as Bethabarra, Milled to 1-1/4 x 2-1/2 inches, net S4S, E4E. Moisture content not to exceed 15 percent. Factory sand after fabrication. 4. Finish: Factory -applied powder coat all metal surfaces. No finish at wood. Enlarge holes slightly, if necessary, to fit fasteners at sidewalk, and then touch up paint. 5. Powdercoating Color: Ivy 800-4.3 Trash Receptacle Work under this Section includes furnishing the labor, equipment, and materials necessary for the furnishing and installing placing of the trash receptacle. Trash receptacle shall be located as shown on plans. Trash Receptacle shall be listed below or approved equal. Chase Park litter and recycling receptacle; side -door opening, recycled -content, cast aluminum and perforated patterned stainless steel sheet with powder -coat finish; as manufactured by Landscape Forms, 431 Lawndale Ave., Kalamazoo, MI 49048, (800) 521-2546, www.landscapeforms.com. Grillwork Pattern: Standard. Page 36 of 57 C-7224-1 2. Lid: Standard (without ash lid). 3. Liners: Standard black polyethylene liners without drain holes. 4. Finish: Factory -applied powder coat in Ivy 5. latch: Standard 6. Mounting: Surface Mount 7. Recycling Can: Same as trash receptacle, but with #10 signage option 800-4.4 Landscape Boulders Work under this Section includes furnishing the labor, equipment, and materials necessary for the furnishing and placing of natural stone boulders. Contractor shall furnish boulders similar in appearance, color, type, and approximate size as shown on Plans or specified in the Contract Documents. No evidence of drilling, scrapes, large flakes, or cracks shall be visible after the boulder is set in place. Contractor shall remove excess soil from site due to excavation for placement of boulders. Add Section: 800-5 Concrete Block Landscape Wall Work under this Section includes furnishing the labor, equipment, and materials necessary for the furnishing and installing of the concrete block landscape wall. Modular Wall Units 1. Wall units shall be Canyon Ridge landscape wall units by Keystone or equal as produced by a licensed manufacturer. 2. Exterior face shall be textured. Color shall be natural stone tan. 3. Wall height shall not exceed 24" above ground. 4. Concrete block landscape wall shall be located and installed as shown on Plans. Backfill Backfill material shall be site excavated soils when approved by the Engineer. SECTION 801 - INSTALLATION 801-1 General Add to this Section: The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. Page 37 of 57 C-7224-1 The Contractor shall arrange to meet with the City's Urban Forester a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. The submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Page 38 of 57 C-7224-1 4. Root Barrier: a. Root barriers shall be used as a protection from root growth after root pruning to deflect new root growth away from the installed pavement. b. The roots to be cut shall be pruned to the depth of the root barrier for installation. See plans and specifications for more information for root barriers. c. A linear root barrier shall be installed the length of the new pavement to reduce root intrusion under the pavement and direct the root growth to remain inside the planting area. d. For selective root pruning, linear root barriers may not be able to be installed. In these situations, a flexible fabric with chemical root barrier (BioBarrier or approved equal) shall be installed around the cut roots to control future root growth. 801-2 EARTHWORK AND TOPSOIL PLACEMENT 801-2.1 General Add the following paragraph for palms: Washed sand backfill for palm planting pits and other areas as required must be 100 percent commercial -quality washed plaster sand, fully washed and free of salts. For each cubic yard of sand blend two (2) pounds of 16-16-16 commercial fertilizer prior to placement in planting hole. Add paragraphs: Reviews: Contractor shall specifically request at least two working days in advance the following reviews prior to progressing with the work: a. Completion of rough grading b. Verification of amendment incorporation depths c. Finish grade 1. Certification: Written certificates stating quantity, type, and composition, weight and origin for all amendments and chemicals shall be delivered to the City's Representative before the material is used on the site. 2. Soil Samples: Contractor shall provide a one -quart sample of the native and import topsoil to Waypoint Analytical California, (714) 282-8777, for their testing for conformance to this specification. No material shall be delivered to the site, graded on-site, or otherwise modified until the City's Representative approves the material. All testing costs shall be paid for by the Contractor. Contractor shall allow for sufficient time for such testing prior to construction. Testing costs for the initial samples and costs for any additional samples due to non-compliance shall be paid for by the Contractor. Page 39 of 57 C-7224-1 Amendment Samples: Contractor shall provide a one -quart sample of each proposed amendment to Waypoint Analytical California, (714) 282-8777, for their testing for conformance to this specification. No material shall be delivered to the site until the City's Representative approves the samples. Testing costs shall be paid for by the Contractor. 801-2.2.2 Fertilizing and Conditioning Procedures. Add the following paragraph for palms: Root growth stimulant shall be equally distributed around the rootball and water jetted into the backfill when the backfilling is between one-half (1/2) to two-thirds (2/3) up the rootball. Stimulant shall be Vitamin B-1 as manufactured by Cal -liquid, Crooke, Chican, or Ortho. Application rate shall be as recommended by the manufacturer. 801-4 PLANTING 801-4.5 Tree and Shrub Planting Add paragraphs: Contractor shall be responsible for inspection of all root systems on plant materials. Inspection shall include, but not be limited to. checking for rootbound stock, encircling roots at the perimeter of the container, girdling roots at the top surface of the rootball, and other defective root conditions. Such inspections shall include the complete removal of soil from one percent of plant material containers, or at least one plant from each nursery and each plant type. Contractor shall cut defective or potentially defective girdling, rootbound, and encircling roots and spread the root system into the surrounding backfill. Plants with excessively defective root systems shall be rejected by the Contractor. After completion of all operations, Contractor shall remove all trash, excess soil and other debris. All walks and pavement shall be swept and washed clean, leaving the entire area in a neat, orderly condition. Add Section 801-4.5.1 Palm Planting Palm Harvesting and Transport Tree shall be dug by hand. Take care to keep root ball intact and to retain soil pressure at roots. A trencher may be used adhering to the following conditions: a double wide trench must be dug and cleaned out, eliminating the potential to bend tree causing disintegration of the root ball. Move trees by crane only. Nylon straps (4 inches minimum width) shall be used at all times in the handling of trees. No steel or metal cables of any kind must touch the tree. Trees touched by steel or metal cables will be subject to rejection. Lay trees gently and all green fronds shall be retained at the point they exit horizontally from the trunk. Page 40 of 57 C-7224-1 After tying the head, load palm onto a flatbed truck with the head elevated three to four feet above the deck to protect the fronds from breakage. The trees must be covered by tarps to prevent dehydration of the root ball and crown during transport. Limit quantity of trees to be shipped together, such that trees do not sustain damage during transport. Cord used to bind fronds shall remain on palm for 60 days after planting, or until directed by the Engineer. After the palm is prepared for harvesting, lift the tree from the growing site, transport and replant within 48 hours. Do not bind or handle palm trees in such a way that would result in damage of the tree. Palm Planting Set palms in pits already filled with a minimum of 6 inches of fully saturated sand. Add sand in 6 -inch layers and alternately water jet to settle and compact sand. To degree possible, adjust root ball depth such that final height of palms match, and create an even and uniform line. Root crowns of palms shall not be buried more than eight inches deeper than originally planted, and not above trunk aerial root zone. Accommodate anv settlement that may nrriir_ Set tree plumb; readjust after installation as necessary. Thoroughly water palms at a rate to provide constant moisture to the root ball without over saturating root ball. Take all necessary measures to ensure proper watering as recommended by the accepted palm specialist and supplier under the direction of the Engineer, at no additional cost to the City. The Engineer may reject palm trees which do not conform to the specifications herein at both the shipping and receiving points at any time during the assembly and shipment of the order. Take all precautions necessary to prevent the spread of disease such as Fusarium Wilt, "Pink Rot". Transmissions of the disease can occur during unsafe pruning practices. Use of chain saws shall be prohibited. Use of reciprocal saws is recommended. All blades are to be sterilized between cuts on individual trees for a period of no less than five minutes in a solution of one part water to one part household bleach. Do not fertilize palms until three months after planting and thereafter at spring, summer and fall. Placement of Sand Backfill at Palms Place backfill mix to the depths specified to obtain finish grades shown on the plans. Mix shall be handled in a manner so as to prevent segregation of ingredients. Deposit mix into the planting pits in 6 -inch lifts and thoroughly water each lift after placing mix in place to compact and settle mix. Jet wash to compact and settle sand around palms, while crane is still holding onto palm with choker collar. Field Sample, Palm Pruning Page 41 of 57 C-7224-1 A palm will be selected by the Engineer prior to start of any pruning work (as required). The selected tree shall be used to demonstrate the type, extent and quality of pruning operations, which may be considered typical, in consideration of the species, age, condition and future growth of the individual trees to be pruned. Sample palm will be used as a standard for pruning work. Fungicide Palm fungicide must contain thiophanate methyl and mancozeb. Dilute fungicide per manufacturer's recommendation and apply as directed by Engineer. 801-4.6 Plant Staking and Guying 801-4.6.1 Method "A" Tree Staking. In the first sentence, replace "...a 1-1/2 inches (38mm) nominal diameter x 10 foot 93m) steel pipe, per 800-2.1.2..." with "two (2) ten foot (10') long x two inch (2") diameter lodge pole stakes..." 801-4.6.2 Method "B" Tree Staking. Delete paragraph 801-4.6.3(1) Guying. Replace "...12 BWG..." with "9 Gauge." Replace Section 801-4.8 Lawn Planting with: 801-4.8 Site Furnishing 801-4.8.1 General Deliver products to site in manufacturer's standard packaging. Store products to protect them from damage, impacts and abrasion and comply with manufacturer's storage instructions. Coordinate this work as required with other site work. Verify that surfaces or openings are ready to receive work. Verify field measurements are as shown on the plans or shop drawings, as applicable. Install in conformance with applicable ADA Guidelines and established accessibility policies. 801-4.8.2 Bench Install in accordance with manufacturer's instructions. Accurately locate furniture and anchors as shown on the plans. Touch-up paint any damage to the bench finish using matching paint applied in accordance with the manufacturer's directions. Page 42 of 57 C-7224-1 Adjust level as required to accommodate uneven surfaces. 801-4.8.3 Trash Receptacle Install in accordance with manufacturer's instructions and as shown on the plans. Surface -mount to concrete paving using anchors, levelers and stainless steel mounting screws furnished by manufacturer. Touch-up paint any damage to the metal finish using matching paint applied in accordance with the manufacturer's directions. 801-4.8.4 Landscape Boulders The Contractor shall coordinate with the City's Representatives prior to setting boulders to ensure desired face and orientation is achieved. Boulders shall be placed on site as directed by the Engineer. The Contractor shall buried one-third to one-half (1/3 to 1/2) of the boulder depth in ground, and in accordance with the Plan Detail. Replace Section 801-4.9 Erosion Control Plantinq with: 801-4.9 Concrete Block Landscape Wall Unless otherwise shown or specified, all materials and methods shall conform to: a. ASTM C90-93 Hollow Load Bearing Masonry Units. b. ASTM C140-91 Sampling and Testing Concrete Masonry Units. 801-4.9.1 Foundation Soil Preparation Foundation soil shall be excavated as dimensional on the plans and compacted to a minimum 90% compaction prior to placement of the base material. Foundation soil shall be examined by the Geotechnical Engineer to ensure that the actual foundation soil strength meets or exceeds assumed design strength. Soil not meeting the required strength shall be removed and replaced with acceptable material. 801-4.9.2 Base Base material shall be placed as shown on construction drawing. Top of base shall be located to allow bottom wall units to be buried to proper depths as per wall heights and specifications. Base material shall be installed on undisturbed native soils or suitable replacement fills compacted at 90% standard proctor. Base shall be compacted at 90% standard proctor to provide a level hard surface on which to place the first course of blocks. The base shall be constructed to Page 43 of 57 C-7224-1 insure proper wall embedment and the final elevation shown on the plans. Well - graded sand can be used to smooth the top Y2 inch on the leveling pad. Base material shall be 3 inch depth minimum. 801-4.9.3 Unit Installation The first course of wall units shall be placed on the prepared base with the raised lip facing out and the front edges tight together. The units shall be checked for level and alignment as they are placed. Insure that units are in full contact with base. Proper care shall be taken to develop straight lines and smooth curves on base course as per wall layout. All cavities in and around the base row shall be filled with base materials and compacted. Backfill front and back of entire base row to firmly lock in place. Check again for level and alignment. All excess material shall be swept from top of units. Install units per manufacturer's specifications and guidelines. 801-5 IRRIGATION SYSTEM INSTALLATION 801-5.1 General. The following paragraphs shall be added after paragraph one: Unless otherwise shown or specified, all materials and methods shall conform to section 20-5 of the State of California Department of Transportation Standard Specifications (DTSS) as they reasonably apply to this work except for measurement and payment requirements. All irrigation equipment and materials shall conform to City's irrigation materials list and is available from the City. Contractor shall specifically request the following reviews prior to progressing with the work: 1. Layout of system. 2. Points -of -connection excavation. 3. Trenching and pipe assembly. 4. Coverage adjustment of all heads and valve box installation. 5. Operation of system. The following paragraphs shall be added after paragraph three: Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which maybe required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Page 44 of 57 C-7224-1 The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. All work called for in the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the City Representative. In the event this notification is not performed, the irrigation contractor shall assume full responsibility for any revisions necessary and shall perform such at his own expense. The following paragraph shall be added at the end of the subsection: Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation system in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 801-5.3 Irrigation Pipeline Installation 801-5.3.1 General. The following sentences shall be added at the end of paragraph four: A minimum of twelve inches (12") clearance shall be maintained between irrigation pipelines and non -irrigation pipelines/conduits. All features of the irrigation system shall be staked and pipe alignments marked prior to trenching for review by the City Inspector. Do not cover joints until system has been reviewed by the City Inspector. Backfill with damaging rocks and debris shall not be permitted. Compact all backfill and eliminate settlement. Previously prepared soil is to be replaced as the top six inches of backfill. The following paragraphs shall be added at the end of the subsection: PVC Sleeves shall be required under areas where all hardscape materials shall be installed. Sleeving shall be done per detail on Project Plans. 801-5.3.3 Plastic Pipeline. The following shall be added to the end of paragraph one: PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Page 45 of 57 C-7224-1 Replace the third paragraph with the following: All solvent welding of PVC pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel -like or ropy. Solvent cementing shall be in conformance with ASTM D2564 and ASTM D2855. The following paragraph shall be added following paragraph four. Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. Replace the seventh paragraph with the following: No contractor thread cutting of Schedule 80 PVC fittings shall be allowed. All Schedule 80 nipples and risers shall have manufacturer molded threads. Add the following sentences to the end of paragraph ten: Cuts and joints shall be free of burrs, smooth, and minimum in quantity. All changes in depth of pipe shall be accomplished using 45 -degree fittings. All pipe above finish grade shall be galvanized unless noted otherwise. Add the following paragraph at the end of the section: Test mainline at 125 psi for six (6) hours. Test and repair as necessary until satisfactory test conditions are obtained. 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment. Add the following paragraph after the second paragraph: All manifolds shall be neat, orderly, and constructed for ease in maintenance operations. Construct manifolds to allow valve boxes to be parallel to each other and to adjacent walls, walks, curbs, and buildings. Replace paragraph three with the following: Ball valves shall be the same size as the pipeline in which they are installed for three inch (Y) pipeline and smaller. Downstream piping from the control valve shall be the size indicated on the Plans. Use PVC reducing bushings as required to change between control valve sizes and pipe sizes. Replace the words "covered concrete" in the second sentence of the fourth paragraph with the words "plastic valve box". Replace the first sentence of the fifth paragraph with the following: All quick coupler valves shall be installed inside plastic valve boxes, no quick coupler valves shall be installed projecting above grade. Replace the words "covered concrete" in the second sentence of the fifth paragraph with the words "plastic valve box". Page 46 of 57 C-7224-1 Eliminate the second sentence in the fifth paragraph. Replace the word "double" in the fourth sentence of the fifth paragraph with the word "triple". 801-5.5 Sprinkler Head Installation and Adjustment 801.5.5.2 Location, Elevation and Spacing. Eliminate the fourth and fifth paragraphs in this section. 801-5.5.3 Riser and Nozzle Line Installation. Replace the second through seventh paragraphs in this section with the following: Sprinkler heads shall be installed on triple swing joint assemblies. Triple swing joint assemblies shall be pre -assembled units manufactured of PVC joints and pipe with double o -ring seals. The lay length of the swing joint shall be a minimum of 150mm (6"). No contractor assembled swing joints or Marlex fittings shall be allowed. Sprinkler swing joints shall be sized per the inlet of the sprinkler on which they are to be used. Quick coupler swing joint assemblies shall be pre -assembled triple swing units manufactured of PVC joints and pipe with double o -ring seals. Swing joints shall have a 25mm (1") brass MIPT outlet, for the connection to the quick coupler, and a 25mm (1") PVC MIPT connection on the inlet side of the assembly. Swing joint shall have an integral collar with holes for the installation of two No. 13M (No. 4) reinforcing steel rods to support the quick coupler. 801-5.5.4 Sprinkler Head Adjustment. Add the following sentence to this section. Sprinkler heads shall be adjusted to eliminate overspray onto adjacent paving, brick dust, play surfaces or other non - planted areas. 801-5.6 Automatic Control System Installation. Add the following sentences at the end of paragraph two: Contractor shall clearly label and sequence stations for ease in maintenance operations. Station valves to operate as they are located around the site. Fasten controller and wire conduits securely to wall with conduit clamps and screws. Contractor shall complete all forms and labels shipped with and/or attached to the controller; attach his own name, address and phone number to the controller via a permanent label; and shall properly execute and file with the City the controller and valve guarantees. Replace the word "concrete" in both instances in the second sentence of the third paragraph with the word "plastic". Replace the words "galvanized steel' in the first sentence of the fourth paragraph with the words "Schedule 40 PVC". Page 47 of 57 C-7224-1 801-5.7 Flushing and Testing 801-5.7.1 General. The following paragraph shall preface the subsection: Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be capped (temporarily to exhaust flushing water up and out of the trenches.) No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at any one time. Amend the last sentence of the first paragraph by adding "and approved in writing"' at the end of the sentence. Add the following paragraph to the end of the subsection: The Contractor shall request the presence of the City in writing at least forty-eight (48) hours in advance of testing. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 801-5.7.3 Sprinkler Coverage Test. Replace the first sentence in this section with the following: When the irrigation system is completed, a coverage test shall be performed in the presence of the City inspector to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the City inspector. This test shall be accomplished before any ground cover is planted. 801-6 MAINTENANCE AND PLANT ESTABLISHMENT. Replace section text with the following: Soil Testing: Contractor shall collect four (4) in the container planting areas of the in- place topsoil 20 days after completion of planting and submit to Waypoint Analytical California, (714) 282-8777, for maintenance period fertilizer recommendation. Test results shall be made available to the City's Representative. Sample shall be a representative composite taken from several planting areas. Cost of soil test shall be paid for by the Contractor. Herbicide/Fungicide/Insecticide: Submit a written recommendation from a State of California appropriately licensed individual along with complete product data from proposed manufacturer, for review by City Inspector and/or City's appropriately licensed individual. Fertilizer used during the course of the maintenance period shall be determined by soils test required under Part 1 of this Section. For bidding purposes only, assume the use of ammonium sulfate (21-0-0) at 5 lbs. per 1000 SF, minimum of two applications. Page 48 of 57 C-7224-1 During the course of construction and maintenance period water shall be paid for by the City. Shall be a commercially available chemical recommended for this project and these plantings by a State of California appropriately licensed individual. The licensed individual shall review all planting, including but not limited to seed, sod, groundcovers, shrubs, and trees, the types and extent of soil preparation, the irrigation systems, drainage patterns, and other project characteristics to verify type, compatibility, and recommend the appropriate chemical(s) for use. Contractor shall be responsible for all overspray, spreading, runoff, plant health, and other impacts from the use of the chemical(s). The maintenance period shall commence from the date of substantial completion of planting as defined below, and extend for a ninety (90) calendar day period thereafter, or until the acceptance of Final Completion. Fertilizer(s) shall be applied per soil testing recommendations. For bidding purposes, assume initial application to be four weeks after planting and subsequent applications to be at 45 -day intervals. Herbicide shall not be used until all plant material has been planted a minimum of 20 -days. All planting areas shall be kept weed -free by non -herbicide methods during this time period. Herbicide shall not be applied to any areas that are or have been seeded. Contractor must apply the material in conformance with the written recommendations of the State appropriately licensed individual. All planting areas shall be kept weed -free at all times during the maintenance period. All pest and disease control shall be the Contractor's responsibility. All planting areas shall be kept at optimum moisture for plant growth. Settlement of soil and plants and soil erosion shall be repaired and areas replanted as required. Dying or deficient plants shall be replaced as soon as they become apparent. Work installed under this contract that is damaged or stolen prior to Substantial Completion shall be repaired or replaced by the Contractor without cost to the City. After Substantial Completion and through the maintenance period, these damages and similar factors such as extensive litter, abuse and defacement shall be the City's responsibility to repair or replace and shall not be a part of this contract. No planting shall be guaranteed beyond the maintenance period, except as to conformance to specified species and variety, and except as to conditions specified in the specifications herein. Substantial completion shall be deemed as the time all major plantings, including groundcover, are installed, and when all other work is satisfactorily completed (with the exception of minor items to be completed as noted upon a checklist compiled by the City's Representative). Maintenance period shall not commence until work is deemed substantially complete by the City's Representative. Page 49 of 57 C-7224-1 Contractor shall request a final review of the project at least five days in advance of the proposed date. Failure to request this notice shall automatically extend the date of completion. The maintenance period will continue until project is deemed complete. Add Subsection: 801-6.1 Charts, Manuals, and Drawings. 801-6.1.1 As -Built Drawings. Contractor shall provide City Representative with "as -built mylars" at the completion of the project at no additional cost to the City. Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: 1. Ball valves 2. Sprinkler control valves 3. Routing of control wiring 4. Quick coupling valves 5. Other related equipment as directed by the City 6. Significant changes in routing of lateral lines from those indicated on the plans On or before the date of the final inspection, the Contractor shall deliver the corrected and completed mylar aperture cards to the City. Delivery of the final mylar will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. 801-6.1.2 Controller Charts. As -built drawings shall be approved by the City before the Contractor prepares the controller charts. Provide one controller chart for each controller supplied. In the case that no controller is provided, the Contractor shall prepare a new controller chart utilizing any existing system that is being protected, as well as any new systems on line, for the existing controller(s). The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controlled sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. The chart shall be a blackline or blueline print and a different color shall be used to indicate the area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum of ten (10) mils thick. These charts shall be completed and approved prior to final inspection of the irrigation system. Page 50 of 57 C-7224-1 801-6.1.3 Manuals. Operation and Maintenance Manuals. Prepare and deliver to the City within ten (10) calendar days after substantial completion of the project, two (2) hard cover binders with three rings containing the following information: 1. Index sheet stating Contractor's address and telephone number and list of equipment with name and address of local manufacturer's representatives. 2. Catalog and parts sheets on every material and equipment installed under this contract. 3. Guarantee statement. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The Contractor shall file a complete copy of these specifications along with the guarantee prior to the acceptance of the irrigation system by the City. A copy of the guarantee form shall be included in the operations and maintenance manual. The guarantee form shall be retyped onto the Contractor's letterhead per attached form. 4. Complete operating and maintenance instructions on all major equipment. In addition to the above mentioned maintenance manuals, provide the City's maintenance personnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. Add Subsection: 801-6.2 Guarantees The guarantee period shall begin at completion of maintenance or date of substantial completion as per the City's Representative, whichever is later Upon acceptance, all planting, irrigation, earthwork and trenches shall be guaranteed by the Contractor for a period of one year against defects in materials and workmanship. Any settling of backfill trenches which may occur during the one year guarantee period shall be repaired to the City's satisfaction by the Contractor without expense to the City, including the complete restoration of damaged planting, paving, or other improvements of any kind. The Contractor, within fifteen (15) days of notification by the City Representative, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. Page 51 of 57 C-7224-1 Palm Tree Warranties Be familiar with the anticipated growing conditions prior to commencement of work. Notify the City immediately in writing of any conditions, which will prevent the proper execution of the warranty responsibilities specified. Failure to notify the City constitutes acceptance of the growing conditions. Any removal, repair or replacement of plant material required for unsuitable conditions found after work has begun shall be done at no additional cost to the City. Any delay in completion of planting operations which extends the planting into more than one planting season shall extend the Warranty Period correspondingly. You will not be held responsible for failure due to neglect by City, vandalism, etc., during Warranty Period. Report such conditions to the Engineer in writing. Two Year Warranty Period Warrant that all palms under this Contract will be vigorous, healthy, free of dead or dying branches and branch tips, bearing foliage of normal density and color, and will otherwise comply with the contract requirements, for a period of two years from date of final acceptance. Replacements shall be provided within 30 days of Notification of Rejection. Any delay in the completion of planting operations, which extends the planting into more than one growing season, shall extend the warranty period correspondingly. Page 52 of 57 C-7224-1 Appendix A — Structural Special Provisions Supplemental Page 53 of 57 BAYSIDE DRIVE AND JAMBOREE ROAD RETAINING WALLS STRUCTURAL SPECIFICATIONS SUPPLEMENTAL ORGANIZATION Special provisions are under headings that correspond with the main -section headings of the Standard Specifications. A main -section heading is a heading shown in the table of contents of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications as revised by any revised standard specification. Any paragraph added or deleted by a revision clause does not change the paragraph numbering of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 19 EARTHWORK Replace 505 in the paragraph of section 19-3.02H with: 675. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 52 REINFORCEMENT Add to section 52-2.01A(3): 52-2.01A(3)(c) Certificates Submit a certificate of compliance for each shipment of dual -coated bar reinforcing steel. Include the following with the submittal: 1. Certification that the reinforcement complies with ASTM A1055 2. All certifications specified in ASTM A1055 Add to section 52-2.01 B: Epoxy -coated reinforcement or epoxy -coated prefabricated reinforcement. Bar reinforcing steel to be dual -coated must be deformed, Grade 60 bars complying with ASTM A706. Add to section 62-2.01C: Do not bend bar reinforcing steel complying with ASTM A1055 after coating application if used as an alternative to epoxy coated prefabricated reinforcement. Job site and PC plant practices for substituted bar reinforcement must comply with appendix X1 of ASTM A1055, except replace "should" with "must." Appendix A - 1 Add to the list in the 2nd paragraph of section 52-2.02A(1): 7. Reinforcement in the trench footing at the block retaining wall along Jamboree Road. 8. Reinforcement in the spread footing at the block retaining wall along Bayside Drive. Add to section 52-2.03A(1): Epoxy coat reinforcement at the following locations: 1. Trench footing at the block retaining wall along Jamboree Road. 2. Spread footing at the block retaining wall along Bayside Drive. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn 90 CONCRETE Add to section 90-1.02111: Concrete at the trench footing of the Jamboree Road retaining wall and the spread footing of the Bayside Drive retaining wall is in a corrosive environment. For concrete at the trench footing of the Jamboree Road retaining wall and the spread footing of the Bayside Drive retaining wall, the cementitious material must be composed of one of the following, by weight: 1. 20 percent natural pozzolan or fly ash with a CaO content of up to 10 percent, 5 percent silica fume, and 75 percent portland cement 2. 12 percent silica fume, metakaolin, or UFFA, and 88 percent portland cement 3. 50 percent GGBFS and 50 percent portland cement For concrete at trench footing of the Jamboree Road retaining wall and the spread footing of the Bayside Drive retaining wall the ratio of the quantity of free water to the quantity of cementitious material must not exceed 0.40. nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn Appendix A - 2 C-7224-1 Appendix B — Traffic Signal Special Provisions Supplemental Page 54 of 57 IFOVL Project C-7224-- TABLE OF CONTENTS 1.0 Summary of Work......................................................................................................... 1 1.1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS.............................................................................. 1 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 2 1.6 CABLING REQUIREMENTS........................................................................................................ 3 1.7 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 3 2.0 Contractor's Qualifications............................................................................................ 5 2.1 GENERAL............................................................................................................................. 5 2.2 REQUIREMENTS.....................................................................................................................5 3.0 Fiber Optic Cable........................................................................................................... 6 3.1 REQUIREMENTS.....................................................................................................................6 3.2 PAYMENT.............................................................................................................................7 3.3 QUALITY CONTROL................................................................................................................ 7 3.4 GENERAL CONSIDERATIONS..................................................................................................... 7 3.5 FIBER CHARACTERISTICS.......................................................................................................... 8 3.6 COLOR CODING..................................................................................................................... 9 3.7 GENERAL CABLE PERFORMANCE...............................................................................................9 3.8 DROP CABLE....................................................................................................................... 10 3.9 FIBER PATCH CORDS............................................................................................................ 11 3.10 FIBER OPTIC FAN -OUT KITS................................................................................................... 11 3.11 FIBER OPTIC CONNECTORS.................................................................................................... 11 3.12 FIBER OPTIC INSTALLATION.................................................................................................... 12 3.13 SPLICING.............................:.............................................................................................14 3.14 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 15 3.15 FIBER ASSIGNMENTS............................................................................................................ 16 3.16 FIBER OPTIC CABLE LINK TESTING........................................................................................... 17 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 19 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 20 3.19 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 20 3.20 #10 GREEN TRACER WIRE.................................................................................................... 20 4.0 Fiber Patch Panel/Wall Interconnect Unit................................................................... 21 4.1 GENERAL........................................................................................................................... 21 4.2 DESCRIPTION...................................................................................................................... 21 5.0 Fiber Distribution Unit(FDU)....................................................................................... 22 5.1 GENERAL........................................................................................................................... 22 5.2 DESCRIPTION OF FDU.......................................................................................................... 22 6.0 Splice Closures............................................................................................................ 23 6.1 GENERAL........................................................................................................................... 23 6.2 INSTALLATION..................................................................................................................... 23 7.0 Ethernet System.......................................................................................................... 25 7.1 GENERAL........................................................................................................................... 25 7.2 CAT6-A CABLE................................................................................................................... 25 7.3 INSTALLATION..................................................................................................................... 25 7.4 TESTING.............................................................................................................................25 7.5 WARRANTY........................................................................................................................ 25 8.0 Power Strip................................................................................................................. 26 8.1 GENERAL........................................................................................................................... 26 8.2 WALL -MOUNTED POWER STRIP............................................................................................. 26 8.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................. 26 9.0 Ethernet Radio System................................................................................................ 28 9.1 GENERAL........................................................................................................................... 28 9.2 REQUIREMENTS...................................................................................................................28 9.3 TESTING.............................................................................................................................28 9.4 WARRANTY........................................................................................................................ 28 10.0 CCTV System............................................................................................................... 29 10.1 GENERAL........................................................................................................................... 29 10.2 CCTV IP DOME CAMERA...................................................................................................... 29 10.3 CCTV INTEGRATED CAMERA CABLE........................................................................................ 29 11.0 Conduit....................................................................................................................... 30 11.1 GENERAL........................................................................................................................... 30 11.2 REQUIREMENTS...................................................................................................................30 11.3 QUALITY CONTROL.............................................................................................................. 30 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 30 11.5 PVC SCHEDULE 80 CONDUIT................................................................................................. 31 11.6 INSTALLATION..................................................................................................................... 31 12.0 Pull Boxes................................................................................................................... 34 12.1 GENERAL........................................................................................................................... 34 12.2 PULL BOX AND PULL BOX COVER............................................................................................ 34 12.3 INSTALLATION REQUIREMENTS............................................................................................... 34 12.4 INSTALLATION DETAIL........................................................................................................... 35 13.0 Twisted Pair Cable....................................................................................................... 36 13.1 GENERAL........................................................................................................................... 36 13.2 REQUIREMENTS...................................................................................................................36 13.3 CABLE MARKING................................................................................................................. 36 13.4 QUALITY CONTROL.............................................................................................................. 36 13.5 GENERAL CONSIDERATIONS...................................................................................................36 13.6 INSTALLATION..................................................................................................................... 37 13.7 COMMUNICATION LINKTESTING............................................................................................ 37 14.0 Controller Cabinet Assemblies.................................................................................... 38 14.1 GENERAL........................................................................................................................... 38 14.2 DOCUMENTATION............................................................................................................... 38 14.3 WARRANTY........................................................................................................................ 38 14.4 CABINET STANDARDS...........................................................................................................38 14.5 CABINET WIRING................................................................................................................. 39 14.6 CABINET EQUIPMENT............................................................................................................ 41 15.0 Standards, Steel Pedestals, and Posts......................................................................... 44 15.1 GENERAL........................................................................................................................... 44 15.2 FOUNDATIONS.................................................................................................................... 44 15.3 PAINT AND POWDER COATING............................................................................................... 44 16.0 Service Enclosures ............. e._-_....,................................................................................ 45 16.1 GENERAL........................................................................................................................... 45 17.0 Signal Faces................................................................................................................. 46 17.1 VEHICLE SIGNAL FACES......................................................................................................... 46 17.2 PEDESTRIAN SIGNAL FACES.................................................................................................... 46 17.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ 46 17.4 PAINT AND POWDER COATING............................................................................................... 46 18.0 Vehicle Detectors........................................................................................................ 47 18.1 INDUCTIVE LOOP DETECTORS................................................................................................. 47 19.0 Push Button Assemblies.............................................................................................. 48 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES.................................................................................. 48 19.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 48 19.3 PAINT AND POWDER COATING...............................................................................................48 20.0 Lighting....................................................................................................................... 49 20.1 LED LUMINAIRES................................................................................................................ 49 20.2 PHOTOELECTRIC CONTROLS...................................................................................................50 20.3 LED INTERNALLY ILLUMINATED STREET NAME SIGNS.................................................................. 50 20.4 PAINT AND POWDER COATING............................................................................................... 50 21.0 Opticom Priority Control System................................................................................. 51 22.0 Battery Backup System............................................................................................... 52 22.1 BATTERY BACKUP CABINET.................................................................................................... 52 23.0 Paint and Powder Coating........................................................................................... 53 24.0 Signs........................................................................................................................... 54 iv 24.1 GENERAL........................................................................................................................... 54 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Street Name Limits Approximate Length Bayside Drive Jamboree Road to Coast Highway 4,300' Jamboree Road Coast Highway to Bayside Drive — 870' Marine Avenue Bayside Drive to North Bay Front Alley —500, 1.2 DESCRIPTION OF TRAFFIC SIGNAL WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: Contractor shall be responsible for the traffic signal modification, installation, and loop replacement at the locations shown on the plans per City Standards. 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown shall be limited to four hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9 a.m. and 12 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The Contractor may perform sub -surface work consisting of the installation of conduit, and foundations, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Existing street lighting shall remain in operation. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the engineer. 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range - +50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 2 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.7 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. 3 The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. 4 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years' experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. 5 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be three (3) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers for City of Newport Beach. 2. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers for Caltrans 3. Drop cable which shall contain six (6) single -mode optical fibers. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. C. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code' (NESC'), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 6. The cable shall be tagged in each pull box with size and direction. 3.2 PAYMENT The payment for the installation of the fiber optic cable will be allocated per the following: • 50% of bid price - After fiber optic cable installation • 30% of bid price - After fiber optic cable testing received by City • Remainder - After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Acceptance and approval is achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results • Measured and approved quantities of installed cable • Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. 3.3 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.4 GENERAL CONSIDERATIONS Fiber optic cable installed shall be single mode fiber of the size as specified on the plans and shall be Corning ALTOS all -dielectric gel -free fiber optic cable, or approved equal. 7 3.5 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.1) and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type Corning Altos or approved equivalent Core diameter 8.3 pm (nominal) Cladding diameter 125 pm ± 1.0 pm Core to Cladding Offset < 0.7 pm Coating Diameter 240 pm ±0.5 pm Cladding Non -circularity defined as: [1- (min. cladding dia - max. cladding dia.)]x100 < 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm < 0.35 dB/km <0.31 dB/km <_ 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak < 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (Ao) Zero Dispersion Slope 1302 < Ao < 1322 nm <0.092 ps/(nm'.km) Maximum Dispersion: < 3.5 ps/(nm.km) for 1285 - 1330 nm < 18 ps/(nm.km) for 1550 nm Cut -Off Wavelength <1260 nm Parameters Value Mode Field Diameter (Petermann II) 9.2 ± 0.4 µm at 1310 nm 10.5 ± 0.5 µm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-59813 "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.7 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. 0 The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.8 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable between each mid - span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have two (2) or four (4) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 10 3.9 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from Corning Cable System or approved equal. 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from Corning Cable System or approved equal. 3.11 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type 11 connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and JIS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <0.3 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 Ib. Temperature Cycling <0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. 12 Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. Fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all installed fiber cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. 13 Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing icing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. 14 Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.14 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-56 (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. 15 All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 Ibf.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.15 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans 16 3.16 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 OOD test set, a RIFOCS 263A visual fault finder, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the 17 fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: W • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a 19 sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.19 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. The cable shall be tagged in each pull box. 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. 20 4.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 4.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 4.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01 U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. 21 5.0 FIBER DISTRIBUTION UNIT (FDU) 5.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 5.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be Corning Cable System or approved equal. 22 6.0 SPLICE CLOSURES 6.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 6.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. 23 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from Corning Cable Systems, or approved equal. 24 7.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 7.1 GENERAL The locations for the installation of Ethernet switches are shown on the corresponding design plans. The Ethernet Switches with power supplies shall be furnished by Iteris and installed by the Contractor Ethernet Switch shall be from Cisco Catalyst 2960 series, or approved equal. Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 7.2 CAT&A CABLE Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 7.3 INSTALLATION Contractor shall furnish and install switches as shown on the plans and as directed by Engineer. 7.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 7.5 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. 25 8.0 POWER STRIP 8.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 8.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 8.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting 26 11. Rack mountable in W space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBAR8UItro-NEMA and ISOBAR12UItro-Rack-Mount, or approved equal. 27 9.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 9.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 9.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK 8858INT or approved equal 9.3 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 9.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. K:3 10.0 CCTV SYSTEM 10.1 GENERAL The Closed Circuit Television (CCN) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCTV camera system including the dome camera, CCTV cable (video/data/power), and CCTV camera mounting hardware shall be Contractor -furnished. The Contractor shall install the CCTV camera system at locations as shown on the Plans. 10.2 CCTV IP DOME CAMERA The Camera shall be IP, Color CCD and capable of producing no less than 1080P resolution and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 30 X and be manual/auto focus capable. The camera shall be able to operate with a continuous 360° rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 -2003 voltage range and environmental temperatures of -34° to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 20 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. The camera shall have the following features: • Network Interface — Ethernet (100BaseT-Tx) • Protocol —TCP, IGMP, RTSP, NTP, HTTP, ONVIF Profile S, NTCIP • CODECs — H.264 and MPEG (1080p) • Pan Range - 3600 • Tilt Range - 50 to -900 • Power — POE+ Camera shall use pole -mounting hardware provided by the dome CCTV camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCTV camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCN Dome Camera shall be COHU RISE 4220HD Series Dome, or approved equal. The POE+ Injector shall be CoHu Model Enable -IT 7411539-001, or approved equal. 10.3 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU RISE 4220HD series, or approved equal. 29 11.0 CONDUIT 11.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 11.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. it shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 11.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. We The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equivalent. 11.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell" end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equivalent. 11.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered 31 by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 11.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 11. 6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: 32 Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. 33 12.0 PULL BOXES 12.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 12.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 12.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case 34 of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 12.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. 35 13.0 TWISTED PAIR CABLE 13.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 13.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 13.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (%) of the diameter of the cable and must be permanent and weatherproof. 13.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 13.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid # 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding ) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage 36 • Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 13.E INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 13.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. • Results of test to be submitted to the City in a CD. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. 37 14.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "O", "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) • Bus Interface Units — detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. 14.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 14.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 14.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 14.4 CABINET STANDARDS 14.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "O", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-H32 0.125 -inch thick aluminum. • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 14.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "O" and "R" cabinets shall have three (3) shelves. 14.5 CABINET WIRING 14.5.1 EQUIPMENTACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 14.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. 14.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16") minimum. 14.5.4 CABINET LIGHTASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 14.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 14.5.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. 14.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 39 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 14.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 14.5.9 2 -POSITION AUTOIFLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.10 -POSITION AuTolOFF/ON STOP TIME — SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 14.5.11 -POSITION CONTROLLER POWER ONIOFF - SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.12 POLICE PANEL SWITCHES The Police Panel shall contain two (2) switches: The AUTO/FLASH and signals ON/OFF. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 14.5.13 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 14.5.14 -POSITION AUTO/FLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 14.5.15CAeLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 14.5.16COLOR CODING All cabinet wiring shall be color coded as follows: • Purple = Flash color programming • Brown = Green Signal Wiring 40 • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground (return),(logic ground) • Black = AC+ • White = AC - Green = Chassis 14.5.17 MAIN -PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. 14.5.18FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 14.5.19DETECTOR RACKAND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 14.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 14.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 14.5.22 FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 14.6 CABINET EQUIPMENT 14.6.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 41 14.6.2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 14.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 14.6.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all TS2-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 14.6.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 14.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRAX central control system. The interface panel shall also contain wiring for door open and flash alarms. 14.6.7 POWER Bus ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 14.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model # S66M1-50 and sub- base. 14.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-I/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 14.6.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 14.6. 11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 14.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. W 14.6.13 TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. 14.6.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. 43 15.0 STANDARDS, STEEL PEDESTALS, AND POSTS 15.1 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment as shown on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 15.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51-1.03D, "Placing Concrete" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 15.3 PAINT AND POWDER COATING If shown on plans, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. 44 16.0 SERVICE ENCLOSURES 16.1 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -26 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. Service enclosure shall be coated to match the traffic signal cabinet. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 45 17.0 SIGNAL FACES 17.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 17.2 PEDESTRIAN SIGNAL FACES Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 17.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 17.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. 46 18.0 VEHICLE DETECTORS 18.1 INDUCTIVE LOOP DETECTORS The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be per City Standard Drawing Nos. 923 -L-A and 923 -L -B, and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -5B. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. Bicycle loops shall be Caltrans 3' x 6' Type D loop detector. 47 19.0 PUSH BUTTON ASSEMBLIES 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 19.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 19.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished coating per Section 24.0 of the Special Provision Supplemental. U; 20.0 LIGHTING 20.1 LED LUMINAIRES Luminaires shall conform to the provision in Section 86-1.02K, "LED Luminaires" of the Caltrans Standard Specifications, the approved Caltrans LED Lighting Purchase Specification and these Special Provisions. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). Each luminaire shall be rated for a minimum operational life of 63,000 hours. Each luminaire will operate at an average operating time of 11.5 hours per night. Each luminaire is expected to have a minimum operational life of 180 months (15years). The luminaires to be installed shall be 120 volt with integral constant wattage ballast and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. The luminaire on -board circuitry shall include surge protection devices (SPD) to withstand high repetition noise transients as a result of utility line switching, nearby lightning strikes, and other interference. The luminaire shall be operationally compatible with currently used lighting control systems and photoelectric controls. The luminaire shall provide true ninety -degree (90 degree) cutoff with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, watertight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce a medium cutoff IES Type III light distribution. When the components are mounted on a down opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or lens frame. The door shall be secured to the housing in a manner to prevent its accidental opening. A safety cable shall mechanically connect the door to the housing. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the luminaires for a period of 84 months after acceptance of the luminaires. Replacement luminaires shall be provided promptly after receipt of luminaires that have failed at no cost to the City. All warranty documentation shall be given to the City. All LED luminaires shall be General Electric "EVOLVE" series 250W OR 200W HPS equivalents (see plans for exact wattage per location) approved equal, or as shown on the approved plans. Contractor shall have manufacturer technician on-site for final acceptance testing and approval of LED luminaires. 49 20.2 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 20.3 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. IISNS shall be NuArt Edgel-it (NAIM-72-LED-D or NAIM-96-LED-D) with mounting brackets or approved equal. Sign legends shall be white on blue background with Newport Beach logo per attachment A. 20.4 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished coating per Section 24.0 of the Special Provision Supplemental. 50 21.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. 51 22.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 48 volt Alpha Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Alpha BBS shall consist of but not be limited to: • Inverter/Charger (with Bypass Switch): FXM-1100 • 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 • All necessary hardware and interconnect wiring • Shelf mount brackets #141418 (left and right) The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 22.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be made of aluminum alloy, and of a size and details as shown specified below. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. The BBS Cabinet shall be McCain Model 36x20x16 BBS Cabinet, Side Mount M42513 -SC Power Coated, or approved equal. 52 23.0 PAINT AND POWDER COATING All new traffic signal equipment to be installed in the Newport Center Area and/or as shown on the plans, including controller cabinet and service, poles, mast arms, vehicle heads (except inside visors and faces of back plates), pedestrian heads (except screens), push buttons assemblies, framework, terminal blocks, and signal mounting assemblies, etc. shall be coated Valmont Frost White, No. 652 (or equal) in accordance with the following requirements: Traffic signal poles and mast arms shall be coated as detailed bellow: • Galvanize: The product shall be galvanized in accordance with ASTM 123; • Surface Preparation: Brush blast exterior surface to SSP7 specifications; • Application Instructions: The product shall be painted prior to delivery to the job site. Apply in conformance to the manufacturer's instructions. The total application shall be 10 to 16 mils D.F.T. consisting of 5-8 mils of epoxy primer and 5-8 mils of gloss urethane color top coat. • Touch Up: The manufacturer shall provide extra coating for field touch up due to transportation and handling. Other items to be coated shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D-522. Traffic signal control cabinet shall be coated as detailed in the Spec Supplemental. The service cabinet shall be coated to match the control cabinet. 53 24.0 SIGNS 24.1 GENERAL Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 % inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. Signs installed on or adjacent to bicycle sidewalks, paths, or walkways should be installed at a clear height of eight feet. 54 ATTACHMENT A IISNS Sign Detail 55 E 2 ALTERNATE: CONCRETE COLLAR TO GRADE (BLACK MIX) 12" Z---------_ CV r #4 @ 6" HORIZONTAL #4 @ 12" VERTICAL MORTAR JOINTS, TYP NEW OR EXISTING CONE PVC WELD STRIP FOR GRADE RING AND CONE FOR PVC LINER REPAIR (TYP. ) NOTFS- MANHOLE FRAME AND COVER PER S-053 OR S-054 3" HOT MIX ASPHALT CROSS SECTION z� CV d' CV #4 @ 6" CIRCULAR #4 @ 12" RADIAL CONCRETE COLLAR 1. NEATLY REMOVE PAVEMENT AND AGGREGATE BASE AS NECESSARY TO MAKE ADJUSTMENT. 2. MAKE FINAL ADJUSTMENTS AT THE MORTAR JOINT BETWEEN THE FIRST AND SECOND GRADE RINGS. SET FLUSH WITH PAVEMENT TO ONE-EIGHTH INCH HIGH. 3. AT EXISTING MANHOLES, ADD OR REMOVE GRADE RINGS, REPAIR PVC OR SPRAYED LINER, AND TEST LINER FOR PINHOLES AS APPROVED BY THE ENGINEER. ADJUST HEIGHT AT MANHOLE RISER SECTIONS IF THE TOTAL HEIGHT OF GRADE RINGS WOULD EXCEED 24 INCHES. 4. BACKFILL FLUSH WITH SURFACE OR BELOW PAVEMENT SURFACE AS REQUIRED BY GOVERNING AGENCY WITH 3250 PSI (CLASS B) QUICK -SETTING CONCRETE TO FORM COLLAR. EXPOSED CONCRETE SHALL BE BLACK IN COLOR. 5. FILL AREA ABOVE BELOW -GRADE COLLAR WITH AC WEARING SURFACE TO MATCH ADJACENT AC. 6. WHERE ODOR CONDITIONS EXIST OR WHERE DESIGNATED, SEAL MANHOLE RIM AND HOLES WITH DUCT -SEAL MASTIC. RE -SEAL IF EXISTING MANHOLE COVER WAS SEALED. ORANGE COUNTY SANITATION DISTRICT APPROVED 1 EDAC 2117 0 o NO. APPROVED DATE DIRE( MANHOLE ADJUSTMENT TO GRADE NO SCALE STANDARD DWG. S-055 E MANHOLE COVER MANHOLEFRAME EDAC I �1 CLEAN EXISTING PVC LINER WITH 409 AND BUFF SURFACE, WELD NEW PVC MANHOLE TOPPER ONTO EXISTING PVC LINER WITH 1" PVC WELD STRIP EXISTING MANHOLE PVC LINER DETAIL NOTE: 1. AT EXISTING MANHOLES, ADD OR REMOVE GRADE RINGS, REPAIR PVC OR SPRAYED ON LINER, AND TEST LINER FOR PINHOLES AND "PROBE TEST" FOR WEAK WELDS AS APPROVED BY THE ENGINEER. ADJUST HEIGHT AT MANHOLE RISER SECTIONS IF THE TOTAL HEIGHT OF GRADE RINGS WOULD EXCEED 24 INCHES. 2. WHERE ODOR CONDITIONS EXIST OR WHERE DESIGNATED, SEAL MANHOLE RIM AND HOLES WITH DUCT -SEAL MASTIC. RE -SEAL IF EXISTING MANHOLE COVER WAS SEALED. ORANGE COUNTY SANITATION DISTRICT ORANGE CPUNTY„CALIFORNIA APPROVED 9Y PVC LINER REPAIR EXIST MANHOLE NO SCALE STANDARD DWG. S -055A SAWCUT EXIST CONCRETE 1.5" FILL GAP WITH CONCRETE MORTAR AS REQUIRED BEAD OF SIKAFLEX 1A f SIKA449/203 PRIMER REPAIR CONCRETE AS REQUIRED -- AMERON AMER-PLATE, PVC MANHOLE TOPPER CONCRETE GRADE RING ) NON PVC LINED OR CORRODED CONCRETE GRADE RINGS SEE DETAIL "A" DETAIL "All MANHOLE COVER MANHOLEFRAME IMPROPERLY — TERMINATED PVC LINER f AT TOP OF MANHOLE `r TRIM EXISTING PVC a LINER TO SOUND CONCRETE i EXISTING PVC LINER EDAC I �1 CLEAN EXISTING PVC LINER WITH 409 AND BUFF SURFACE, WELD NEW PVC MANHOLE TOPPER ONTO EXISTING PVC LINER WITH 1" PVC WELD STRIP EXISTING MANHOLE PVC LINER DETAIL NOTE: 1. AT EXISTING MANHOLES, ADD OR REMOVE GRADE RINGS, REPAIR PVC OR SPRAYED ON LINER, AND TEST LINER FOR PINHOLES AND "PROBE TEST" FOR WEAK WELDS AS APPROVED BY THE ENGINEER. ADJUST HEIGHT AT MANHOLE RISER SECTIONS IF THE TOTAL HEIGHT OF GRADE RINGS WOULD EXCEED 24 INCHES. 2. WHERE ODOR CONDITIONS EXIST OR WHERE DESIGNATED, SEAL MANHOLE RIM AND HOLES WITH DUCT -SEAL MASTIC. RE -SEAL IF EXISTING MANHOLE COVER WAS SEALED. ORANGE COUNTY SANITATION DISTRICT ORANGE CPUNTY„CALIFORNIA APPROVED 9Y PVC LINER REPAIR EXIST MANHOLE NO SCALE STANDARD DWG. S -055A LIMIT LINE OR CROSSWALK PER PLAN oa 000 3 -OX 0 �o Im. XI I I I LEFT TURN LANE THROUGH LANES I I I BIKE LANE II I EDGE OF GUTTER CURB FACE v 001° 1 -OX 12 -OX LEGEND: 1 -OX 1 -DY OXB 0 0 0 DETECTOR INPUT FOR THROUGH PHASES DETECTOR INPUT FOR LEFT TURN PHASES BICYCLE LOOP DETECTOR INPUT CALTRANS TYPE E LOOP DETECTOR MODIFIED CALTRANS TYPE E LOOP DETECTOR CALTRANS TYPE D LOOP DETECTOR (3'x6') NOTES: 1 UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LIMIT LINE LOOPS 2' IN ADVANCE OF CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DLC. CITY OF NEWPORT BEACH LOOP DETECTOR DETAIL PUBLIC WORKS DEPARTMENT SHEET 1 OF 2 I v1 A WINDING DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) SAWCUT DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) Start Finish CITY OF NEWPORT BEACH LOOP DETECTOR DETAIL PUBLIC WORKS DEPARTMENT SHEET 2 OF 2 L, U Z Li H I f O U C ZZ L to Z I a0 Q O 0 O Z J V) w ZD O m V C J C C7 �• s � 1 O --; cnJ CITY OF NENVI)ORT BERCI I i I I PL'l3LIC 11 ORKS DITAK ! MENI i ll24N11\'G \U. C Z Q C.7 Z V) ZD C S w O t O } m < J J C Lu < C .: U w = z ut O ~ � O LJ w (D m O z Z O N: m Z z w U w O) � J Q d u w = V) J Q S m !— H S V) U O ~ Z O Li Q g O -J N Z u Q u _O m O m z m Q LL p N LLJ O Iii O O F z O LJ Ir V) V) C S W J L�. < U < Q � C=^, z LL J J O O S Q CL< Cw 0 W. w Ch Q C~ O Q J m M _ w li; w w O LLJu 0 0 0 mZ z FU N 0 0 0 M< C z z _J _J _J z Of � w < cr < < c! cn _ CJ U)t w I cY' `� I- Q F �- — w Z. 2 — J C% U u <F- hii V � —' (?:. I -'" eta niatvi CD Scale: N.T.S. Date 06042111; ll24N11\'G \U. R EC'D 2' MIN * 8' MIN WHEN INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS OR WALKWAYS. TRAFFIC SIGN VARIESI� 2" x 2" O.D. 14 GA. UNISTRUT POST 7' MIN* 4"-6" ABOVE FINISH SURFACE 8" MIN. FINISH SURFACE 2-1/4" x 2-1/4" O.D. 12 GA.�� UNISTRUT BASE 1$" IN CONCRETE 30" IN DIRT TYPICAL SIGN INSTALLATION NOTES 1. SIGN SHALL BE STANDARD SIZE PER THE CALIFORNIA MUTCD UNLESS OTHERWISE SHOWN. RETROREFLECTIVE SHEETING SHALL BE TYPE 4 OR GREATER. SIGN SHALL BE MADE OF ALUMINUM (0.08 INCH THICKNESS). 2. NEW SIGN POSTS SHALL BE 14 GAUGE, 2 INCH SQUARE (O.D.) UNISTRUT INSTALLED INTO A 12 GAUGE 2 -1/4 -INCH UNISTRUT (O.D.) BASE. UNISTRUT BASE SHALL BE INSTALLED AT A DEPTH OF 18 INCHES IN CONCRETE AND 30 INCHES IN DIRT. CONTRACTOR SHALL USA LOCATION PRIOR TO INSTALLING SIGN. 3. SIGN MOUNTING HARDWARE AND BRACKETS SHALL BE 5/16 INCH STAINLESS STEEL. ANTI -SEIZE LUBRICANT SHALL BE APPLIED TO MOUNTING HARDWARE PRIOR TO INSTALLATION. 4. SIGNS SHALL BE INSTALLED AT A CLEAR HEIGHT OF 7 FEET UNLESS OTHERWISE SHOWN ON PLANS. LOCATION OF SIGNS SHOWN ON PLANS IS APPROXIMATE AND SHALL BE APPROVED BY THE CITY PRIOR TO INSTALLATION. SIGNS INSTALLED ON OR ADJACENT TO BICYCLE SIDEWALKS, PATHS, OR WALKWAYS SHOULD BE INSTALLED AT A CLEAR HEIGHT OF 8 FEET. APP REV;SED DATE DIR OF PUBLIC NORLS DATE ADOPT CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS TYPICAL TRAFFIC SIGN INSTALLATION STANDARD DETAIL NO. 924-L fi WITH STANDARD SPECIFICATIONS FOR i UBIAC WORKS CONSTRU SHEET '. C-7224-1 Appendix D — Preformed Thermoplastic Pavement Markings Supplemental Page 56 of 57 Inlaid Preformed Thermoplastic Asphalt Pavement Marking System 1. Use: A durable preformed thermoplastic pavement markings inlaid into an imprinted asphalt surface and thermally bonded using heat. The finished thermoplastic marking shall lie slightly below the asphalt surface to protect from wear. The installed thermoplastic marking shall have clean and neat edges to match the standard patterns or custom patterns shown on plans. Inlaid patterns and colors shall be from the standard pattern and color selection from Duratherm by Ennis -Flint or approved equal. Thermoplastic Median Pavement shall be the Running Bond pattern. Color shall be Sonoma Sand. Thermoplastic Crosswalk Pavement shall be the custom-made pattern as shown on plans. Colors shall be White and Sky Blue as indicated on plans. 1.1. The preformed thermoplastic is inlaid into asphalt pavement using manufacturer specified heating equipment to elevate the temperature of the asphalt without it being adversely affected. A specified template is imprinted into the heated asphalt pavement to create depressions to match the desired pattern. The preformed thermoplastic, precut by the material manufacturer to match the imprinted pattern, is laid to fit within the depressions and melted in place using the proprietary infrared heater. 1.2. As shown below in the typical cross-section, the top of the inlaid preformed thermoplastic lies slightly below the surface level of the surrounding asphalt pavement allowing the pavement to absorb the physical effects of the traffic: Inlaid Preformed Thermoplastic installed just _�> below asphalt surface TYPICAL CROSS-SECTION (mono scv�cl 1.3. When applied in accordance with the manufacturer's application guidelines by an applicator certified by the manufacturer, the inlaid preformed thermoplastic will wear at a similar rate as the surrounding asphalt pavement. Therefore, the life of the inlaid preformed thermoplastic is dependent upon using a long lasting, durable and stable asphalt pavement to prevent premature wear. 1.4. The inlaid preformed thermoplastic is available in a variety of standard patterns and colors. Appendix D - 1 The primary pattern shall be created using precut preformed thermoplastic sheets that are 24 in. (.6 m) x 24 in. (.6 m). The precut patterned border pieces shall measure either 8 in. (.2 m) or 12 in. (.3 m) wide x 24 in. (.6 m) long. These sizes ensure the specified patterns are created with a minimal number of seams between the preformed thermoplastic sheets. The use of individual preformed thermoplastic strips inlaid into standard imprinted patterns to create the design shall not be allowed. 1.5. The inlaid preformed thermoplastic is manufactured without glass beads. The inlaid preformed thermoplastic material must be a resilient preformed thermoplastic product, which contains intermixed anti-skid/anti-slip elements with a minimum hardness of 6 (Mohs scale), and where the top surface contains factory applied anti- skid/anti-slip elements with a minimum hardness of 8 (Mohs scale). 2. MANUFACTURING CONTROL AND ISO CERTIFICATION: The manufacturer must be ISO 9001:2015 certified for design, development and manufacturing of preformed thermoplastic, and provide proof of current certification. PREFORMED THERMOPLASTIC MATERIAL: Must be composed of an ester -modified rosin impervious to degradation by motor fuels, lubricants, etc. in conjunction with aggregates, pigments, binders, and anti-skid/anti-slip elements. Pigments and anti-skid/anti-slip elements must be uniformly distributed throughout the material. The thermoplastic material conforms to AASHTO designation M249, with the exception of the relevant differences due to the material being supplied in a preformed state, being non -reflective, and potentially being of a color different from white or yellow. 3.1. Pigments: 3.1.1. White: The material shall be manufactured with sufficient titanium dioxide pigment to meet FHWA Docket No. FHWA-99-6190 Table 5 and Table 6 as revised and corrected. 3.1.2. Other Colors: The pigment system must not contain heavy metals, nor any carcinogen as defined in 29 CFR 1910.1200 in amounts exceeding permissible limits as specified in relevant Federal Regulations. 3.2. Skid Resistance: The surface of the preformed thermoplastic material shall contain factory applied anti-skid material with a minimum hardness of 8 (Mohs scale). Upon application the material shall provide a minimum skid resistance value of 60 BPN when tested according to ASTM E 303. 3.3. Slip Resistance: The surface of the preformed thermoplastic material shall contain factory applied anti-skid material with a minimum hardness of 8 (Mohs scale). Upon application the material shall provide a minimum static friction of coefficient of 0.6 when tested according to ASTM C 1028 (wet and dry), and a minimum static coefficient of friction of 0.6 when tested according to ASTM D 2047. 3.4. Thickness: The material must be supplied at a minimum thickness of 90 mil (2.3 mm). 3.5. Environmental Resistance: The material must be resistant to deterioration due to exposure to sunlight, water, salt or adverse weather conditions and impervious to oil and gasoline. 3.6. Stora e Life: The material may be stored for 12 months, if stored indoors and protected from the elements. Appendix D - 2 3.7. Transverse Lines for Inlaid Preformed Thermoplastic Crosswalk Application: Supplied as white, retroreflective preformed thermoplastic linear striping material in 90 mil (2.3 mm) or 125 mil (3.2 mm) thickness, material is available in 6 in. (.15 m), 8 in. (.20 m) or 12 in. (.30 m) widths. This material may be supplied and applied by the certified applicator in conjunction with the inlaid preformed thermoplastic system and is available from the inlaid preformed thermoplastic manufacturer. (Consult the manufacturer's published application instructions for the preformed thermoplastic linear striping material selected for proper application methods.) 4. SPECIALIZED APPLICATION EQUIPMENT: 4.1. Stamping Templates: Designed and constructed for imprinting the specified pattern into the asphalt pavement, templates are supplied by the inlaid preformed thermoplastic manufacturer in 150 mil (3.81 mm) thickness. Standard patterned templates are designed to create crosswalks ranging from 6 ft. (1.8 m) to 20 ft. (6.1 m) wide, in 2 ft. (.6 m) width increments. Template layout drawings shall be supplied by the inlaid preformed thermoplastic manufacturer to illustrate proper template placement to create the specified pattern. Certain templates may be field assembled as needed using the manufacturer supplied template assembly kit. For crosswalk widths less than 6 ft. (1.8 m) or more than 20 ft. (6.1 m), custom templates may be designed and constructed in 2 ft. (.6 m) width increments Appendix D - 3 4.2. Heating Equipment: The inlaid preformed thermoplastic manufacturer shall distribute reciprocating infrared heating equipment designed specifically to elevate the temperature of the asphalt pavement without adversely affecting it, as well as the inlaid preformed thermoplastic material. The primary asphalt heating unit must employ a bank of propane -fired infrared heaters, mounted on a track device that allows the heater bank to reciprocate back and forth over a designated area, thereby allowing the operator to monitor the temperature of the asphalt pavement and the inlaid preformed thermoplastic at all times during the pavement heating process. 4.2.1. A smaller, mobile infrared heater distributed by the inlaid preformed thermoplastic manufacturer is designed specifically to heat areas such as borders and narrow areas that are inaccessible to the primary heater. This secondary heater also allows the operator to monitor the temperature of the asphalt pavement and the inlaid preformed thermoplastic at all times during the heating process. 4.2.2. An approved hand-held propane heat torch distributed by the inlaid preformed thermoplastic manufacturer shall be used to heat isolated areas of the asphalt pavement or inlaid preformed thermoplastic. 4.3. Hand Held Finishing Tool: Enables the applicator to complete the imprinting of the asphalt pavement in areas around permanent structures, such as curbs and manholes covers, which may be inaccessible to the stamping template. The hand held finishing tools are distributed by the inlaid preformed thermoplastic manufacturer. 4.4. Vibratory Plate Compactor (700-900 lb. / 318-408 kg): Shall be used for pressing the stamping template into the heated asphalt to create the specified pattern. The inlaid preformed thermoplastic manufacturer does not supply vibratory plate compactors. 5. APPLICATION (Asphalt Substrate Only): 5.1. Manufacturer Certified Applicator Requirement: The material shall be supplied and applied only by an applicator certified by the manufacturer. The applicator shall provide proof of current certification before commencing work. The Certified Applicator shall follow the manufacturer's current published application guidelines. 5.2. Substrate Condition: The material must only be applied to a stable, high quality asphalt pavement substrate over a stable base that is free of defects per the manufacturer's published substrate guide. The asphalt pavement surface shall be dry and free from all foreign matter, including but not limited to dirt, dust, de-icing materials, and chemical residue. 5.3. Procedure: The asphalt pavement surface is heated with the primary reciprocating infrared heater to the appropriate temperature range to allow for surface imprinting. The stamping template in the specified pattern is imprinted into the heated asphalt pavement using the 700-900 lb. vibratory plate compactor. The preformed thermoplastic sheets, precut at the factory by the material manufacturer to match the template pattern, are laid into the pattern created by the stamping template, and heated until thoroughly molten with the primary reciprocating infrared heater. The mobile infrared heater or approved propane heat torch may be used in areas inaccessible to the primary reciprocating infrared heater. The material is then allowed to cool thoroughly before being opened to vehicle or pedestrian traffic. (Consult the manufacturer's published application procedures for complete information.) 5.4. The inlaid preformed thermoplastic asphalt pavement marking system shall not be applied to Portland Cement Concrete. 5. PACKAGING: The preformed thermoplastic material shall be vacuum sealed in protective plastic film with cardboard stiffeners to prevent damage in transit. The cartons in which standard preformed thermoplastic patterned sheets are packed shall be non -returnable and shall not exceed 25 in. in length and 25 in. in width. The cartons shall be labeled for ease of identification. The weight of an individual carton must not exceed fifty (50) pounds. The carton must be wrapped with a protective film to protect the material from rain or premature aging. 6. TECHNICAL SERVICES: The successful bidder shall provide technical services as required. 7. PERFORMANCE: The inlaid preformed thermoplastic pavement material shall meet state specifications and be approved for use by the appropriate state agency. Appendix D - 4 C-7224-1 Appendix E — Geotechnical Reports Page 57 of 57 GEOTECHNICAL ENGINEERING REPORT BAYSIDE DRIVE IMPROVEMENT PROJECT COMMONWEALTH AVENUE BETWEEN EAST COAST HIGHWAY TO JAMBOREE ROAD -MARINE AVENUE CITY OF NEWPORT BEACH, CALIFORNIA Prepared for: MARK THOMAS & COMPANY, INC. 16795 Von Karman Avenue, Suite 200 Irvine, California 92606 Project No. 11818.001 January 10, 2018 49 Leighton Consulting, Inc. In A ,i January 10, 2018 Project No. 11818.001 Mark Thomas & Company, Inc. 16795 Von Karman Avenue, Suite 200 Irvine, California 90606 Attention: Mr. Robert Himes Subject: Geotechnical Engineering Report Bayside Drive Improvement Project East Coast Highway to Jamboree Road -Marine Avenue City of Newport Beach, California In accordance with your request and authorization, Leighton Consulting, Inc. is pleased to submit this Geotechnical Engineering Report for the proposed Bayside Drive Improvement Project in the city of Newport Beach, California. The proposed project consists of pavement rehabilitation along three roadways including Bayside Drive between East Coast Highway and Jamboree Road/Marine Avenue; Jamboree Road between East Coast Highway and Bayside Drive; and Marine Avenue between Bayside Drive and North Bay Front. A portion of the Marine Avenue segment exists along a bridge that spans the waterway north of Balboa Island. In addition to pavement rehabilitation, the proposed project includes construction of a new pedestrian sidewalk along a portion of the north side of Bayside Drive. Construction of the sidewalk requires a new retaining wall. Our geotechnical study has been performed based on various email conversations with you and our proposal dated July 19, 2017. Detailed findings and recommendations are presented in this report for pavement rehabilitation including overlay construction, full depth reclamation or construction of new pavement. In addition, recommendations are presented for design and construction of the proposed retaining wall considering a semi - gravity cantilever wall system or a permanent soldier pile wall. Our conclusions and recommendations should be reviewed and verified by the geotechnical engineer during construction. 11818.001 We appreciate this opportunity to be of service. If you have any questions regarding this report, please do not hesitate to contact this office. QRpFES. 1' o N9 R Pv l�2 co Q No.82535 m Cr - CIVIL OF CAB F ESS a�. RAS SP/CD/JEH/Ir Distribution: (1) Addressee Respectfully submitted, LEIGHTON CONSULTING, INC. Sreekar Pulijala, PE 82535 Senior Project Engineer John E. Haertle, PE, GE 2352 Associate Engineer -2 ;f - LeightQn TABLE OF CONTENTS Section 11818.001 Page 1.0 INTRODUCTION..................................................................................................1 1.1 Site Location and Project Description........................................................ 1 1.2 Purpose and Scope................................................................................... 2 2.0 GEOTECHNICAL FINDINGS...............................................................................4 2.1 Existing Pavement Sections and Tested R -Values .................................... 4 2.2 Existing Pavement Condition..................................................................... 5 2.3 Regional Geology...................................................................................... 6 2.4 Subsurface Soil Conditions........................................................................ 7 2.5 Groundwater Conditions............................................................................ 7 2.6 Traffic Index............................................................................................... 7 2.7 Corrosion Potential.................................................................................... 8 2.8 Surface Fault Rupture................................................................................ 8 2.9 Ground Motion........................................................................................... 9 3.0 PAVEMENT RECOMMENDATIONS.................................................................10 3.1 Pavement Rehabilitation.......................................................................... 10 3.2 Full Depth Reclamation............................................................................ 12 3.3 New Pavement Sections.......................................................................... 13 3.4 Earthwork for Pavement Construction..................................................... 13 3.4.1 Subgrade Preparation................................................................... 13 3.4.2 Fill Placement and Compaction..................................................... 14 3.4.3 Material Recommendations.......................................................... 14 3.5 Cemet Type............................................................................................. 15 3.6 Plan Review............................................................................................. 15 3.7 Geotechnical Observation and Testing .................................................... 15 4.0 RETAINING WALL RECOMMENDATIONS......................................................16 4.1 Design Considerations............................................................................. 16 4.2 Earthwork for Retaining Wall Construction .............................................. 17 4.2.1 Overexcavation............................................................................. 17 4.2.2 Subgrade Preparation................................................................... 18 4.2.3 Fill Material.................................................................................... 18 4.2.4 Construction Backcut.................................................................... 18 4.3 Spread Footing Foundation Design......................................................... 19 4.4 Lateral Earth Pressures........................................................................... 19 4.5 Soldier Pile Wall Design and Construction ............................................... 21 4.6 Seismic Design Parameters..................................................................... 22 4.7 Additional Geotechnical Services............................................................ 23 -i- 11818.001 TABLE OF CONTENTS (Cont'd) 5.0 LIMITATIONS.....................................................................................................24 6.0 REFERENCES................................................................................................... 25 Table 1 — Existing Pavement Sections and Tested R -values .......................................... 4 Table 2 — Replacement Pavement Sections for Full Depth Repairs..............................11 Table 3 — FDR Pavement Section................................................................................ 12 Table 4 — Recommended Sections for New Pavement ................................................. 13 Table 5 — Retaining Wall Design Parameters................................................................ 20 Table 6 — 2016 CBC Based Seismic Design Parameters .............................................. 22 LIST OF ATTACHMENTS Important Information about Your Geotechnical Engineering Report Figure 1 — Site and Boring Location Map Figure 2 — Retaining Wall Construction and Backfill Appendix A — Project Plans Appendix B — Geotechnical Boring Logs Appendix C — Geotechnical Laboratory Test Results Appendix D — Site Photos of Existing Pavement Conditions Appendix E — Earthworks and Grading Guide Specifications —ii— � 1{1%ail 11818.001 1.0 INTRODUCTION 1.1 Site Location and Project Description The proposed roadway improvement project consists of three sections of roadway: • Bayside Drive extending easterly from East Coast Highway to the intersection with Jamboree Road; • Jamboree Road from the intersection with East Coast Highway extending southerly to the intersection with Marine Avenue; and • Marine Avenue extending southerly crossing the bridge to Balboa Island and terminates at the intersection with North Bay Front on Balboa Island. The configuration of these roadways is shown in Figure 1, Site and Boring Location Map. Preliminary Civil plans have been provided for our use in preparation of this report. A copy of these plans is included in Appendix A. The total length of the proposed roadway improvement along Bayside Drive is approximately 5,200 lineal feet. This segment of Bayside Drive trends in the northwest -southeast direction with gently sloping topographic relief along the roadway but ascending slopes exist along the northern side of the roadway. At the time of our field exploration, Bayside Drive was a four -lane asphalt concrete road with painted medians and roadside parking. The total length of the proposed roadway improvement along Jamboree Road is approximately 900 lineal feet and approximately 570 lineal feet along Marine Avenue. These segments of Jamboree Road and Marine Avenue generally trend in north -south direction. Currently, Jamboree Road is a four -lane asphalt concrete road while Marine Avenue is a two-lane asphalt concrete road. A portion of Marine Avenue is supported by a bridge that provides access to Balboa Island. The proposed project consists of several components: rehabilitation of existing pavement; construction of a new 600 -foot long by 7 -foot wide pedestrian sidewalk along the north side of Bayside Drive between the intersections with Promontory Drive East and Promontory Drive West; and construction of a retaining wall along the northern side of the new sidewalk between approximate -1- :-,j�y6Er:'�ti 11818.001 Station 32+00 to Station 37+00, according to the preliminary Civil plans provided for our use. 1.2 Purpose and Scope The purpose of our geotechnical engineering analysis was to evaluate the soil and groundwater conditions at the site through review of available data and exploratory borings; conduct laboratory testing on select samples to determine the relevant engineering properties of the soils; and provide geotechnical recommendations to aid in design and construction of the project as currently proposed. The scope of this geotechnical exploration included the following tasks: • Background Review— Readily available, relevant geotechnical and geological literature pertinent to the project site were reviewed or consulted in the preparation of this report. References reviewed in preparation of this report are listed in Section 6.0. • Field Exploration — Prior to the subsurface exploration, a site visit was performed by an engineer from our office to evaluate access for heavy equipment and to mark the boring locations. We subsequently informed Underground Service Alert (USA) for utility clearance. We also obtained an encroachment permit from the City of Newport Beach for our field exploration. Our subsurface exploration was performed on November 14, 2017. A total of eight test borings (LB -1 through LB -8) were performed. Exploration to a depth of 5 feet below grade at all boring locations was conducted by manual (hand auger) methods to reduce the potential for damage to shallow, unidentified underground utilities. Test Boring Nos. LB -3 and LB -4 were drilled on Bayside Drive using a conventional truck -mounted (CME 75) drilling rig equipped with 3% -inch inside diameter (I.D.) hollow stem augers (HSA) to a depth of 16.5 feet below road elevation to provide sufficient subsurface data for use in design of the foundation of the proposed retaining wall. The remaining six borings were each advanced to a depth of 5 feet below the existing pavement surface. No borings were performed in the segment of Marine Avenue supported by the bridge. The approximate boring locations are depicted on Figure 1, Site and Boring Location Map. Boring logs are included in Appendix B. 11818.001 At borings LB -3 and LB -4, drive samples were collected using a modified California sampler in accordance with ASTM Test Method D3550. The Standard Penetration Test (SPT) was also performed within the hollow -stem auger borings in accordance with ASTM Test Method D1586. Samplers were driven for a total penetration of 18 inches, unless practical refusal was encountered, using a 140 -pound automatic hammer falling freely for 30 inches. The number of blows per 6 inches of penetration was recorded on the boring logs. The borings were logged in the field by a member of our technical staff. Each soil sample collected was reviewed and described in accordance with the Unified Soil Classification System (USCS). The samples were sealed and packaged for transportation to our laboratory. • Laboratory Testinq — Laboratory tests were performed on representative soil samples to evaluate relevant geotechnical engineering properties of subsurface materials. The following laboratory tests were performed: ➢ In-situ Moisture Content and Dry Density (ASTM D2216 and ASTM D2937); ➢ Direct Shear (ASTM D 3080); and ➢ Corrosivity (Soluble Sulfate ASTM C1580, Soluble Chloride ASTM C1411- 09, pH ASTM D4972, and Resistivity (Caltrans CTM 643). All laboratory tests were performed in general conformance with ASTM or Caltrans procedures. The in-situ moisture and density of soil samples at depths are shown on the borings logs included in Appendix B. The results of the remaining laboratory tests are presented in Appendix C — Laboratory Test Results. • Site Photographs — Photographs of the existing pavement that depict typical conditions present at the time of our exploration are included in Appendix D. • Engineering Analysis — Geotechnical analysis was performed on the collected data to develop conclusions and recommendations for design and construction of the planned improvements. • Report Preparation - This geotechnical report presents our findings, conclusions, and recommendations. Recommendations in this report are subject to the limitations presented in Section 5.0 of the report. 4 -3- 11818.001 2.0 GEOTECHNICAL FINDINGS 2.1 Existing Pavement Sections and Tested R -Values The thickness of the existing pavement section was measured at each test boring location to document existing conditions. Measurements were conducted using a conventional tape measure or folding rule along the inside edge of the borehole. The pavement section was found to generally consist of approximately 5'/z to 11 inches of asphalt concrete (AC) underlain by no base course or, where present, 1'/2 to 8 inches of coarse granular material. The relative pavement support characteristics of the subgrade soils were evaluated by performing R - value tests. The existing pavement sections as measured in our borings and tested R -values are summarized in Table 1. Table 1 — Existing Pavement Sections and Tested R -values -4- Leighton Pavement Boring Direction of Approximate Sections Tested No. Street Traffic Location inches (inches) R -value Flow AC Base 3 feet south of curb LB -1 Westbound 5'/2 8 66 at Sta. ±16+38 11.5 feet north of LB -2 Eastbound 7'/2 0 -- Bayside curb at Sta. ±22+40 2.5 feet south of LB -3 Westbound 8'/z 0 -- Drive curb at Sta. ±33+92 2.5 feet south of LB -4 Westbound 8'/z 0 72 curb at Sta. ±33+72 6.5 feet north of curb LB -5 Eastbound 8 3 69 at Sta. ±44+20 4 feet west of curb LB -6 Northbound 11 1'/2 -- Jamboree Road at Sta. ±13+50 8 feet east of curb LB -7 Southbound 8 0 37 at Sta. ±16+45 Marine 2 feet west of curb LB -8 Northbound 5 6 -- Avenue at Sta. ±11+50 -4- Leighton 11818.001 Field measurements suggest Bayside Drive was constructed as a full -depth pavement section (i.e., no design base course layer) in which the asphalt thickness ranged from approximately 7'/2 to 81/2 inches. A departure in the general trend was encountered at Boring LB -1 where the thickness of the asphalt pavement was less (5'/2 inches) and a discernible base course was present. The pavement thickness encountered along Jamboree Road south of East Coast Highway appeared to be constructed as full -depth pavement with no specific minimum base course layer. The pavement exhibited variance in thickness in which the pavement in the northern region of this segment (Boring LB -6) was approximately 11 inches as compared to a thickness of 8 inches farther south at Boring LB -7. The pavement section in Marine Avenue was found to consist of 5 inches of asphalt concrete underlain by 6 inches of base course. 2.2 Existing Pavement Condition Visible indications of prior and ongoing damage and distress were evident at the time of our initial site review and at the time of exploration. The pavement exhibited longitudinal and transverse cracks, raveling, and patches associated with utility trenching and prior repairs. In addition, some alligator cracking was observed on Bayside Drive and Jamboree Road. Common causes of the distress are briefly discussed below. • Longitudinal cracks are cracks approximately parallel to pavement centerline. Locations of these cracks provide an indication of the cause of the pavement distress. Longitudinal cracks not in the wheel path are non -load associated cracks and likely caused by thermal cracking while longitudinal cracks within the wheel path are typically caused by traffic loading. Transverse cracks are caused by thermal cracking. • Raveling is a progressive degradation/wearing away of the pavement surface caused by the dislodging of aggregate particles and loss of asphalt binder. • Patches for utility trenches may affect rideability due to dissimilar pavement support provided by the trench backfill and the adjacent undisturbed subgrade soils. Trench patches may also affect and appearance of the pavement. s -5- 11818.001 • Alligator cracks are caused by repeated traffic loadings and indicate fatigue failure of the asphalt layer when the cracks are relatively closely -spaced. Wide crack spacing in the alligator crack pattern may be indicative of subgrade instability. Frequent to extensive longitudinal and transverse cracking and apparent distress related to wheel loads were noted on the existing pavement. Photographic documentation of the existing pavement condition at specific locations is presented in Appendix D. 2.3 Regional Geology The subject site is located on Newport Mesa in the southern margin of the Los Angeles Basin, a large structural depression within the Peninsular Ranges geomorphic province of California. The Peninsular Ranges province is bounded by the Transverse Ranges Province on the north, by the Colorado Desert Province to the east and extends south into Baja, California. The site lies at the northernmost end of the San Joaquin Hills, which are a northwest trending topographic structure located within the Peninsular Ranges along coastal Southern California. Regional tectonic activity has uplifted the San Joaquin Hills into an elongated arched fold (anticlinorium) trending to the northwest from San Juan Capistrano to Huntington Mesa. This anticlinal folding has occurred as this entire section of the southern California coast was uplifted by the San Joaquin Hills blind thrust fault (Grant et at., 1997, 1999, and 2002; Mueller et al., 1998). The Peninsular Ranges region and the offshore areas of Southern California also contain several major northwest trending active faults. The Newport Mesa is a terrace surface characterized by nearly horizontal alluvial and terrace deposits (ancient near shore marine and terrestrial deposits), which are underlain by sediments of the Quaternary age (1.8 million years to 11,700 years ago) San Pedro Formation and the Miocene age (23 to 5 million years ago) Monterey Formation. The elevation of the Mesa rises abruptly to heights of 50 to 100 feet above sea level separating the lowland area and bluff face by a steep erosional feature which provides numerous exposures defining structural and stratigraphic relationships which extend below the Mesa and offshore. -6 ;4 - Leighton 11818.001 2.4 Subsurface Soil Conditions The subgrade soils at the site encountered in our borings (LB -1 through LB -5 and LB -8) consisted primarily of medium dense sand, silty sand and clayey sand that exhibited R -values greater than 60. The subgrade soils at the boring locations in Jamboree Road (LB -6 and LB -7) consisted of fine-grained silts and clays. Soils of this nature typically exhibit lower pavement support characteristics as compared to coarser grained granular soils. Testing yielded an R -value of 39 for a representative composite sample of the subgrade soils along Jamboree Road. Siltstone of Monterey Formation (Tm) was encountered at depths of approximately 8 and 151/2 feet below street grade at Boring Nos. LB -3 and LB -4, respectively. The depth to the bedrock formation is not known in other regions of the project site since the remaining borings extended only to a depth of 5 feet below street grade for pavement design purposes. Detailed descriptions of the soils are included in the boring logs in Appendix B. Results of the in-place moisture content and dry density test results are included in the boring logs. Results of R -value laboratory tests are summarized in Table 1; the results of laboratory tests are included in Appendix C. 2.5 Groundwater Conditions Sandy soils were encountered at a depth of about 5 feet below existing grade at borings LB -3 and LB -4 that extended to a depth of approximately 8 feet (LB -3) and 151/2 feet (LB -4). The sands at LB -4 exhibited very moist to wet relative moisture content at a depth of approximately 10 feet, which may be indicative of the groundwater table at the time of exploration. The historically high groundwater in the area is estimated to be 10 feet below the ground surface according to Seismic Hazard Zone Report 03 for the Newport Beach 7.5 -Minute Quadrangle by California Geological Survey. Fluctuations of the groundwater level, localized zones of perched water, and an increase in soil moisture should be anticipated during and following the rainy seasons or periods of locally intense rainfall or storm water runoff. 2.6 Traffic Index Pavement analysis and design was performed based on the Orange County Highway Design Manual. The primary design parameters required for this 11818.001 method of pavement design include the Resistance Value (or R -value), a measure of the relative support characteristics of the pavement subgrade soils, and the Traffic Index (TI) which is a measure of the traffic intensity to which the pavement will be subjected. The Traffic Index (TI) is determined based on wheel (or axle) loads from expected traffic and the frequency of these loads during the design period. We understand that the City does not specify a design Traffic Index for the subject streets. Review of the City of Newport Beach Draft Environmental Impact Report General Plan 2006 EIR (2006) indicates the average number of vehicles per day was 10,000 along Bayside Drive and 12,000 along Jamboree Road. Based upon the reported traffic volumes, TI values of 7.0 and 8.0 were assumed for Bayside Drive and Jamboree Road, respectively. The TI for Jamboree Road was also applied to Marine Avenue. The TI values were based on a 20 -year design life. 2.7 Corrosion Potential For structural elements, Caltrans considers a site to be corrosive if one or more of the following conditions exist for the representative soil and/or water samples taken at the site: • Chloride concentration is 500 parts per million (ppm) or greater • Sulfate concentration is 2,000 ppm or greater • pH is 5.5 or less A representative soil sample was collected from the cuttings derived from boring LB -4 to a depth of 5 feet and was tested to evaluate corrosion potential. The test results indicate soluble sulfate concentrations of 178 ppm, chloride content of 76 ppm, pH values of 7.19 and minimum resistivity value of 2,030 ohm -cm. Based on the test results, the soils are not considered to be corrosive per Caltrans guidelines, but the minimum resistivity test indicates the soils are moderately corrosive to ferrous metals that will be in direct contact with the soils. Laboratory corrosion test results are included in Appendix C. 2.8 Surface Fault Rupture Our review of available in-house literature indicates that no known active faults have been mapped across the project alignment. In addition, the site is not -8- 11818.001 located within a designated Alquist-Priolo Earthquake Fault Zone (Bryant and Hart, 2007). The location of the closest active faults to the site was evaluated using the online Interactive Fault Map developed by the United States Geological Survey (USGS). Based on the results of the search, the closest active faults to the site are the Newport -Inglewood Fault Zone, San Joaquin Hills, Palos Verdes and the Puente Hills fault located approximately 1.6 miles, 5.3 miles, 13.5 miles and 17.6 miles from the site, respectively. The San Joaquin Hills and Puente Hills faults are blind thrust faults that are concealed at depth. 2.9 Ground Motion The intensity of ground shaking at a given location depends primarily upon the earthquake magnitude, the distance from the earthquake source, and the site response characteristics which are dependent upon the subsurface stratigraphy. The location of the site relative to active faults indicates the subject site and the structures that will comprise the proposed development are likely to experience strong ground shaking during the life of the development. Peak horizontal ground acceleration (PGA) is generally used to characterize the amplitude of ground motion. The site is identified as approximate latitude and longitude coordinates of N33.6120° and W117.89530. A Probabilistic Seismic Hazard Analysis (PSHA) was performed using the deaggregation module included in the Uniform Hazard Tool software package available from the United States Geological Survey (USGS). The analysis was based upon an average shear wave velocity in the upper 30 meters (VS30) of approximately 850 feet per second and conducted for a 2 percent probability of exceedance in 50 years (average return period of 2,475 years). The probabilistic hazard evaluation was performed using three attenuation relationships to estimate ground motions at the site: Boore-Atkinson 2008, Campbell-Bozorgnia 2008, and Chiou-Young 2008. The results of the probabilistic seismic hazard analysis indicate the modal seismic event is Moment Magnitude (Mw) 6.9 at a distance of 2.9 miles (4.65 km) from the project site that results in a PGAM of 0.71g. a -9- 11818.001 3.0 PAVEMENT RECOMMENDATIONS Recommendations for the proposed pavement rehabilitation are presented in this section; design recommendations for the proposed retaining wall are presented in Section 4.0. Pavement recommendations include rehabilitation of the existing pavement by placement of an overlay; full depth reclamation; or construction of new pavement. A 10 -year design life was used for overlay construction while a 20 -year design life was assumed for new pavement. The actual service life of the pavement (whether new or overlaid) is dependent on several factors. Major factors include truck traffic, pavement maintenance, adequate drainage of surface and subsurface water, and inhibition of subsurface water from entering the subgrade and pavement layers. Regular pavement maintenance, including treating cracks and repairing localized areas of pavement distress, will extend the service life. 3.1 Pavement Rehabilitation Lanes on both sides of Bayside Drive and Jamboree Road were generally observed to exhibit varying levels of damage as discussed in Section 2.2. Marine Avenue exhibited relatively less intense longitudinal and transverse cracking. The existing pavement in all roadways may be improved by milling the existing asphalt concrete, sealing remaining cracks, and placement of an overlay. In preparation of overlay construction, full -depth repairs of locally distressed areas may be necessary to reduce the potential for premature pavement distress to occur post -rehabilitation. Preparation of the pavement surface by milling to a specified minimum depth followed by construction of an overlay will improve the existing pavement condition and extend service life. Construction of an overlay over existing pavement cracks that extend below the depth of surface milling may not eliminate reflective cracking (the propagation of cracks to the surface). Although some degree of reflective cracking should be expected, the use of a pavement reinforcing layer is expected to further reduce reflective cracking. A pavement reinforcing layer is recommended to be placed over the processed surface prior to construction of the overlay. Suitable options for pavement reinforcing consist of either fiberglass grids specially designed for pavement applications or Asphalt Rubber and Aggregate Membrane (ARAM). Fiberglass grid, if selected, should consist of Tensar GlasGrid® 8501 or equivalent and should be installed per the manufacturer's recommendations. -10 49 - Leighton 11818.001 Surface milling of the existing pavement is recommended to be performed to a minimum depth of 1 inch. The actual depth of surface milling will be dependent on the required post -rehabilitation surface grade which may result in milling to a greater depth to place the recommended thickness of overlay. Upon completion of milling, the exposed surface should be evaluated to identify cracks that extend into the underlying pavement and other areas that may be more severely distressed. Untreated cracks and distressed areas affect long- term performance of the overlay and result in pre -mature distress. All cracks of '/4 inch or wider should be cleaned and properly sealed with hot liquid asphalt. Ares of distress should be removed and reconstructed as discussed below. Full -depth repairs may be required locally after milling and before overlay placement. Full -depth repairs allow the required overlay thickness to be reduced. By repairing the weakest pavement areas, the pavement life is prolonged and performance is improved. Full -depth repairs will be required in areas with high severity of cracking such as the entry areas to the shopping center. Areas in which full depth repairs are required should be determined after milling is complete. The recommended sections for full depth repairs are summarized in Table 2. Table 2 — Replacement Pavement Sections for Full Depth Repairs Upon completion of surface milling, repairing areas of severe distress, crack sealing and cleaning the pavement surface to remove any loose material, a minimum 2 -inch thick layer of Asphalt Rubber Hot Mix (ARHM) is recommended to -11- Full Depth Replacement Design Pavement Section(') (inches) Roadway Traffic Design Option 1 Option 2 R -value Index Asphalt Base Full Depth Concrete Course Asphalt Bayside Drive 7.0 50 2 5 4'/2 Jamboree Road south 8.0 30 3 12 9 of East Coast Highway Marine Avenue 8.0 50 3 6 6 Note: Section thickness excludes 2 -inch thick ARHM surface wearing course to be constructed as pavement overlay. Upon completion of surface milling, repairing areas of severe distress, crack sealing and cleaning the pavement surface to remove any loose material, a minimum 2 -inch thick layer of Asphalt Rubber Hot Mix (ARHM) is recommended to -11- 11818.001 be placed and properly compacted. The overlay is recommended to be underlain by an appropriate interlayer reinforcement (fiberglass grids or ARAM). ARHM and ARAM interlayer should meet the requirements of Sections 203-11 and 203-12, respectively, of the Standard Specifications for Public Works Construction (SSPWC, 2015; "Greenbook"). Tapered milling of up to 2 inches can be conducted at perimeter areas adjacent to existing curbs or islands to accommodate the overlay thickness without raising the curbs or islands. The transition zones between the thicker milled areas and 1 -inch milled area should be such that positive drainage and smooth surface conditions are provided. 3.2 Full Depth Reclamation As an alternative, Full Depth Reclamation with cement (FDR -C) may be performed to improve the pavement. While other recycling technologies grind off a portion of the surface course of asphalt and replace it, full -depth reclamation (FDR) penetrates the entire flexible pavement section and a predetermined portion of the base material, uniformly pulverizing and blending them together to produce a stabilized base course. Thus, FDR is expected to correct deficiencies in the base as well as the asphalt layers. We recommend a minimum 6 percent cement content (based on dry weight of the pulverized material) to be used in the FDR application. The pulverized material should be prepared in accordance with the procedure given in the "Guide to Full -Depth Reclamation with Cement" by the Portland Cement Association. Recommended thicknesses of each pavement component are presented in Table 3. Table 3 — FDR Pavement Section -12- h Design FDR Pavement Section (inches) Roadway Traffic Design Index R -value Asphalt Full Depth Concrete Reclamation(') Bayside Drive 7.0 50 4 4 Jamboree Road south of East Coast Highway 8.0 30 5 9'h Marine Avenue 8.0 50 5 7 Note: (1) 300 psi min. 7 -day compressive strength -12- h 11818.001 3.3 New Pavement Sections In the event the existing pavement will not be salvaged, recommendations are subsequently presented for new pavement to replace the existing. Design of new pavement has been performed on the basis of the anticipated subgrade soils, the assumed Traffic Index for each roadway and a 20 -year design life. Pavement design was performed using the methodology described in the Orange County Highway Design Manual. The recommended pavement sections are presented in Table 4. Table 4 — Recommended Sections for New Pavement The pavement recommendations are based upon proper field observation and testing during construction. Therefore, field observation and periodic testing, as needed during placement of the base course materials and asphalt concrete, should be undertaken to ensure that the requirements of the standard specifications are fulfilled. 3.4 Earthwork for Pavement Construction Prior to construction of new pavement or full depth repairs preceding overlay construction, preparation of the subgrade will be required. Subgrade preparation as well as the placement and compaction of fill material should be performed under engineering controlled conditions in accordance with the following recommendations. 3.4.1 Subgrade Preparation Prior to placement of the new pavement, the subgrade soils should be scarified to a depth of 8 inches and recompacted. Based on the -13- 1_.eIah1, orl1 New Pavement Section (inches) Design Design Option 1 Option 2 Roadway Traffic R -value Asphalt Base Full Depth Index Concrete Course Asphalt Bayside Drive 7.0 50 4 5 6'/2 Jamboree Road south 8.0 30 5 12 11 of East Coast Highway Marine Avenue 8.0 50 5 6 8 The pavement recommendations are based upon proper field observation and testing during construction. Therefore, field observation and periodic testing, as needed during placement of the base course materials and asphalt concrete, should be undertaken to ensure that the requirements of the standard specifications are fulfilled. 3.4 Earthwork for Pavement Construction Prior to construction of new pavement or full depth repairs preceding overlay construction, preparation of the subgrade will be required. Subgrade preparation as well as the placement and compaction of fill material should be performed under engineering controlled conditions in accordance with the following recommendations. 3.4.1 Subgrade Preparation Prior to placement of the new pavement, the subgrade soils should be scarified to a depth of 8 inches and recompacted. Based on the -13- 1_.eIah1, orl1 11818.001 laboratory test results and our field observation, the subgrade soils can be scarified and recompacted in place. Loose soils, if encountered, should be removed to competent material and recompacted. If wet and pumping soils are encountered, a layer of geofabric (Mirafi HP570 or equivalent) may be placed to stabilize the subgrade and provide a firm working surface for placement of compacted fill and aggregate base. As an alternate, chemical modification of the subgrade by the addition of hydrated lime or Portland cement may be performed to develop a stable subgrade. 3.4.2 Fill Placement and Compaction The onsite soils to be used as compacted structural fill should be free of organic material or construction debris. Any imported fill soil should be approved by the geotechnical engineer prior to placement as fill. Fill soils and aggregate base should be placed in loose lifts not exceeding 8 inches, moisture -conditioned as necessary to optimum or slightly above, and compacted to a minimum of 95 percent of the maximum dry density as determined by ASTM Test Method D 1557. All pavement construction should be performed in accordance with the SSPWC "Greenbook." Field observation and periodic testing, as needed during placement of the base course materials and asphalt concrete, should be undertaken to ensure that the requirements of the standard specifications are fulfilled. 3.4.3 Material Recommendations Aggregate base and asphalt materials should conform to Sections 200-2 and 203, respectively, of the SSPWC "Greenbook." The existing base course (where present) may be reused as crushed miscellaneous base (CMB) for the pavement reconstruction provided that it meets the requirements of Section 200-2.4. The existing asphalt concrete may also be pulverized and mixed with soils and/or aggregate to meet the same requirements for reuse as CMB. -14441* - ., iii 11818.001 3.5 Cement Type Laboratory test results indicate that near -surface soils have "negligible" to soluble sulfate content (per Section 4.3 of ACI 318 by American Concrete Institute). Concrete structures in contact with the on-site soils should be designed for "negligible" sulfate exposure, in accordance with ACI 318. Type V cement should be used where the concrete is exposed to reclaimed water. 3.6 Plan Review The final grading and construction plans should implement the recommendations presented in this report. 3.7 Geotechnical Observation and Testing Grading and construction of the proposed pavement reconstruction should be performed under the observation and testing of the geotechnical engineer at the following stages: • During subgrade scarification and recompaction; • During fill placement, if any; • During compaction of aggregate base and asphalt concrete; and • When any unusual or unexpected geotechnical conditions are encountered. -15- 11818.001 4.0 RETAINING WALL RECOMMENDATIONS Our recommendations for the proposed retaining wall are presented in this section. These recommendations are based upon the exhibited geotechnical engineering properties of the soils and their anticipated response both during and after construction as well as proper field observation and testing during construction. 4.1 Design Considerations A new retaining wall will be constructed along the northern side of the sidewalk proposed along the north side of Bayside Drive between approximate Sta. 32+00 to 37+00. The construction of the wall will require cutting into the slope that currently extends northerly to the adjacent property. Test Borings Nos. LB -3 and LB -4 were drilled in the region of Bayside Drive planned for wall construction. The near surface soils generally consist of sands to a depth of approximately 3 feet underlain by clays and sandy clays to depth of about 5 feet where sands and silty sands were encountered. The depths to which these sands extend vary between the boring locations: approximately 8 feet at LB -3 and 151/2 feet at LB -4. Groundwater was considered to exist at a depth of 10 feet below grade. The sands encountered at LB -4 exhibited medium dense relative density on the basis of SPT N -values. During strong ground shaking such as the design seismic event, liquefaction of these soils is likely below the groundwater table. The potential effect of liquefaction would be settlement associated with the reconstitution of the soils as excess pore pressures dissipate following ground shaking. Some additional but less significant settlement may occur due to the densification of the overlying non -saturated granular soils. Due to the variance in subsurface conditions, differential settlement is expected to occur due to strong ground shaking during seismic activity and should liquefaction be triggered. We understand the design height of the retaining wall is approximately 5 to 6 feet, although the effective height of retention will be greater due to the ascending slope in which the wall will be constructed. Construction of a conventional semi -gravity cantilever wall will require backcutting into the slope or installation of temporary shoring to limit the height of cut required. The test borings were located within the existing roadway and as such do not provide information concerning the materials that comprise the ascending slope. -16 4C - Leighton 11818.001 Although the subsurface conditions of the ascending slope have not been explored, review of available regional geologic maps indicated the potential that the slope will consist of naturally occurring bedrock of the Monterey Formation; material similar to what was encountered at varying depths at the boring locations. If comprised of the siltstone bedrock, the potential for continuity in the bedrock below the roadway will limit the extent of the potentially liquefiable sands and these sands will not adversely affect the stability of the slope under seismic conditions. However, additional exploration and geologic mapping of the slope is recommended to be performed to verify this assumption and allow evaluation global stability of the slope and any effect upon wall design. As an alternative to earthwork and conventional wall construction, the wall may be constructed similar to a soldier pile wall system. Regional geology indicates bedding of the bedrock to be low dip angle into and oblique to slope. As a result, we do not expect geologic surcharge and earth pressure in excess conventional active earth pressure typically used in shoring and retaining wall design. Recommendations for design of the wall and drilled pier foundation system are presented in Section 4.5 of this report. 4.2 Earthwork for Retaining Wall Construction The use of a semi -gravity cantilever retaining wall supported on a shallow spread footing foundation is recommended to include preparation of the wall area to develop suitable bearing soil conditions. All earthwork should be performed in accordance with the recommendations below, unless specifically revised or amended by future review of project plans. 4.2.1 Overexcavation To provide a uniform support and reduce potential for differential movement, we recommend that the footing for the proposed retaining wall be underlain by a minimum 2 feet of structural compacted fill. The depth of overexcavation required to establish the recommended structural fill layer should also be sufficient to remove the potentially expansive clays that were encountered at the test boring locations. Overexcavation is anticipated to be necessary to a depth of 5 feet below existing grade to remove the clays but actual depth of removal should be determined based -17 4f - L..t1, g to l 11818.001 on field conditions. The overexcavation should extend laterally 3 feet beyond the outside edges of the foundation, where feasible. 4.2.2 Sub -grade Preparation The structural fill subgrade should be observed by the geotechnical engineer prior to placement of any fill. Vegetation or debris should be removed. If soft, yielding, or unsuitable soils are exposed at the structural fill subgrade surface, the unsuitable soils should be removed and replaced with properly compacted fill soils. Subgrade surfaces suitable for structural fill placement should be scarified to a depth of 6 inches, moisture conditioned and compacted to a minimum of 90 percent of the ASTM Test Method D 1557 (Modified Proctor) laboratory maximum density. 4.2.3 Fill Material The onsite soils are generally suitable for use as compacted structural fill, provided that they are free of organic material, debris and oversized material. Crushed asphalt concrete can be pulverized to particles no larger than 1 inch in largest dimension and mixed with the onsite granular soils to be placed as compacted fill. The ratio of processed asphalt to soils material is recommended to no greater than 1 part asphalt to 4 parts soil. Soils to be placed as fill, whether onsite or import material, should be approved by the geotechnical engineer prior to placement. Fill soils should be compacted to at least 90 percent of the Modified Proctor density. 4.2.4 Construction Backcut Construction of a semi -gravity wall and preparation of the foundation area as described above will require a temporary backcut into the existing ascending slope. Based upon the anticipated subsurface conditions, the backcut may be performed at an inclination of 1H:1V pending further exploration of the slope to verify preliminary assumptions regarding the presence of bedrock material. -18- ...''11 ii 11818.001 4.3 Spread Footing Foundation Design Upon completion of earthwork preparation activities as previously described, the foundation for the proposed retaining wall may be design for a maximum, net allowable soil bearing pressure 2,500 psf. Footings should have a minimum embedment depth of 18 inches below lowest adjacent finish grade and be a minimum of 18 inches in width. The recommended bearing pressure may be increased by one-third when considering short-term seismic or wind loads. Lateral load resistance will be provided by the sliding resistance at the base of the foundation and the passive pressure developed along the front of the foundation. An allowable frictional resistance coefficient of 0.30 may be used at the concrete and soil interface. The allowable passive pressure is recommended to 250 psf per foot of embedment. The soils in the upper one foot below finish subgrade elevation should be neglected in passive resistance calculation unless the ground surface is covered by an impervious, non -degradable surface. The post -construction total and differential settlement of the retaining wall are estimated to be less than 1 and '/2 inch, respectively, provided preparation of the foundation area is performed as recommended under engineering controlled conditions. Some additional settlement may occur should liquefaction be triggered in the underlying soils. Seismically induced settlement is estimated to be 1'/2 to 1% inches. The increase in differential settlement is estimated to be a maximum of approximately 1 inch which would result in an angular distortion less than 0.002 based on a span of 100 feet assuming linear variation in the subsurface soil conditions and the depth and extent of the potentially liquefiable soils. 4.4 Lateral Earth Pressures The zone behind the retaining wall and the temporary construction backcut of behind a semi -gravity cantilever concrete retaining wall should be backfilled with granular, very low expansive soil and be constructed with a backdrain system in accordance with the recommendations provided on Figure 2. Select backfill soils should exhibit very low expansion potential (EI less than 20) and exhibit a Sand Equivalent (SE) greater than 30. Soils derived from backcutting into the slope are not expected to be suitable as backfill for the retaining wall due to the greater magnitude of lateral pressure exerted by these types of soil. All soils selected for -19 4f - a 6y.ri "o 11818.001 wall backfill (on-site and import) should be reviewed and approved by the geotechnical engineer prior to placement as fill. In the event a permanent soldier pile wall is desired, the wall will support the onsite soils that generally consist of the fine-grained material. As previously discussed, the slope in which the wall construction will be performed is anticipated to consist of bedrock associated with the Monterey Formation that exhibits no adverse bedding conditions. Accordingly, geologic surcharge due to adverse bedding is not expected. The design of the retaining structures will be dependent upon the type of retained material and applicable earth pressure condition. The geotechnical parameters summarized in the following table are recommended for use in design of the retaining structures. Table 5 - Retaining Wall Design Parameters Design Parameter Retained Material On-Site(l) Granular Soil(2)Materia Select 1(3) Soil Density (pcf) 115 125 135 Angle of Internal Friction (o) 30 32 38 Equivalent Fluid Pressure (pcf) Backfill at 2H:1 V (maximum) Active Earth Pressure At -Rest Earth Pressure 69 64 48 90 92 81 Notes: (1) Applicable to permanent soldier pile wall constructed in top-down manner. (2) Very low to non -expansive soil. A free -draining layer may be required between the backfill and the wall depending upon soil type and fines content. (3) Select, free -draining granular soils (P200<5%) such as Caltrans Class 2 crushed aggregate or similar. The design parameters in the table above are based upon drained conditions. The design of the wall should, therefore, include provisions for wall drainage and the materials behind the wall should be free -draining. If the soils that are planned for use as backfill are not free -draining (i.e., contains more than 5 percent passing the No. 200 sieve), a narrow zone of free -draining material should be provided. Backfill for retaining walls should be compacted to a -20 ;4 - Leighton 11818.001 minimum of 90 percent relative compaction (based on ASTM Test Method D1557). Relatively light construction equipment should be used to backfill the retaining walls and the walls should be properly braced during backfilling operations. The earth pressure condition, i.e., At -Rest vs. Active, is dependent upon the allowable rotation or deflection of the wall. Free-standing walls separate from the proposed buildings may be designed on the basis of the Active earth pressure condition provided rotation of 0.001 H is tolerable. In addition to the above lateral forces due to retained earth, the appropriate loads due to external surcharges should be considered in design. 4.5 Soldier Pile Wall Design and Construction A permanent soldier pile wall system may also be used at the site. A wall of this type is constructed in a top-down manner thereby eliminating the need for a backcut into the ascending slope. The lateral earth pressure recommended for use in design was provided in Table 2 for "On -Site" Soils. The design parameters are based upon drained conditions. Therefore, an appropriate permanent backdrain and subsurface drainage system should be included in wall design. The resistance to the lateral loads derived from passive pressure may be modeled as an equivalent fluid pressure of 300 pcf with a maximum horizontal pressure of 3,000 psf. The zone of passive resistance in front of a drilled shaft may be assumed to be twice its diameter provided they are situated at an on - center spacing equivalent to at least three (3) diameters. The drilled shafts are recommended to be embedded a minimum of 10 feet into bedrock. The final design of the drilled pier foundations that support the retaining wall and serve as buttressing is recommended to be performed by the structural engineer. Drilling operations associated with soldier pile construction are recommended to be observed and evaluated by a representative of the geotechnical engineer to allow further evaluation of the actual subsurface conditions and verify proper embedment depth into the bedrock material. The boreholes should be free of groundwater and sloughed soils that may accumulate in the interim between drilling and the placement of concrete. The -21 - 11818.001 subsurface conditions are generally expected to consist of the formational bedrock which is anticipated to result in generally stable boreholes. However, in areas where caving or sloughing occurs or locations where perched groundwater exists, temporary casing may be required and concrete placement should be performed by tremie below the groundwater table. Care should be used in the installation/removal of temporary casing and/or the use of slurry for borehole stability to reduce the potential for adversely affecting the frictional resistance of the soils and thereby reduce the load capacity of the piles. A minimum concrete head of 5 feet is recommended to be maintained at all times during the removal of the temporary casing to prevent caving. Pier construction is recommended to be performed in substantial compliance with ACI 336.1-01. Drilling of the caisson boreholes may encounter difficulties where localized zones of cemented bedrock exist. Borehole drilling may, therefore, require special techniques such as rock coring or other methods to extend the boreholes to design depth. 4.6 Seismic Design Parameters The following values may be used for seismic design based on the 2016 California Building Code: Table 6 - 2016 CBC Based Seismic Design Parameters Categorization/Coefficient Design Value Site Class D Adjusted (5% damped) spectral response acceleration parameter at short period, Sms 1.721g Adjusted (5% damped) spectral response acceleration parameter at a period of 1 sec, SMI 0.9518 Design (5% damped) spectral response acceleration parameter at short period, SDs 1.147g Design (5% damped) spectral response acceleration parameter at a period of 1 sec, SDI 0.634g -22- 11818.001 4.7 Additional Geotechnical Services Geotechnical observation and testing should be provided during the following activities: • Excavation of the pipeline trenches; • Compaction of all fill materials; • During compaction of aggregate base and asphalt concrete; • When any unusual or unexpected geotechnical conditions are encountered; • During installation of shoring, wherever needed; and • When any unusual or unexpected geotechnical conditions are encountered. -23it - ..QIg 0r? 11818.001 5.0 LIMITATIONS This report was based in part on data obtained from a limited number of observations, site visits, soil excavations, samples, and tests. Such information is, by necessity, incomplete. The nature of many sites is such that differing soil or geologic conditions can be present within small distances and under varying climatic conditions. Changes in subsurface conditions can and do occur over time. Therefore, the findings, conclusions, and recommendations presented in this report are only valid if Leighton Consulting has the opportunity to observe subsurface conditions during grading and construction, to confirm that our data are representative for the site. Leighton Consulting should also review the construction plans and project specifications, when available, to comment on the geotechnical aspects. This exploration was performed using the degree of care and skill ordinarily exercised, under similar circumstances, by reputable geotechnical consultants practicing in this or similar localities. The findings, conclusion, and recommendations included in this report are considered preliminary and are subject to verification. We do not make any warranty, either express or implied. -24 4 - Leighton 11818.001 6.0 REFERENCES Abrahamson, N.A. and Silva, W.J., 2008, Summary of the Abrahamson & Silva NGA Ground -Motion Relations, Earthquake Spectra, Earthquake Engineering Research Institute, vol. 24, No. 1, February 2008. American Concrete Institute (ACI), 2014, Building Code Requirements for Structural Concrete (ACI 318-14) and Commentary, August, 2014. BNi Publications, 2015, Standard Specifications for Public Works Construction ("Green book"), Public Works Standards, Inc. Boore, D.M. and Gail M. Atkinson, 2008, Ground -Motion Prediction Equations for the Average Horizontal Component of PGA, PGV, and 5% -Damped PSA at Spectral Periods between 0.01 and 10.0 s, Earthquake Spectra, Earthquake Engineering Research Institute, vol. 24, No. 1, February 2008. Bryant, W.A., and Hart, E.W., 2007, Fault Rupture Hazard Zones in California, Alquist- Priolo Earthquake Fault Zoning Act with Index to Earthquake Zones Maps, Department of Conservation, California Geological Survey, Special Publication 42, 2007 Interim Revision. California Building Standards Commission, 2016, California Building Code (CBC), 2016, California Code of Regulations Title 24, Part 2, volumes 1 and 2. California Department of Transportation (CALTRANS), 2017, Highway Design Manual, November 2017. California Division of Mines and Geology (CDMG), 1997, State of California Seismic Hazard Zones — Newport Beach Quadrangle. Campbell, K.W. and Bozorgnia, Y., 2008, NGA Ground motion Model for the Geometric Mean Horizontal Component of PGA, PGV, PGD and 5% Damped Linear Elastic Response Spectra for Periods Ranging from 0.01 to 0.10 s, Earthquake Spectra, Earthquake Engineering Research Institute, vol. 24, No. 1, February 2008. Cao, T., Bryant, W.A., Rowshandel, B., Branum, D., and Wills, C.J., 2003, The Revised 2002 California Probabilistic Seismic Hazard Maps, dated June 2003, 11p. Accessible at http://www.consrv.ca.gov/cgs/rghm/psha/index.htm -25- 11818.001 Chiou, Brian S. -J. and Youngs, Robert R., 2008, An NGA Model for the Average Horizontal Component of Peak Ground Motion and Response Spectra, Earthquake Spectra, Earthquake Engineering Research Institute, vol. 24, No. 1, February 2008. County of Orange, 2005, Orange County Highway Design Manual, Resources and Development Management Department (RDMD), June 2005. City of Newport Beach, 2006, General Plan 2006 Update, Draft Environmental Impact Report, SCH No. 2006011119, prepared by EIP Associates, April 21, 2006. Forrest, M., Rockwell, T., Grant, L., and Gath, E., 1997, The Newport -Inglewood and Whittier Elsinore Fault Zones, Southern California Faults, Southern California Earthquake Center (SCEC), Shattered Crust Series #1, "What We Know." Grant, L.B., Gath, E., Munro, R., and Roquemore, G., 1997, Neotectonics and Earthquake Potential of the San Joaquin Hills, Orange County, California: Seismological Research Letters, Vol. 68, No. 2, p. 315. Grant, L.B., Mueller, K.J., Gath, E.M., Cheng, H., Edwards, R.L., Munro, R., and Kennedy, G.L., 1999, Late Quaternary Uplift and Earthquake Potential of the San Joaquin Hills, Southern Los Angeles Basin, California: Geology, Vol. 27, No. 11, pp. 1031-1034. Grant, L.B., Ballenger, L.J., and Runnerstrom, E.E., 2002, Coastal Uplift of the San Joaquin Hills, Southern Los Angeles Basin, California, by a Large Earthquake Since A.D. 1635, Bulletin of Seismological Society of America, Vol. 92, No. 2, pp. 590-599, March 2002 Hauksson, E. and Gross, S., 1991, Source Parameters of the 1933 Long Beach Earthquake: Bulletin of the Seismological Society of America, Vol. 81, No. 1, pp. 81-98. Idriss, I.M. and Boulanger, R.M., 2008, Soil Liquefaction During Earthquakes, Earthquake Engineering Research Institute (EERI), MNO-12, 2008. Ishihara, K. and Yoshimine, M.,1992, Evaluation of Settlements in Sand Deposits Following Liquefaction During Earthquakes, Soils and Foundations, Vol. 32, No. 1, pp. 173-188, Japanese Society of Soil Mechanics and Foundation Engineering, March 1992. -26- 11818.001 Mueller, K.J., Grant, L.B., and Gath, E.M., 1998, Late Quaternary Growth of the San Joaquin Hills anticline - A New Source of Blind Thrust Earthquakes in the Los Angeles Basin: Seismological Research Letters, Vol. 69, No. 2, pp. 161-162. Petersen, M.D., Bryant, W.A., Cramer, C.H., Cao, T., Reichle, M.S., Frankel, A.D., Lienkaemper, J.J., McCrory, P.A., and Schwartz, D.P., 1996, Probabilistic Seismic Hazard Assessment for the State of California: California Division of Mines and Geology, Open File Report 96-08 and U.S. Geological Survey Open File Report 96-706, 33 p. Petersen, M.D., Toppozada, T., Cao, T., Cramer, C., Reichle, M., Maher, M., and Atchinson, L., 1998, Determining Distances from Faults Within and Bordering the State of California for the 1997, Uniform Building Code: California Division of Mines and Geology. Seed, R.B., and Harder, L.F., 1990, SPT -based Analysis of Cyclic Pore Pressure Generation and Undrained Residual Strength, Proceedings, H.B. Seed Memorial Symposium, BiTech Publishers, Vancouver, British Columbia, 2, 351-376. Southern California Earthquake Center (SCEC), 1999, Recommended Procedures for Implementation of DMG Special Publication 117, Guidelines for Analyzing and Mitigating Liquefaction in California, March, 1999. 2002, Recommended Procedures for Implementation of DMG Special Publication 117, Guidelines for Analyzing and Mitigating Landslide Hazards in California, June 2002. Tokimatsu, K. and Seed, H. B., 1984, Simplified Procedure for Evaluation of Settlements in Clean Sand: University of California Earthquake Engineering Research Report, UBC/EERC-84/16. United States Geologic Survey (USGS), Uniform Hazard Tool, v3.3.1, 2008, https://earthquake.usgs.gov/hazards/interactive/ 2014, U.S. Seismic Design Maps, latest modification June 23, 2014, accessible at http://earthquake.usgs.gov/designmaps/us/application.php Quaternary Fault and Fold Database of the United States, accessible at https://earthquake.usgs.gov/hazards/gfauIts/ -27- �...t�ic�hic;. 11818.001 Yerkes, R.F., McCulloh, T.H., Schoellhamer, J.E. and Vedder, J.G., 1965, Geology of the Los Angeles Basin, California -- An Introduction: U. S. Geological Survey Professional Paper 420-A, 57 p. Youd, T.L, Idriss, I.M., Andrus, R.D., Arango, I., Castro, G., Christian, J.T., Dobry, R., Finn, L., Harder, L.F., Hynes, M.E., Ishihara, K., Koester, J.P., Liao, S.C., Marcuson, W.F. III, Martin, G.R., Mitchell, J.K., Moriwaki, Y., Power, M.S., Robertson, P.K., Seed, R.B., Stokoe, K.H. II, (2001), Liquefaction Resistance of Soils: Summary Report from the 1996 NCEER and 1998 NCEER/NSF Workshops on Evaluation of Liquefaction Resistance of Soils: Journal of Geotechnical and Geoenvironmental Engineering, Volume 127, No. 10, pp. 817- 833. Zhang, G. Robertson, P.K., Brachman, R., 2002, Estimating Liquefaction -Induced Ground Settlements from the CPT, Canadian Geotechnical Journal, 39: pp1168- 1180. Zhang, G, Robertson, P.K., Brachman, R., 2004, Estimating Liquefaction -Induced Lateral Displacements using the SPT and CPT, ASCE, Journal of Geotechnical & Geoenvironmental Engineering, Vol. 130, No. 8 861-871. -28 49 - Leighton evete'A'� V'x Onlhe 4" the oe 0 P n 46 CO �lse OPP N All I law— t;g . . . . . . ------ 44' Al Qi o - Coast Hwy-' PrOrnont6ry D,, E ast.:.H Back Bay View Park 4WY W. -- — . e.Ode ?- I 7ti.% 4q, T1 '17�elyps Store irl, 80, le Fine ng FineCenter�/O' V O'Dr r *P 4i 4 17 60 ach Yacht Club Y4 b$jide t), Qj loft 410MR, -A 4.A LB -6 Ba 0 -- — . e.Ode ?- I 7ti.% 4q, T1 '17�elyps Store irl, 80, le Fine ng FineCenter�/O' V O'Dr r *P 4i 4 17 60 ach Yacht Club Y4 b$jide t), Qj loft 410MR, -A SUBDRAIN OPTIONS AND BACKFILL WHEN NATIVE MATERIAL HAS EXPANSION INDEX OF <50 OPTION 1: PIPE SURROUNDED WITH CLASS 2 PERMEABLE MATERIAL OPTION 2: GRAVEL WRAPPED IN FILTER FABRIC WITH PROPER WITH PROPER SURFACE DRAINAGE SURFACE DRAINAGE SLOPE PE OR VEL 1 OR LEVEL VEL 12" 12" NATIVE NATIVE WATERPROOFING (SEE GENERAL NOTES) WATERPROOFING r (SEE GENERAL NOTES) FILTER FABRIC 12" MINIMUM (SEE NOTE 4) CLASS 2 PERMEABLE 12" MINIMUM WEEP HOLE FILTER MATERIAL WEEP HOLE Ya TO V/2 INCH SIZE GRAVEL (SEE NOTE 5) (SEE GRADATION) (SEE NOTE 5) WRAPPED IN FILTER FABRIC 4 INCH DIAMETER • . LEVEL OR PERFORATED PIPE LEVEL OR SLOPE (SEE NOTE 3) SLOPE Class 2 Filter Permeable Material Gradation Per Caltrans Specifications Sieve Size Percent Passing 1" 100 3/4" 90-100 3/8" 40-100 No.4 25-40 No. 8 18-33 No. 30 5-15 No. 50 0-7 No. 200 0-3 GENERAL NOTES: * Waterproofing should be provided where moisture nuisance problem through the wall is undesirable. * Water proofing of the walls is not under purview of the geotechnical engineer * All drains should have a gradient of 1 percent minimum *Outlet portion of the subdrain should have a 4-inch diameter solid pipe discharged into a suitable disposal area designed by the project engineer. The subdrain pipe should be accessible for maintenance (rodding) *Other subdrain backfill options are subject to the review by the geotechnical engineer and modification of design parameters. Notes: 1) Sand should have a sand equivalent of 30 or greater and may be densified by water jetting. 2) 1 Cu. ft. per ft. of 1/4- to 1 1/2-inch size gravel wrapped in filter fabric 3) Pipe type should be ASTM D1527 Acrylonitrile Butadiene Styrene (ABS) SDR35 or ASTM D1785 Polyvinyl Chloride plastic (PVC), Schedule 40, Armco A2000 PVC, or approved equivalent. Pipe should be installed with perforations down. Perforations should be 3/8 inch in diameter placed at the ends of a 120-degree arc in two rows at 3-inch on center (staggered) 4) Filter fabric should be Mirafi 140NC or approved equivalent. 5) Weephole should be 3-inch minimum diameter and provided at 10-foot maximum intervals. If exposure is permitted, weepholes should be located 12 inches above finished grade. If exposure is not permitted such as for a wall adjacent to a sidewalk/curb, a pipe under the sidewalk to be discharged through the curb face or equivalent should be provided. For a basement-type wall, a proper subdrain outlet system should be provided. 6) Retaining wall plans should be reviewed and approved by the geotechnical engineer. = 7) Walls over six feet in height are subject to a special review by the geotechnical engineer and modifications to the above requirements. RETAINING WALL BACKFILL AND SUBDRAIN DETAIL 4*X FOR WALLS 6 FEET OR LESS IN HEIGHT WHEN NATIVE MATERIAL HAS EXPANSION INDEX OF <50 i-aightc)n Figure 2 APPENDIX A Project Plans APPENDIX B Geotechnical Boring Logs Ll GEOTECHNICAL BORING LOG LB -1 Project No. 11818.001 Date Drilled Project Bayside Drive Improvement Project Logged By Drilling Co. Martini Drilling Corporation Hole Diameter Drilling Method Hand Auger Ground Elevation Location Westbound Bayside Dr Sta. ±16+38, 3' South of Curb Sampled By 11-14-17 SAM * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 oy SOIL DESCRIPTION y O u d Z yt y N ~ m d 3 C U This Soil Description applies only to a location of the exploration at the P PP Y P w. N� Q� R J Q- 0 � 81 a o V uj time of sampling. Subsurface conditions may differ at other locations o G7 E m ` �` 0 o o� and may change with time. The description is a simplification of the m W Q rn d p U U)_ actual conditions encountered. Transitions between soil types may be >4 IN a gradual. ~ 0 BB -1 @Surface: 5.5 -inches Asphalt Concrete over 8 -inches Aggregate RV Base SP @1.1': SAND, light tan, slightly moist, fine sand, shell fragments, occasional sandstone rock clast 5 Total Depth of Boring: 5 feet No groundwater encountered Boring backfilled with soil cuttings and capped with approximately 6 -inches asphalt cold patch mix upon completion of drilling 10 15 20 25 SAMPLETYPES: TYPE OF TESTS: B BULK SAMPLE -200 % FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS SAND EQUIVALENT C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX SE SPECIFIC GRAVITY G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG =' R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 GEOTECHNICAL BORING LOG LB -2 Project No. 11818.001 Date Drilled Project Bayside Drive Improvement Project Logged By Drilling Co. Martini Drilling Corporation Hole Diameter Drilling Method Hand Auger Ground Elevation Location Eastbound Bayside Dr, Sta. ±22+40, 11.5' North of Curb Sampled By 11-14-17 SAM 3" SAM * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 0 SOIL DESCRIPTION N tea+ =w+ V d Z d ay Q.p d 3 y w r RV Uuj This Soil Description applies only to a location of the exploration at the dLL QLL c`a J m — p O c 0 time of sampling. Subsurface conditions may differ at other locations o .2 (� Q R � �. O p . and may change with time. The description is a simplification of the m Cl)0. d p V 0) — actual conditions encountered. Transitions between soil types may be gradual. 0 BB -1 @Surface: 7.5 -inches Asphalt Concrete over Subgrade SM @0.5': Silty SAND, light brown, moist, fine sand, shell fragments ML @3': SILT, dark brown, moist, some clay SP @3.5': SAND, light tan to light orangish brown, moist, fine sand, siltstone/mudstone rock clasts, heavily oxidized sand 5 . @5.5': Clayey SILT, grayish brown, moist, low plasticity, slightly micaceous Total Depth of Boring: 5.5 feet No groundwater encountered Boring backfilled with soil cuttings and capped with approximately 6 -inches asphalt cold patch mix upon completion of drilling 10 15 20 25 SAMPLIOTYPES: TYPE OF TESTS: B BULK SAMPLE -200 % FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX SE SAND EQUIVALENT G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFIC GRAVITY ./ R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 GEOTECHNICAL BORING LOG LB -3 Project No. 11818.001 Date Drilled Project Bayside Drive Improvement Prosect Logged By Drilling Co. Martini Drilling Corporation Hole Diameter Drilling Method Hollow Stem Auger - 1401b - Autohammer - 30" Drop Ground Elevation Location Westbound Bayside Dr, Sta. ±33+92, 2.5' South of Curb Sampled By 11-14-17 SAM nn * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 y SOIL DESCRIPTION y v o Z OM w 0 o to d y Qy a 3 _ 3 r_ d v c (j This Soil Description applies only to a location of the exploration at the M > y m m_ +• C — p fl. .y 0 Uuj time of sampling. Subsurface conditions may differ at other locations C . (7 Q E m Z' o O� and may change with time. The description is a simplification of the m lL� CO) m p U U)— actual conditions encountered. Transitions between soil types may be � a gradual. 0 BB -1 @Surface: 8.5 -inches Asphalt Concrete over Subgrade SP @0.8': SAND, light tan, slightly moist, fine sand, shell fragments CH (_2.75': CLAY, high plasticity, dark brown, moist 5 R-1 7 SM @5': Silty SAND, medium dense, olive gray, slightly moist -200, DS 18 30 @8': Some sandstone clasts and slough 10 R-2 15 63 55 @10': SILTSTONE/MUDSTONE, hard, dark brown, slightly moist, • 40 fossiliferous ' 50/4" 15 R-3 16 70 45 • 35 50/5" Total Depth of Boring: 16.5 feet No groundwater encountered Boring backfilled with soil cuttings and capped with approximately 6 -inches asphalt cold patch mix upon completion of drilling 20 25 SAMPLt= TYPES: TYPE OF TESTS: B BULK SAMPLE -200 % FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS SAND EQUIVALENT C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX SE G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFIC GRAVITY R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH ',a® S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 GEOTECHNICAL BORING LOG LB -4 Project No. 11818.001 Date Drilled Project Bayside Drive Improvement Project Logged By Drilling Co. Martini Drilling Corporation Hole Diameter Drilling Method Hollow Stem Auger - 1401b - Autohammer - 30" Drop Ground Elevation Location Westbound Bayside Dr, Sta. ±33+72 2.5' South of Curb Sampled By 11-14-17 SAM 8" SAM * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 �, Z ; w U;, SOIL DESCRIPTION N y m 0W- M M L C.y t rLo d 3 c m y r c @N U This Soil Description applies only to a location of the exploration at the P PP Y P ~ 0� R J w m ❑ a -o c V Uj time of sampling. Subsurface conditions may differ at other locations o �. a p❑ and may change with time. The description is a simplification of the m V) d ❑ U N" actual conditions encountered. Transitions between soil types may be N Sl gradual. 0 BB -1 @Surface: 8.5 -inches Asphalt Concrete over Subgrade CR, RV SP @0.8': SAND, yellow brown, slightly moist, fine sand, slightly micaceous, some shell fragments SC @3': Clayey SAND, dark brown, moist, fine sand, low plasticity, with sandstone clasts CL @4': Sandy CLAY, dark brown, moist, fine sand, low plasticity 5 R-1 8 99 5 SP @5': SAND, medium dense, medium brown to orangish brown, 11 moist, fine sand, some silt 14 @6.5': Grades to light tan 10 R-2 6 95 21 @10': Very moist to wet, orangish brown 9 12 15 R-3 8 57 64 - 26 @15.5': MUDSTONE/SILTSTONE, hard, dark brown, slightly moist, 50/5" with laminations of fine sand, fossiliferous Total Depth of Boring: 16.5 feet Perched groundwater encountered at 15.5 feet Boring backfilled with soil cuttings and capped with approximately 6 -inches asphalt cold patch mix upon completion of drilling 20 25 SAMPLE TYPES: TYPE OF TESTS: B C BULK SAMPLE CORE SAMPLE -200 % FINES AL ATTERBERG PASSING LIMITS DS EI DIRECT EXPANSION SHEAR SA SIEVE ANALYSIS INDEX SE SAND EQUIVALENT / G R GRAB SAMPLE RING SAMPLE CN CONSOLIDATION CO COLLAPSE H MD HYDROMETER MAXIMUM SG SPECIFIC GRAVITY DENSITY UC UNCONFINED COMPRESSIVE STRENGTH ,4 S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINFD TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 Project No. Project Drilling Co. Drilling Method Location GEOTECHNICAL BORING LOG LB -5 11818.001 Bayside Drive Improvement Project Martini Drilling Corporation Hand Auger Eastbound Bayside Dr, Sta. ±44+20, 6.5' North of Curb Date Drilled Logged By Hole Diameter Ground Elevation Sampled By 11-14-17 SAM 3" SAM * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 o N DESCRIPTION y V Z to w aSOIL i to N - W'a y Qy C d V 3 Cw ��' .. c �a� �j This Soil Description applies only to a location of the exploration at the f - R 0 �J C 800. C V uj time of sampling. Subsurface conditions may differ at other locations a �) 0 Q L_ w E m ` r 0 o —per and may change with time. The description is a simplification of the G IJUU) Q mp V V) -' actual conditions encountered. Transitions between soil types may be >, CL gradual. ~ 0 @Surface: 8 -inches Asphalt Concrete over 3 -inches Aggregate Base BB -1 SP @1.1': SAND, light tan, slightly moist, fine sand, slightly micaceous, RV with shell fragments 5 Total Depth of Boring: 5 feet No groundwater encountered Boring backfilled with soil cuttings and capped with approximately 6 -inches asphalt cold patch mix upon completion of drilling 10 15 20 25 SAMPLETYPES: TYPE OF TESTS: B BULK SAMPLE -200 % FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS SE SAND EQUIVALENT C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFIC GRAVITY R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER " I/ T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 GEOTECHNICAL BORING LOG LB -6 Project No. 11818.001 Date Drilled Project Bayside Drive Improvement Project Logged By Drilling Co. Martini Drilling Corporation Hole Diameter Drilling Method Hand Auger Ground Elevation Location Northbound Jamboree Rd. Sta. ±13+50 4' West of Curb Sampled By 11-14-17 SAM 3" SAM * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 � o o} SOIL DESCRIPTION y O v Z N d a p d Q.� 0 d 3 0 c v r = �o V U This Soil Description applies only to a location of the exploration at the ~ >LL OLL M J Q E o— p a �' °1 time of sam lin . Subsurface conditions ma differ at other locations o LL (� Q m 2!1 g° o 0=)and may change with time. The descriptions a simplification of the m CO) p U CO)— actual conditions encountered. Transitions between soil types may be 0. N Sl d. gradual. 0 BB -1 @Surface: 11 -inches Asphalt Concrete over 1.5 -inches Aggregate Base ML @1': Sandy SILT, orangish brown, dry to slightly moist, fine sand, trace fine subangular to subrounded gravel 5 Total Depth of Boring: 5 feet No groundwater encountered Boring backfilled with soil cuttings and capped with approximately 6 -inches asphalt cold patch mix upon completion of drilling 10 15 20 25 SAMPLETYPES: TYPE OF TESTS: B C BULK SAMPLE CORE SAMPLE -200 % FINES AL ATTERBERG PASSING LIMITS DS EI DIRECT EXPANSION SHEAR SA SIEVE ANALYSIS INDEX SE SAND EQUIVALENT / G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFIC GRAVITY j R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH r► S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 GEOTECHNICAL BORING LOG LB -7 Project No. 11818.001 Date Drilled Project Bayside Drive Improvement Project Logged By Drilling Co. Martini Drilling Corporation Hole Diameter Drilling Method Hand Auger Ground Elevation Location Southbound Jamboree Rd, Sta. ±16+45, 8' East of Curb Sampled By 11-14-17 SAM 3" * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 o y o SOIL DESCRIPTION y ' � y Qy v Qac � Z d 3 0 r v r c N 2�j This Soil Description applies only to a location of the exploration at the d � LJ O -E p p e V uj time of sampling. Subsurface conditions may differ at other locations C dLL QLL w E m L 0 o p� and may change with time. The description is a simplification of the d uJ Q d 0 V cn`' actual conditions encountered. Transitions between soil types may be � IN d gradual. ~ 0 BB -1 @Surface: 8 -inches Asphalt Concrete over Subgrade RV ML @0.8': Sandy SILT, light tan, dry to slightly moist, fine sand, with siltstone clasts, 0.5 to 1 -inch long dimension 5 SM @4.5': Silty SAND, light tan, slightly moist, fine sand, with siltstone clasts Total Depth of Boring: 5 feet No groundwater encountered Boring backfilled with soil cuttings and capped with appropmately 6 -inches asphalt cold patch mix upon completion of drilling 10 15 20 25 SAMPLETYPES: TYPE OF TESTS: 40 B BULK SAMPLE -200 FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS °/ SAND EQUIVALENT / C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX SE H HYDROMETER SG SPECIFIC GRAVITY G GRAB SAMPLE CN CONSOLIDATION R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH z S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 GEOTECHNICAL BORING LOG LB -8 Project No. 11818.001 Date Drilled Project Bayside Drive Improvement Project Logged By Drilling Co. Martini Drilling Corporation Hole Diameter Drilling Method Hand Auger Ground Elevation Location Northbound Marine Ave Sta. ±11+50 2' West of Curb Sampled By 11-14-17 SAM .qAnn * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 �, 0 0 - SOIL DESCRIPTION y tea+ tw d Z (nm W u;.- WCC d " d 0 m M y O d SZO 3 0 c O— L) a> v w C 0) UtU This Soil Description applies only to a location of the exploration at the P PP Y P ~ ,- >LL �LL `J r �, sz E E O m p m •o _� time of sampling. Subsurface conditions may differ at other locations O W (� Q L �, O p] and may change with time. The description is a simplification of the m U) d p U fn`-' actual conditions encountered. Transitions between soil types may be 0. N S1 gradual. 0 BB -1 @Surface: 5 -inches Asphalt Concrete over 6 -inches Aggregate Base SP @1': SAND, light brown, moist, fine sand, slightly micaceous, some shells and shell fragments 5 Total Depth of Boring: 5 feet No groundwater encountered Boring backfilled with soil cuttings and capped with approximately 6 -inches asphalt cold patch mix upon completion of drilling 10- 0152025SAMPLETYPES: 15- 20- 25— SAM PloiYPLES TYPE OF TESTS: B BULK SAMPLE -200 % FINES PASSING DS DIRECT SHEAR SA SIEVE ANALYSIS C CORE SAMPLE AL ATTERBERG LIMITS EI EXPANSION INDEX SE SAND EQUIVALENT / G GRAB SAMPLE CN CONSOLIDATION H HYDROMETER SG SPECIFIC GRAVITY R RING SAMPLE CO COLLAPSE MD MAXIMUM DENSITY UC UNCONFINED COMPRESSIVE STRENGTH I S SPLIT SPOON SAMPLE CR CORROSION PP POCKET PENETROMETER 0J T TUBE SAMPLE CU UNDRAINED TRIAXIAL RV R VALUE * * * This log is a part of a report by Leighton and should not be used as a stand-alone document. * * * Page 1 of 1 APPENDIX C Geotechnical Laboratory Test Results a I I I II I r -I II I I CI Q� >II D I I I L O a v E Q) fuL O CI. ''. 1. C6 i Y� T L m >, CO (6 Iru (0 .--I i C C m C 0 C Co SII I I I j Z L L L LV O I I I III U) LU wi Q N rl I I a 74 I o 0 Ho I i l I I I I N I I' II II I W � � I ' V cVi z W I II I� MI m I �I oII of c � > cn _ o I o. o C) o 'I o ; oII o o ; M �t- Uri M °� lD � I rn m !II O M' a) II, I I M °O I� d O o 'in O j M N j N ^ ri CO M ,-i �O i = LII c •� L L �`y G% w, iz U ° o ani U + O O =I vI •• ++ U + L a� Q _� Q L a� O N N 9 n, 1+Lj o U L 3 a �' E �" j m E M, E z° O z �a ole. a � U of ''v o c o �. cnjv o o'Iz o t �, o' oI +, o' v o C1 41 ' �, a l - a 411 ' �341 ' o° °'70 R y E y � � 01U )U ) i ' Q)oI5mn Q) o 3 �! v QI� �o o -0. a 2.50 1.000 2.000 Peak Shear Stress (kip/ftz) ' • 1.072 ■ 1.412 2.00 Shear Stress @End of Test (ksf) O 0.566 110.887 4 1.462 Deformation Rate (in./min.) 0.0500 0.0500 0.0500 Initial Sample Height (in.) 1.000 1.000 1.000 1.50 2.415 I 2.415 Initial Moisture Content (%) 60.17 60.17 60.17 Dry Density (pcfi) ' 54.4 55.0 56.2 Saturation (%) 77.4 m 81.4 I 0.9946 0.9790 65 I 104.3 ! 88.5 co 1.00 m U 0.50 0.00 0 0.1 0.2 0.3 Horizontal Deformation (in.) 2.50 2.00 I v i I 1.50 L W 1.00 U) I I 0.50 0.00 0.00 0.50 1.00 1.50 2.00 2.50 3.00 3.50 4.00 4.50 5.00 Normal Stress (ksf) Boring No. LB -3 No. RI _Sample Project No.: 11818.001 DIRECT SHEAR TEST RESULTS Leighton Bayside Drive Improvement Consolidated Undrained 14 I 11-17 Depth (ft) 5 Sample Type: Ring Soil Identification: C sf) ° Peak 634 39 Normal Stress (kip/ftz) 0.500 ' Dark olive gray silty sand (SM) Strength Parameters Ultimate 279 31 1.000 2.000 Peak Shear Stress (kip/ftz) ' • 1.072 ■ 1.412 ; A 2.289 Shear Stress @End of Test (ksf) O 0.566 110.887 4 1.462 Deformation Rate (in./min.) 0.0500 0.0500 0.0500 Initial Sample Height (in.) 1.000 1.000 1.000 Diameter (in.) � 2.415 2.415 I 2.415 Initial Moisture Content (%) 60.17 60.17 60.17 Dry Density (pcfi) ' 54.4 55.0 56.2 Saturation (%) 77.4 78.6 81.4 Soil Height Before Shearing (in.) 0.9983 0.9946 0.9790 Final Moisture Content (%) ' 105.2 I 104.3 ! 88.5 DS LB -3, R1 @ 5 SOIL RESISTIVITY TEST Leighton DOT CA TEST 643 Project Name: Bayside Drive Improvement Tested By : A. Santos Date: 11/20/17 Project No.: 11818.001 Data Input By: G. Bathala Date: 11/20/17 Boring No.: LB -4 Depth (ft.) : 1-5 Sample No.: BB -1 Soil Identification:* Brown SM `California Test 643 requires soil specimens to consist only of portions of samples passing through the No. 8 US Standard Sieve before resistivity testing. Therefore, this test method may not be representative for coarser materials. Moisture Content (%) (MG) 7.38 Adjusted 167.53 Water Specimen Resistance Moisture Soil Added (ml) No. Reading Content Resistivity (Wa) (ohm) (ohm -cm) 1.000 MC 178 1 10 15.64 3400 3400 2 20 23.91 2100 2100 3 30 32.17 2200 2200 4 I� 5 Moisture Content (%) (MG) 7.38 Wet Wt. of Soil + Cont. (g) 167.53 Dry Wt. of Soil + Cont. (g) 160.81 Wt. of Container (g) 69.81 Container No. DOT CA Test 422 DOT CA Test 643 Initial Soil Wt. (g) (Wt) 130.00 Box Constant 1.000 MC = 1+Mci/100 x Wa/Wt+1 -1 x100 Min. Resistivity Moisture Content (ohm -cm) (%) Sulfate Content (ppm) Chloride Content (ppm) Soil pH pH Temp. (°C) DOT CA Test 643 DOT CA Test 417 Part II DOT CA Test 422 DOT CA Test 643 2030 26.2 178 76� 1 7.19 20.1 3600 3400 3200 v 3000 t 2800 w 2 2600 rn N O 0Y 2400 O N 2200 2000 15.0 20.0 25.0 30.0 35.0 40.0 Moisture Content (%) I 40,1-'V',Leighton RNALU E TEST RESULTS 1-0 DOT CA Test 301 PROJECT NAME: Bayside Drive Improvement PROJECT NUMBER: 11818.001 BORING NUMBER: LB -1 DEPTH (FT.): 1-5 SAMPLE NUMBER: BB -1 TECHNICIAN: S. Felter SAMPLE DESCRIPTION: Grayish brown poorly -graded sand (SP) DATE COMPLETED: 11/17/2017 TEST SPECIMEN a b c MOISTURE AT COMPACTION % 10.9 11.3 11.7 HEIGHT OF SAMPLE, Inches 2.47 2.40 2.58 DRY DENSITY, pcf 100.2 104.6 100.3 COMPACTOR PRESSURE, psi 350 300 250 EXUDATION PRESSURE, psi 574 348 234 EXPANSION, Inches x 10ex -4 0 0 0 STABILITY Ph 2,000 lbs (160 psi) 24 26 28 TURNS DISPLACEMENT 5.98 1 6.32 6.24 ,R -VALUE UNCORRECTED 70 67 65 R -VALUE CORRECTED 70 66 66 DESIGN CALCULATION DATA a b c GRAVEL EQUIVALENT FACTOR 1.0 1.0 1.0 TRAFFIC INDEX 5.0 5.0 5.0 STABILOMETER THICKNESS, ft. 0.48 0.54 0.54 EXPANSION PRESSURE THICKNESS, ft. 0.00 0.00 0.00 101 Ri • mommommmi, mommommmommommoom 11.0121d. ������������ ����������n���1��.M��� SEMEM.a1�n�n��i�������iiiiiiiiiiiiiiiiioiiiii�iommi c Lu 3.00 F - w 0 2.50 m F m 2.00 m co O Lu z 1.50 Y _U 2 1.00 Lu O U 0.50 0.00 90 80 70 60 w z) 50 J 1 40 30 20 0.00 0.50 1.00 1.50 2.00 2.50 3.00 3.50 4.00 COVER THICKNESS BY EXPANSION in feet 10 R -VALUE BY EXPANSION R -VALUE BY EXUDATION EQUILIBRIUM R -VALUE: N/A m m EXUDATION PRESSURE CHART 0 800 700 600 500 400 300 200 100 EXUDATION PRESSURE (psi) 0 Leighton a RNALU E TEST RESULTS MOISTURE AT COMPACTION % 13.1 DOT CA Test 301 13.5 PROJECT NAME: Bayside Drive Improvement PROJECT NUMBER: 11818.001 BORING NUMBER: LB -4 DEPTH (FT.): 1-5 SAMPLE NUMBER: BB -1 TECHNICIAN: S. Felter SAMPLE DESCRIPTION: Brown silty sand (SM) DATE COMPLETED: 11/17/2017 TEST SPECIMEN a b c MOISTURE AT COMPACTION % 13.1 13.3 13.5 HEIGHT OF SAMPLE, Inches 2.50 2.44 2.43 DRY DENSITY, pcf 115.2 118.0 117.4 COMPACTOR PRESSURE, psi 350 350 300 EXUDATION PRESSURE, psi 513 394 249 EXPANSION, Inches x 10ex -4 0 0 0 STABILITY Ph 2,000 lbs (160 psi) 22 23 25 TURNS DISPLACEMENT 5.45 5.14 5.17 ,R -VALUE UNCORRECTED 74 74 72 R -VALUE CORRECTED 74 73 71 DESIGN CALCULATION DATA a b c GRAVEL EQUIVALENT FACTOR 1.0 1.0 1.0 TRAFFIC INDEX 5.0 5.0 5.0 STABILOMETER THICKNESS, ft. 0.42 0.43 0.46 EXPANSION PRESSURE THICKNESS, ft. 0.00 0.00 0.00 EXPANSION PRESSURE CHART R -VALUE BY EXPANSION: R -VALUE BY EXUDATION: EQUILIBRIUM R -VALUE: N/A 72 72 EXUDATION PRESSURE CHART 90 80 70 60 w 50 J Q 40 30 20 10 of I I I' '1 '1 'I " L4- 800 700 600 500 400 300 200 100 EXUDATION PRESSURE (psi) Leighton R -VALUE TEST RESULTS DOT CA Test 301 PROJECT NAME: Bayside Drive Improvement PROJECT NUMBER: 11818.001 BORING NUMBER: LB -5 DEPTH (FT.): 1-5 SAMPLE NUMBER: BB -1 TECHNICIAN: S. Felter SAMPLE DESCRIPTION: Grayish brown poorly -graded sand (SP) DATE COMPLETED: 11/17/2017 TEST SPECIMEN a b c MOISTURE AT COMPACTION % 12.6 13.1 13.5 HEIGHT OF SAMPLE, Inches 2.45 2.56 2.50 DRY DENSITY, pcf 102.7 100.4 102.0 COMPACTOR PRESSURE, psi 350 300 250 EXUDATION PRESSURE, psi 561 387 232 EXPANSION, Inches x 10ex -4 0 0 0 STABILITY Ph 2,000 lbs (160 psi) 24 25 27 TURNS DISPLACEMENT 5.82 1 5.91 6.06 R -VALUE UNCORRECTED 71 70 67 R -VALUE CORRECTED 71 71 67 DESIGN CALCULATION DATA a b c GRAVEL EQUIVALENT FACTOR 1.0 1.0 1.0 TRAFFIC INDEX 5.0 5.0 5.0 STABILOMETER THICKNESS, ft. 0.46 0.46 0.53 EXPANSION PRESSURE THICKNESS, ft. 0.00 1 0.00 0.00 EXPANSION PRESSURE CHART R -VALUE BY EXPANSION R -VALUE BY EXUDATION EQUILIBRIUM R -VALUE: N/A m m EXUDATION PRESSURE CHART 90 80 70 60 w � 50 J Q 40 30 20 10 0I '+ I F 1 lye 800 700 600 500 400 300 200 100 EXUDATION PRESSURE (psi) 0 *U"', Leighton R -VALUE TEST RESULTS DOT CA Test 301 PROJECT NAME: Bayside Drive Improvement PROJECT NUMBER: 11818.001 BORING NUMBER: LB -7 DEPTH (FT.): 1-5 SAMPLE NUMBER: BB -1 TECHNICIAN: S. Felter SAMPLE DESCRIPTION: Grayish brown silty clay (CL -ML) DATE COMPLETED: 11/17/2017 TEST SPECIMEN a b c MOISTURE AT COMPACTION % 34.3 35.3 35.9 HEIGHT OF SAMPLE, Inches 2.40 2.51 2.55 DRY DENSITY, pcf 82.9 81.4 82.5 COMPACTOR PRESSURE, psi 200 125 75 EXUDATION PRESSURE, psi 425 306 174 EXPANSION, Inches x 10exp-4 65 37 12 STABILITY Ph 2,000 lbs (160 psi) 51 71 97 TURNS DISPLACEMENT 1 4.67 1 4.72 1 4.02 R -VALUE UNCORRECTED 53 40 129 R -VALUE CORRECTED 51 40 1 29 DESIGN CALCULATION DATA a b c GRAVEL EQUIVALENT FACTOR 1.0 1.0 1.0 TRAFFIC INDEX 5.0 5.0 5.0 STABILOMETER THICKNESS, ft. 0.78 0.96 1.14 EXPANSION PRESSURE THICKNESS, ft. 2.17 1.23 1 0.40 EXPANSION PRESSURE CHART R -VALUE BY EXPANSION R -VALUE BY EXUDATION EQUILIBRIUM R -VALUE: 37 91 37 EXUDATION PRESSURE CHART 90 80 70 60 w � 50 J Q 40 30 20 10 0 l� � L I 1 1 4 I — 800 700 600 500 400 300 200 100 EXUDATION PRESSURE (psi) 0 APPENDIX D Site Photos of Existing Pavement Conditions BAYSIDE DRIVE APPENDIX E Earthworks and Grading Guide Specifications APPENDIX E LEIGHTON CONSULTING, INC. EARTHWORK AND GRADING GUIDE SPECIFICATIONS TABLE OF CONTENTS Section Appendix E Page E-1.0 GENERAL...........................................................................................................1 E-1.1 Intent............................................................................................................. 1 E-1.2 Role of Leighton Consulting, Inc....................................................................1 E-1.3 The Earthwork Contractor.............................................................................1 E-2.0 PREPARATION OF AREAS TO BE FILLED ..................................................... 2 E-2.1 Clearing and Grubbing.................................................................................. 2 E-2.2 Processing.....................................................................................................3 5 E-2.3 Overexcavation............................................................................................. 3 E-2.4 Benching....................................................................................................... 3 E-2.5 Evaluation/Acceptance of Fill Areas .............................................................. 3 E-3.0 FILL MATERIAL................................................................................................. 4 E-3.1 Fill Quality......................................................................................................4 E-6.0 E-3.2 Oversize........................................................................................................ 4 E-3.3 Import............................................................................................................ 4 E-4.0 FILL PLACEMENT AND COMPACTION........................................................... 4 E-4.1 Fill Layers...................................................................................................... 4 E-4.2 Fill Moisture Conditioning.............................................................................. 5 E-4.3 Compaction of Fill.......................................................................................... 5 E-4.4 Compaction of Fill Slopes.............................................................................. 5 E-4.5 Compaction Testing...................................................................................... 5 E-4.6 Compaction Test Locations........................................................................... 5 E-5.0 EXCAVATION..................................................................................................... 6 E-6.0 TRENCH BACKFILLS........................................................................................ 6 E-6.1 Safety............................................................................................................ 6 E-6.2 Bedding and Backfill......................................................................................6 E-6.3 Lift Thickness................................................................................................ 7 E-1.0 GENERAL E-1.1 Intent These Earthwork and Grading Guide Specifications are for grading and earthwork shown on the current, approved grading plan(s) and/or indicated in the Leighton Consulting, Inc. geotechnical report(s). These Guide Specifications are a part of the recommendations contained in the geotechnical report(s). In case of conflict, the project -specific recommendations in the geotechnical report shall supersede these Guide Specifications. Leighton Consulting, Inc. shall provide geotechnical observation and testing during earthwork and grading. Based on these observations and tests, Leighton Consulting, Inc. may provide new or revised recommendations that could supersede these specifications or the recommendations in the geotechnical report(s). E-1.2 Role of Leighton Consulting, Inc. Prior to commencement of earthwork and grading, Leighton Consulting, Inc. shall meet with the earthwork contractor to review the earthwork contractor's work plan, to schedule sufficient personnel to perform the appropriate level of observation, mapping and compaction testing. During earthwork and grading, Leighton Consulting, Inc. shall observe, map, and document subsurface exposures to verify geotechnical design assumptions. If observed conditions are found to be significantly different than the interpreted assumptions during the design phase, Leighton Consulting, Inc. shall inform the owner, recommend appropriate changes in design to accommodate these observed conditions, and notify the review agency where required. Subsurface areas to be geotechnically observed, mapped, elevations recorded, and/or tested include (1) natural ground after clearing to receiving fill but before fill is placed, (2) bottoms of all "remedial removal" areas, (3) all key bottoms, and (4) benches made on sloping ground to receive fill. Leighton Consulting, Inc. shall observe moisture -conditioning and processing of the subgrade and fill materials, and perform relative compaction testing of fill to determine the attained relative compaction. Leighton Consulting, Inc. shall provide Daily Field Reports to the owner and the Contractor on a routine and frequent basis. E-1.3 The Earthwork Contractor The earthwork contractor (Contractor) shall be qualified, experienced and knowledgeable in earthwork logistics, preparation and processing of ground to receive fill, moisture -conditioning and processing of fill, and compacting fill. The Contractor shall review and accept the plans, geotechnical report(s), and these Guide E-1 Leighton Consulting, Inc. Earthwork and Grading Guide Specifications Specifications prior to commencement of grading. The Contractor shall be solely responsible for performing grading and backfilling in accordance with the current, approved plans and specifications. The Contractor shall inform the owner and Leighton Consulting, Inc. of changes in work schedules at least one working day in advance of such changes so that appropriate observations and tests can be planned and accomplished. The Contractor shall not assume that Leighton Consulting, Inc. is aware of all grading operations. The Contractor shall have the sole responsibility to provide adequate equipment and methods to accomplish earthwork and grading in accordance with the applicable grading codes and agency ordinances, these Guide Specifications, and recommendations in the approved geotechnical report(s) and grading plan(s). If, in the opinion of Leighton Consulting, Inc., unsatisfactory conditions, such as unsuitable soil, improper moisture condition, inadequate compaction, adverse weather, etc., are resulting in a quality of work less than required in these specifications, Leighton Consulting, Inc. shall reject the work and may recommend to the owner that earthwork and grading be stopped until unsatisfactory condition(s) are rectified. E-2.0 PREPARATION OF AREAS TO BE FILLED E-2.1 Clearing and Grubbing Vegetation, such as brush, grass, roots and other deleterious material shall be sufficiently removed and properly disposed of in a method acceptable to the owner, governing agencies and Leighton Consulting, Inc.. Care should be taken not to encroach upon or otherwise damage native and/or historic trees designated by the Owner or appropriate agencies to remain. Pavements, flatwork or other construction should not extend under the "drip line" of designated trees to remain. Leighton Consulting, Inc. shall evaluate the extent of these removals depending on specific site conditions. Earth fill material shall not contain more than 3 percent of organic materials (by dry weight: ASTM D 2974). Nesting of the organic materials shall not be allowed. If potentially hazardous materials are encountered, the Contractor shall stop work in the affected area, and a hazardous material specialist shall be informed immediately for proper evaluation and handling of these materials prior to continuing to work in that area. As presently defined by the State of California, most refined petroleum products (gasoline, diesel fuel, motor oil, grease, coolant, etc.) have chemical constituents that E-2 Leighton Consulting Inc Earthwork and Grading Guide Specifications are considered to be hazardous waste. As such, the indiscriminate dumping or spillage of these fluids onto the ground may constitute a misdemeanor, punishable by fines and/or imprisonment, and shall not be allowed. E-2.2 Processing Existing ground that has been declared satisfactory for support of fill, by Leighton Consulting, Inc., shall be scarified to a minimum depth of 6 inches (15 cm). Existing ground that is not satisfactory shall be over -excavated as specified in the following Section D-2.3. Scarification shall continue until soils are broken down and free of large clay lumps or clods and the working surface is reasonably uniform, flat, and free of uneven features that would inhibit uniform compaction. E-2.3 Overexcavation In addition to removals and over -excavations recommended in the approved geotechnical report(s) and the grading plan, soft, loose, dry, saturated, spongy, organic - rich, highly fractured or otherwise unsuitable ground shall be over -excavated to competent ground as evaluated by Leighton Consulting, Inc. during grading. All undocumented fill soils under proposed structure footprints should be excavated E-2.4 Benching Where fills are to be placed on ground with slopes steeper than 5:1 (horizontal to vertical units), (>20 percent grade) the ground shall be stepped or benched. The lowest bench or key shall be a minimum of 15 feet (4.5 m) wide and at least 2 feet (0.6 m) deep, into competent material as evaluated by Leighton Consulting, Inc.. Other benches shall be excavated a minimum height of 4 feet (1.2 m) into competent material or as otherwise recommended by Leighton Consulting, Inc.. Fill placed on ground sloping flatter than 5:1 (horizontal to vertical units), (<20 percent grade) shall also be benched or otherwise over -excavated to provide a flat subgrade for the fill. E-2.5 Evaluation/Acceptance of Fill Areas All areas to receive fill, including removal and processed areas, key bottoms, and benches, shall be observed, mapped, elevations recorded, and/or tested prior to being accepted by Leighton Consulting, Inc. as suitable to receive fill. The Contractor shall obtain a written acceptance (Daily Field Report) from Leighton Consulting, Inc. prior to fill placement. A licensed surveyor shall provide the survey control for determining elevations of processed areas, keys and benches. E-3 1..3 Leighton Consulting, Inc. Earthwork and Grading Guide Specifications E-3.0 FILL MATERIAL E-3.1 Fill Quality Material to be used as fill shall be essentially free of organic matter and other deleterious substances evaluated and accepted by Leighton Consulting, Inc. prior to placement. Soils of poor quality, such as those with unacceptable gradation, high expansion potential, or low strength shall be placed in areas acceptable to Leighton Consulting, Inc. or mixed with other soils to achieve satisfactory fill material. E-3.2 Oversize Oversize material defined as rock, or other irreducible material with a maximum dimension greater than 6 inches (15 cm), shall not be buried or placed in fill unless location, materials and placement methods are specifically accepted by Leighton Consulting, Inc.. Placement operations shall be such that nesting of oversized material does not occur and such that oversize material is completely surrounded by compacted or densified fill. Oversize material shall not be placed within 10 feet (3 m) measured vertically from finish grade, or within 2 feet (0.61 m) of future utilities or underground construction. E-3.3 Import If importing of fill material is required for grading, proposed import material shall meet the requirements of Section D-3.1, and be free of hazardous materials ("contaminants") and rock larger than 3 -inches (8 cm) in largest dimension. All import soils shall have an Expansion Index (EI) of 20 or less and a sulfate content no greater than (<_) 500 parts - per -million (ppm). A representative sample of a potential import source shall be given to Leighton Consulting, Inc. at least four full working days before importing begins, so that suitability of this import material can be determined and appropriate tests performed. E-4.0 FILL PLACEMENT AND COMPACTION E-4.1 Fill Layers Approved fill material shall be placed in areas prepared to receive fill, as described in Section D-2.0, above, in near -horizontal layers not exceeding 8 inches (20 cm) in loose thickness. Leighton Consulting, Inc. may accept thicker layers if testing indicates the grading procedures can adequately compact the thicker layers, and only if the building officials with the appropriate jurisdiction approve. Each layer shall be spread evenly and mixed thoroughly to attain relative uniformity of material and moisture throughout. E-4 4 Leighton Leighton Consulting Inc Earthwork and Grading Guide Specifications E-4.2 Fill Moisture Conditioning Fill soils shall be watered, dried back, blended and/or mixed, as necessary to attain a relatively uniform moisture content at or slightly over optimum. Maximum density and optimum soil moisture content tests shall be performed in accordance with the American Society of Testing and Materials (ASTM) Test Method D 1557. E-4.3 Compaction of Fill After each layer has been moisture -conditioned, mixed, and evenly spread, each layer shall be uniformly compacted to not -less -than (>_) 90 percent of the maximum dry density as determined by ASTM Test Method D 1557. In some cases, structural fill may be specified (see project -specific geotechnical report) to be uniformly compacted to at - least (>_) 95 percent of the ASTM D 1557 modified Proctor laboratory maximum dry density. For fills thicker than (>) 15 feet (4.5 m), the portion of fill deeper than 15 feet below proposed finish grade shall be compacted to 95 percent of the ASTM D 1557 laboratory maximum density. Compaction equipment shall be adequately sized and be either specifically designed for soil compaction or of proven reliability to efficiently achieve the specified level of compaction with uniformity. E-4.4 Compaction of Fill Slopes In addition to normal compaction procedures specified above, compaction of slopes shall be accomplished by back rolling of slopes with sheepsfoot rollers at increments of 3 to 4 feet (1 to 1.2 m) in fill elevation, or by other methods producing satisfactory results acceptable to Leighton Consulting, Inc.. Upon completion of grading, relative compaction of the fill, out to the slope face, shall be at least 90 percent of the ASTM D 1557 laboratory maximum density. E-4.5 Compaction Testing Field-tests for moisture content and relative compaction of the fill soils shall be performed by Leighton Consulting, Inc.. Location and frequency of tests shall be at our field representative(s) discretion based on field conditions encountered. Compaction test locations will not necessarily be selected on a random basis. Test locations shall be selected to verify adequacy of compaction levels in areas that are judged to be prone to inadequate compaction (such as close to slope faces and at the fill/bedrock benches). E-4.6 Compaction Test Locations Leighton Consulting, Inc. shall document the approximate elevation and horizontal coordinates of each density test location. The Contractor shall coordinate with the project surveyor to assure that sufficient grade stakes are established so that Leighton E-5 it Leighton Consulting Inc. Earthwork and Grading Guide Specifications Consulting, Inc. can determine the test locations with sufficient accuracy. Adequate grade stakes shall be provided. E-5.0 EXCAVATION Excavations, as well as over -excavation for remedial purposes, shall be evaluated by Leighton Consulting, Inc. during grading. Remedial removal depths shown on geotechnical plans are estimates only. The actual extent of removal shall be determined by Leighton Consulting, Inc. based on the field evaluation of exposed conditions during grading. Where fill -over -cut slopes are to be graded, the cut portion of the slope shall be made, then observed and reviewed by Leighton Consulting, Inc. prior to placement of materials for construction of the fill portion of the slope, unless otherwise recommended by Leighton Consulting, Inc.. E-6.0 TRENCH BACKFILLS E-6.1 Safety The Contractor shall follow all OSHA and Cal/OSHA requirements for safety of trench excavations. Work should be performed in accordance with Article 6 of the California Construction Safety Orders, 2009 Edition or more current (see also: http://www.dir.ca.gov/title8/sb4a6.html ). E-6.2 Bedding and Backfill All utility trench bedding and backfill shall be performed in accordance with applicable provisions of the 2015 Edition of the Standard Specifications for Public Works Construction (Green Book). Bedding material shall have a Sand Equivalent greater than 30 (SE>30). Bedding shall be placed to 1 -foot (0.3 m) over the top of the conduit, and densified by jetting in areas of granular soils, if allowed by the permitting agency. Otherwise, the pipe -bedding zone should be backfilled with Controlled Low Strength Material (CLSM) consisting of at least one sack of Portland cement per cubic -yard of sand, and conforming to Section 201-6 of the 2015 Edition of the Standard Specifications for Public Works Construction (Green Book). Backfill over the bedding zone shall be placed and densified mechanically to a minimum of 90 percent of relative compaction (ASTM D 1557) from 1 foot (0.3 m) above the top of the conduit to the surface. Backfill above the pipe zone shall not be jetted. Jetting of the bedding around the conduits shall be observed by Leighton Consulting, Inc. and backfill above the pipe zone (bedding) shall be observed and tested by Leighton Consulting, Inc.. E-6 Leighton Consulting Inc. Earthwork and Grading Guide Specifications E-6.3 Lift Thickness Lift thickness of trench backfill shall not exceed those allowed in the Standard Specifications of Public Works Construction unless the Contractor can demonstrate to Leighton Consulting, Inc. that the fill lift can be compacted to the minimum relative compaction by his alternative equipment and method, and only if the building officials with the appropriate jurisdiction approve. E-7 V4 GEOTECHNICAL REPORT FOR JAMBOREE ROAD LIMITED GEOTECHNICAL INVESTIGATION PROPOSED REPLACEMENT SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PACIFIC COAST HIGHWAY A wln M A VC+IP1C nnIVAir !'%IVV LJl11%71VG VfRIVC NEWPORT BEACH, CALIFORNIA IVA INVY EOCON W E S T, I N C. GEOTECHNICAL ENVIRONMENTAL PREPARED FOR MATERIALS CITY OF NEWPORT BEACH NEWPORT BEACH, CALIFORNIA PROJECT NO. A9649-88-01 OCTOBER 31, 2017 GEOCON W E S T, I N C. G E O T E C H N I C A L Project No. A8649-88-01 October 31, 2017 VIA OVERNIGHT COURIER ■ ENVIRONMENTAL ■ Michael J. Sinacori, PE City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 M A T E R I A L S y <10 Subject: PROPOSED REPLACEMENT SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PACIFIC COAST HIGHWAY AND BAYSIDE DRIVE NEWPORT BEACH, CALIFORNIA Dear Mr. Sinacori: In accordance with your authorization of our proposal dated September 29, 2017, we have performed a limited geotechnical investigation to address the proposed replacement slough wall along the east side of Jamboree Road, between Pacific Coast Highway and Bayside Drive, in the City of Newport Beach, California. This report presents the findings of our study, and our conclusions and recommendations pertaining to the geotechnical aspects of construction. Based on the results of our investigation, it is our opinion that the improvements can be developed as proposed provided the recommendations of this report are followed and implemented during design and construction. 1. PURPOSE AND SCOPE The purpose of this investigation was to evaluate the subsurface conditions as it relates to the construction of the proposed replacement slough wall. Evaluation of slope stability and quantifying anticipated slough material was not included in our scope. The scope of our investigation included a site reconnaissance, a field investigation, laboratory testing, engineering analysis, and the preparation of this report. The site was explored on October 10, 2017, by excavating two test pits using hand digging and hand auger equipment. The test pits were conducted behind the existing slough wall to depths between 4 and 5 feet below the ground surface. The approximate locations of the exploratory test pits are depicted on the Site Plan, Figure 1. A detailed discussion of the field investigation, including test pit logs, is presented in Appendix A. Laboratory tests were performed on selected soil samples obtained during the investigation to determine pertinent physical soil properties. Appendix B presents a summary of the laboratory test results. 15520 Rockfield Boulevard, Suite J ■ Irvine, CA 92618 ■ Telephone (949) 491-6570 ■ engineering@geoconinc.com It is our understanding that the proposed project consists of the construction of a replacement slough wall along the east side of Jamboree Road, between Pacific Coast Highway and Bayside Drive, in the City of Newport Beach, California. The purpose of the wall is to retain slough generated from the adjacent ascending slope which is inclined near vertical. The recommendations presented in this report are based on analysis of the data obtained during the investigation and our experience with similar soil and geologic conditions. Any changes in the design, location or elevation of any structure, as outlined in this report, should be reviewed by this office. Geocon should be contacted to determine the necessity for review and possible revision of this report. 2. FINDINGS Based on the subsurface investigation, the soils underlying the site consist of slopewash over Monterey Formation bedrock. The soil and geologic units encountered in the test pits are discussed below. General profiles are provided on the test pit logs in Appendix A, Figures Al and A2. 2.1 Slopewash Up to 3 %2 feet of slopewash was encountered in the test pits at the base of the ascending slope. The slopewash is believed to be the result of past erosion and sloughing of the adjacent ascending slope. The slopewash consists of silt that is pale brown to olive brown, soft, dry and contains an abundant amount of friable bedrock fragments. 2.2 Monterey Formation The slopewash is underlain by sedimentary bedrock units of the Miocene age Monterey Formation. The bedrock units were encountered in both test pits. As observed during our field investigation, the bedrock consists of olive brown, poorly -bedded, thinly bedded to massive siltstone. The bedrock is slightly weathered and is moderately fractured. Geocon Project No. A9649-88-01 - 2 - October 3l, 2017 3. CONCLUSIONS AND RECOMMENDATIONS 3.1 General 3.1.1 It is our opinion that neither soil nor geologic conditions were encountered during the investigation that would preclude the construction of the proposed improvements provided the recommendations presented herein are followed and implemented during construction. 3.1.2 A maximum of 3'/2 feet of slopewash was encountered behind the existing slough wall, at the base of the slope, during our site investigation. The proposed new wall foundations should penetrate through the slopewash and derive support in the underlying bedrock. 3.1.3 Conventional foundations may be utilized for support of the proposed slough wall, provided foundations bear in the undisturbed bedrock. Foundations should be deepened as necessary to extend through any disturbed or soft soils. All foundation excavations must be observed and approved in writing by the Geotechnical Engineer (a representative of Geocon), prior to placing steel or concrete. 3.1.4 Based on the location of the proposed retaining wall, temporary sloping measures will be required for excavation and wall construction as indicated in the Temporary Excavations section of this report (Section 3.5). 3.1.5 Any changes in the design, location or elevation, as outlined in this report, should be reviewed by this office. Geocon should be contacted to determine the necessity for review and possible revision of this report. 3.2 Soil and Excavation Characteristics 3.2.1 The in-situ fill and soils can be excavated with moderate effort using conventional excavation equipment. Due to the loose and granular nature of the slopewash, caving should be anticipated in unshored excavations. 3.2.2 It is the responsibility of the contractor to ensure that all excavations and trenches are properly sloped/shored and maintained in accordance with applicable OSHA rules and regulations to maintain safety and maintain the stability of adjacent existing improvements. Excavation recommendations are provided in the Temporary Excavations section of this report (Section 3.5). 3.2.3 All onsite excavations must be conducted in such a manner that potential surcharges from existing structures, construction equipment, and vehicle loads are resisted. The surcharge area may be defined by a 1:1 projection down and away from the bottom of an existing foundation or vehicle load. Penetrations below this 1:1 projection will require special excavation measures such as sloping and shoring. Geocon Project No. A9649-88-01 - 3 - October 31, 2017 3.2.4 Laboratory tests were performed on a representative sample of the site soils to measure the percentage of water-soluble sulfate content. Results from the laboratory water-soluble sulfate tests are presented in Appendix B (Figure 133) and indicate that the on-site materials possess a "severe" (S2) sulfate exposure to concrete structures as defined by 2016 CBC Section 1904 and ACI 318-11 Sections 4.2 and 4.3. The table below presents a summary of concrete requirements set forth by 2016 CBC Section 1904 and ACI 318. The presence of water- soluble sulfates is not a visually discernible characteristic; therefore, other soil samples from the site could yield different concentrations. Additionally, over time landscaping activities (i.e., addition of fertilizers and other soil nutrients) may affect the concentration. REQUIREMENTS FOR CONCRETE EXPOSED TO SULFATE -CONTAINING SOLUTIONS Sulfate Exposure Water -Soluble Cement Maximum Water to Minimum Exposure Class Sulfate Percent Type (ASTM Cement Ratio Compressive by Weight C150) by Weight Strength (psi) Not Applicable SO SO4<0.10 -- -- 2,500 Moderate S1 0.10<SO4<0.20 11 0.50 4,000 Severe S2 0.20<SO4<2.00 V 0.45 4,500 Very S3 SO4>2.00 V+Pozzolan 0.45 4,500 Severe or Slag 3.3 Slough Wall Design 3.3.1 The slough wall foundation should derive support in undisturbed bedrock. Foundations should be deepened as necessary to extend into satisfactory soils and must be observed and approved in writing by the Geotechnical Engineer (a representative of Geocon West, Inc.) prior to the placement of steel or concrete. 3.3.2 Retaining wall foundations should be designed for an allowable bearing pressure of 2,000 pounds per square foot (psf), and should be a minimum of 24 inches in width, 24 inches in depth below the lowest adjacent grade and 12 inches into the undisturbed bedrock. The allowable bearing pressure may be increased by one-third for transient loads due to wind or seismic forces. Reinforcement for wall footings should be designed by the project structural engineer. 3.3.3 The maximum expected settlement for a conventional foundation system is estimated to be less than 'h inch and occur below the heaviest loaded wall section. Settlement of the foundation system is expected to occur on initial application of loading. Differential settlement is not expected to exceed % inch over a distance of 20 feet. Geocon Project No. A9649-88-01 - 4 - October 31, 2017 3.3.4 Resistance to lateral loading may be provided by friction acting at the base of foundations and by passive earth pressure. An allowable coefficient of friction of 0.35 may be used with the dead load forces in the undisturbed bedrock. Passive earth pressure for the sides of foundations and slabs poured against undisturbed bedrock may be computed as an equivalent fluid having a density of 220 pounds per cubic foot (pcf) with a maximum earth pressure of 2,200 psf. When combining passive and friction for lateral resistance, the passive component should be reduced by one-third. 3.3.5 The recommendations presented herein are generally applicable to the design of rigid concrete or masonry slough wall having a maximum height of five feet. In the event that walls higher than 5 feet or other types of walls are planned, Geocon should be contacted for additional recommendations. Walls that are not restrained at the top and where material may accumulate with a slope gradient of up to 1:1 should be designed utilizing a triangular distribution of pressure (active pressure) of 30 pcf. 3.3.6 The area behind the slough wall will require periodic evaluations and maintenance; accumulations of debris shall be removed on a periodic basis and after severe storms. It is recommended that a written maintenance plan be created and enforced by the owner. 3.4 Grading 3.4.1 Earthwork should be observed, and compacted fill tested by representatives of Geocon West, Inc. 3.4.2 A preconstruction conference should be held at the site prior to the beginning of grading operations with the owner, contractor, civil engineer and geotechnical engineer in attendance. Special soil handling requirements can be discussed at that time. 3.4.3 The areas to receive compacted fill shall be stripped of all vegetation, existing fill, and soft or disturbed soils. Where new pavement or hardscape is to be constructed, it is recommended that the upper 12 inches of existing site soils be scarified and properly compacted for pavement support. 3.4.4 Any soft soils encountered in the work area should be removed as necessary at the direction of the Geotechnical Engineer (a representative of Geocon). Deleterious debris such as wood and tree roots should be excavated and removed from the site. Deleterious debris must not be mixed with the fill soils. Asphalt and concrete should not be mixed with the fill soils unless approved by the Geotechnical Engineer. 3.4.5 All fill and backfill soils should be placed in horizontal loose layers approximately 6 to 8 inches thick, moisture conditioned, and compacted to at least 90 percent relative compaction as determined by ASTM Test Method D 1557 (latest edition). Geocon Project No. A9649-88-01 - 5 - October 31, 2017 3.4.6 Utility trenches should be properly backfilled in accordance with the requirements of the Green Book (latest edition). The pipe should be bedded with clean sands (Sand Equivalent greater than 30) to a depth of at least 1 foot over the pipe, and the bedding material must be inspected and approved in writing by the Geotechnical Engineer (a representative of Geocon). The use of gravel is not acceptable unless used in conjunction with filter fabric to prevent the gravel from having direct contact with soil. The remainder of the trench backfill may be derived from onsite soil or approved import soil, compacted as necessary, until the required compaction is obtained. The use of minimum 2 -sack slurry as backfill is also acceptable. Prior to placing any bedding materials or pipes, the excavation bottom must be observed and approved in writing by the Geotechnical Engineer (a representative of Geocon). 3.4.7 All trench and foundation excavation bottoms must be observed and approved in writing by the Geotechnical Engineer (a representative of Geocon), prior to placing bedding materials, fill, steel, gravel, or concrete. 3.5 Concrete Slabs -on -Grade 3.5.1 Exterior slabs, not subject to traffic loads, should be at least 4 inches thick and reinforced with No. 3 steel reinforcing bars placed 18 inches on center in both horizontal directions, positioned near the slab midpoint. Prior to construction of slabs, the upper 12 inches of subgrade should be moisture conditioned and properly compacted to at least 90 percent relative compaction, as determined by ASTM Test Method D 1557 (latest edition). Crack control joints should be spaced at intervals not greater than 10 feet and should be constructed using saw -cuts or other methods as soon as practical following concrete placement. Crack control joints should extend a minimum depth of one-fourth the slab thickness. The project structural engineer should design construction joints as necessary. 3.5.2 The recommendations of this report are intended to reduce the potential for cracking of slabs due to settlement. However, even with the incorporation of the recommendations presented herein, foundations, stucco walls, and slabs -on -grade may exhibit some cracking due to minor soil movement or concrete shrinkage. The occurrence of concrete shrinkage cracks is independent of the supporting soil characteristics. Their occurrence may be reduced or controlled by limiting the slump of the concrete, proper concrete placement and curing, and by the placement of crack control joints at periodic intervals, in particular, where re-entrant slab corners occur. 3.6 Temporary Excavations 3.6.1 Based on the soils encountered in the test pits, it is recommended that temporary construction cuts be limited to a maximum vertical height of 5 feet. Temporary cuts that are higher than 5 feet will require sloping measures in order to provide a stable excavation. Geocon Project No. A9649-88-01 - 6 - October 31, 2017 3.6.2 Where sufficient space is available, temporary unsurcharged slopes may be sloped back at a uniform 1:1 slope gradient or flatter, up to a maximum height of 7 feet. A uniform slope does not have a vertical portion. 3.6.3 Where temporary construction slopes are used, the top of the slope should be barricaded to prevent vehicles and storage loads at the top of the slope within a horizontal distance equal to the height of the slope. If the temporary construction slopes are to be maintained during the rainy season, berms are suggested along the tops of the slopes where necessary, to prevent runoff water from entering the excavation and eroding the slope faces. Our personnel should inspect the soils exposed in the cut slopes during excavation so that modifications of the slopes can be made if variations in the soil conditions occur. All excavations should be stabilized within 30 days of initial excavation. 3.7 Surface Drainage 3.7.1 Proper surface drainage is critical to the future performance of the project. Uncontrolled infiltration of irrigation excess and storm runoff into the foundation supporting soils can adversely affect the performance of the planned improvements. Saturation of a soil can cause it to lose internal shear strength and increase its compressibility, resulting in a change in the original designed engineering properties. Proper drainage in building areas should be maintained at all times. 3.7.2 All site drainage should be collected and transferred to the street in non-erosive drainage devices. Drainage should not be allowed to pond anywhere on the site, and especially not against any foundation or retaining wall. 3.7.3 Positive site drainage should be provided away from structures, pavement, and the tops of slopes, and conveyed to swales or other controlled drainage structures. 3.8 Plan Review 3.8.1 Grading, foundation and shoring plans should be reviewed by the Geotechnical Engineer prior to finalization to verify that the plans have been prepared in substantial conformance with the recommendations of this report and to provide additional analyses or recommendations, if necessary. Geocon Project No. A9649-88-01 - 7 - October 31, 2017 If you have any questions regarding this report, or if we may be of further service, please contact the undersigned. Very truly yours, GEOCON WEST, LNC. r Jelisa Thomas Adams GE 3092 /fc�V P� NO MASgQ F a r GE3092 (Email) Addressee LIMITATIONS AND UNIFORMITY OF CONDITIONS Enclosures: Figure 1, Site Plan APPENDIX A: Figures A 1 and A2, Logs of Test Pits APPENDIX B: Figure B1, Direct Shear Test Results Figure B2, Consolidation Test Results Figure B3, Laboratory Test Results Geocon Project No. A9649-88-01 - 8 - October 31, 2017 LIMITATIONS AND UNIFORMITY OF CONDITIONS 1. The recommendations of this report pertain only to the site investigated and are based upon the assumption that the soil conditions do not deviate from those disclosed in the investigation. If any variations or undesirable conditions are encountered during construction, or if the proposed construction will differ from that anticipated herein, Geocon West, Inc. should be notified so that supplemental recommendations can be given. The evaluation or identification of the potential presence of hazardous or corrosive materials was not part of the scope of services provided by Geocon West, Inc. 2. This report is issued with the understanding that it is the responsibility of the owner, or of his representative, to ensure that the information and recommendations contained herein are brought to the attention of the architect and engineer for the project and incorporated into the plans, and the necessary steps are taken to see that the contractor and subcontractors carry out such recommendations in the field. 3. The findings of this report are valid as of the date of this report. However, changes in the conditions of a property can occur with the passage of time, whether they are due to natural processes or the works of man on this or adjacent properties. In addition, changes in applicable or appropriate standards may occur, whether they result from legislation or the broadening of knowledge. Accordingly, the findings of this report may be invalidated wholly or partially by changes outside our control. Therefore, this report is subject to review and should not be relied upon after a period of three years. 4. The firm that performed the geotechnical investigation for the project should be retained to provide testing and observation services during construction to provide continuity of geotechnical interpretation and to check that the recommendations presented for geotechnical aspects of site development are incorporated during site grading, construction of improvements, and excavation of foundations. If another geotechnical firm is selected to perform the testing and observation services during construction operations, that firm should prepare a letter indicating their intent to assume the responsibilities of project geotechnical engineer of record. A copy of the letter should be provided to the regulatory agency for their records. In addition, that firm should provide revised recommendations concerning the geotechnical aspects of the proposed development, or a written acknowledgement of their concurrence with the recommendations presented in our report. They should also perform additional analyses deemed necessary to assume the role of Geotechnical Engineer of Record. Geocon Project No. A9649-88-01 October 31, 2017 LEGEND TP2 ] Approximate Location of Test Pit v r� OTEOCO W E S T, I N C. ENVIRONMENTAL GEOTECHNICAL MATERIALS 3303 N. SAN FERNANDO BLVD. - SUITE 100 - BURBANK. CA 91504 PHONE (818) 841-8388 - FAX (818) 841-1704 Drafted bv: JTA Checked bv: NDB �I �I I �I d 0 60' 120' APPROXIMATE SCALE SITE PLAN JAMBOREE SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PCH AND BAYSIDE DRIVE NEWPORT BEACH, CALIFORNIA OCT 2017 PROJFCT NO A9649-88-01 FIG 1 APPENDIX A FIELD INVESTIGATION The site was explored on October 10, 2017, by excavating two test pits using hand digging and hand auger equipment. The test pits were conducted behind the existing slough wall to depths between 4 and 5 feet below the ground surface. Representative and relatively undisturbed samples were obtained by driving a 3 -inch, O.D., California Modified Sampler into the "undisturbed" soil mass with blows from a slide hammer. The California Modified Sampler was equipped with 1 -inch by 2'/8 -inch brass sampler rings to facilitate removal and testing. Bulk samples were also obtained. The soil conditions encountered in the borings were visually examined, classified and logged in general accordance with the Unified Soil Classification System (USCS). Logs of the test pits are presented on Figures Al and A2. The logs depict the soil and geologic conditions encountered and the depth at which samples were obtained. The approximate locations of the test pits are shown on the Site Plan (see Figure 2). Geocon Project No. A9649-88-01 October 31, 2017 PROJECT NO. A9649-88-01 Figure Al, A9649-88-01 BORING LOGS.GPJ Log of Test Pit 1, Page 1 of 1 SAMPLE SYMBOLS [I... SAMPLING UNSUCCESSFUL U ... STANDARD PENETRATION TEST .... DRIVE SAMPLE (UNDISTURBED) ® ... DISTURBED OR BAG SAMPLE Ll ... CHUNK SAMPLE 1 ... WATER TABLE OR SEEPAGE NOTE: THE LOG OF SUBSURFACE CONDITIONS SHOWN HEREON APPLIES ONLY AT THE SPECIFIC BORING OR TRENCH LOCATION AND AT THE DATE INDICATED. IT IS NOT WARRANTED TO BE REPRESENTATIVE OF SUBSURFACE CONDITIONS AT OTHER LOCATIONS AND TIMES. GEOCON w TEST PIT 1 O Q Zr O U F W o DEPTH SOIL Q ZZ W Z IN SAMPLE 0 p Z CLASS ELEV. 1-(n� o FEET NO. (MSL.) - - DATE COMPLETED 10/10/17 F FW - =) O (USCS) W U) O} wLLlm a O z 20 EQUIPMENT HAND AUGER BY: RP a v 0 MATERIAL DESCRIPTION BULK SLOPEWASH @ 1-3' Silt, soft, dry, pale brown to olive brown, fine-grained, abuntant friable siltstone chunks, trace rootlets. 2 4 TP1 (c_05 MONTERY FORMATION 46.8 50.5 Siltstone, pale brown, fine-grained, thinly bedded to massive, soft to medium hard, slightly weathered, highly fractured. Total depth of test pit: 5 feet. No artificial fill enocuntered. No groundwater encountered. Test pit backfilled and tamped with soil cuttings. Figure Al, A9649-88-01 BORING LOGS.GPJ Log of Test Pit 1, Page 1 of 1 SAMPLE SYMBOLS [I... SAMPLING UNSUCCESSFUL U ... STANDARD PENETRATION TEST .... DRIVE SAMPLE (UNDISTURBED) ® ... DISTURBED OR BAG SAMPLE Ll ... CHUNK SAMPLE 1 ... WATER TABLE OR SEEPAGE NOTE: THE LOG OF SUBSURFACE CONDITIONS SHOWN HEREON APPLIES ONLY AT THE SPECIFIC BORING OR TRENCH LOCATION AND AT THE DATE INDICATED. IT IS NOT WARRANTED TO BE REPRESENTATIVE OF SUBSURFACE CONDITIONS AT OTHER LOCATIONS AND TIMES. GEOCON PRC),IFCT NO. A9649-88-01 Figure A2, A9649-88-01 BORING LOGS.GPJ Log of Test Pit 2, Page 1 of 1 SAMPLE SYMBOLS ❑ SAMPLING UNSUCCESSFUL ... STANDARD PENETRATION TEST ... DRIVE SAMPLE (UNDISTURBED) ® ... DISTURBED OR BAG SAMPLE Q ... CHUNK SAMPLE t ... WATER TABLE OR SEEPAGE NOTE: THE LOG OF SUBSURFACE CONDITIONS SHOWN HEREON APPLIES ONLY AT THE SPECIFIC BORING OR TRENCH LOCATION AND AT THE DATE INDICATED. IT IS NOT WARRANTED TO BE REPRESENTATIVE OF SUBSURFACE CONDITIONS AT OTHER LOCATIONS AND TIMES. GEOCON W TEST PIT 2 Z W �_ �_ DEPTH SAMPLE 00 H Q SOIL i! O z U- U^ W ~ Z IN No. O = p z CLASS ELEV. (MSL.) - - DATE COMPLETED 10/10/17 � co� W — O D U a W O FEET I.-. J Z) (USCS) zwm Wv z z O Cif EQUIPMENT HAND AUGER BY: RP o- U 0 MATERIAL DESCRIPTION 0 SLOPEWASH Silt, soft, dry, pale brown to olive brown, fine-grained, abuntant friable TP2@1.5' siltstone fragments. 41.4 55.7 MONTERY FORiMIATION 2 Siltstone, pale brown, fine-grained, thinly bedded to massive, soft to medium TP2@3 hard, slightly weathered, highly fractured. 63.2 53.2 4 - Olive brown. Total depth of test pit: 4 feet. No artificial fill enocuntered. No groundwater encountered. Test pit backfilled and tamped with soil cuttings. Figure A2, A9649-88-01 BORING LOGS.GPJ Log of Test Pit 2, Page 1 of 1 SAMPLE SYMBOLS ❑ SAMPLING UNSUCCESSFUL ... STANDARD PENETRATION TEST ... DRIVE SAMPLE (UNDISTURBED) ® ... DISTURBED OR BAG SAMPLE Q ... CHUNK SAMPLE t ... WATER TABLE OR SEEPAGE NOTE: THE LOG OF SUBSURFACE CONDITIONS SHOWN HEREON APPLIES ONLY AT THE SPECIFIC BORING OR TRENCH LOCATION AND AT THE DATE INDICATED. IT IS NOT WARRANTED TO BE REPRESENTATIVE OF SUBSURFACE CONDITIONS AT OTHER LOCATIONS AND TIMES. GEOCON APPENDIX APPENDIX B LABORATORY TESTING Laboratory tests were performed in accordance with generally accepted test methods of the American Society for Testing and Materials (ASTM) or other suggested procedures. Selected samples were tested for direct shear strength, consolidation and expansion characteristics, sulfate content, in-place dry density and moisture content. The results of the laboratory tests are summarized in Figures B 1 through 133. The in-place dry density and moisture content of the samples tested are presented on the test pit logs, Appendix A. Geocon Project No. A9649-88-01 October 31, 2017 EOCON 4PW E S T, I N C. ENVIRONMENTAL GEOTECHNICAL MATERIALS 15520 ROCKFIELD BOULEVARD, SUITE J, IRVINE, CA 92618 PHONE (949) 491-6570 DRAFTED BY: JTA CHECKED BY: NDB DIRECT SHEAR TEST RESULTS JAMBOREE SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PCH AND BAYSIDE DRIVE NEWPORT BEACH, CALIFORNIA OCT 2017 PROJECT NO. A9649-88-01 FIG. B1 7.0 SOIL TYPE DRY INITIAL FINAL DENSITY MOISTURE (%) MOISTURE (%) TP2 @ 1.5' TP1 @ 3.5' BDRX BDRX 62.5 70.7 41.4 55.7 46.8 50.5 I 6.0 TP1 3.5' TP2 1.5' LL 5.0 ' I TP1 .5' i I TP2 @ 1.5' it I 'i ' IIS II II i @ TP2 @ 1.5': PHI = 30 DEGREES; C = 310 PSF? TP1 @ 3.5': PHI = 36 DEGREES; C = 220 PSF +-' 4.0 L 3.0 W 2.0 1.0 TP2 1.5' : 0 0 1.0 2.0 3.0 4.0 5.0 6.0 Normal Pressure (KSF) • Direct Shear, Saturated EOCON 4PW E S T, I N C. ENVIRONMENTAL GEOTECHNICAL MATERIALS 15520 ROCKFIELD BOULEVARD, SUITE J, IRVINE, CA 92618 PHONE (949) 491-6570 DRAFTED BY: JTA CHECKED BY: NDB DIRECT SHEAR TEST RESULTS JAMBOREE SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PCH AND BAYSIDE DRIVE NEWPORT BEACH, CALIFORNIA OCT 2017 PROJECT NO. A9649-88-01 FIG. B1 SAMPLE SOIL TYPE DRY INITIAL FINAL DENSITY MOISTURE (%) MOISTURE (%) TP2 @ 1.5' TP1 @ 3.5' BDRX BDRX 62.5 70.7 41.4 55.7 46.8 50.5 I TP1 3.5' TP2 1.5' ' I TP1 .5' i I TP2 @ 1.5' it I 'i ' IIS II II @ TP2 @ 1.5': PHI = 30 DEGREES; C = 310 PSF? TP1 @ 3.5': PHI = 36 DEGREES; C = 220 PSF EOCON 4PW E S T, I N C. ENVIRONMENTAL GEOTECHNICAL MATERIALS 15520 ROCKFIELD BOULEVARD, SUITE J, IRVINE, CA 92618 PHONE (949) 491-6570 DRAFTED BY: JTA CHECKED BY: NDB DIRECT SHEAR TEST RESULTS JAMBOREE SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PCH AND BAYSIDE DRIVE NEWPORT BEACH, CALIFORNIA OCT 2017 PROJECT NO. A9649-88-01 FIG. B1 W E S T, I N C. 1440,Vn-"�v ENVIRONMENTAL GEOTECHNICAL MATERIALS 15520 ROCKFIELD BOULEVARD, SUITE J, IRVINE, CA 92618 PHONE (949) 491-6570 Drafted by: JTA Checked by: NDB CONSOLIDATION TEST RESULTS JAMBOREE SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PCH AND BAYSIDE DRIVE NEWPORT BEACH, CALIFORNIA OCT 2017 1 PROJECT NO. A9649-88-01 FIG. dB2 SUMMARY OF LABORATORY MAXIMUM DENSITY AND AND OPTIMUM MOISTURE CONTENT TEST RESULTS ASTM D 1557-12 Sample No. Soil Description Maximum Dry Density cf Optimum Moisture TP1 @ 0-3' Dark Brown Silt 90.0 28.0 SUMMARY OF LABORATORY WATER SOLUBLE SULFATE TEST RESULTS CALIFORNIA TEST NO. 417 Sample No. Water Soluble Sulfate (% SO4) Sulfate Exposure* TP 1 @ 0-3' 1.210 Severe * Reference: 2016 California Building Code, Section 1904.3 and ACI 318-11 Section 4.3. GOCON 40W E S T, I N C. ENVIRONMENTAL GEOTECHNICAL MATERIALS 15520 ROCKFIELD BOULEVARD, SUITE J, IRVINE, CA 92618 PHONE (949) 491-6570 I Drafted by: JTA l- Checked by: NDB I LABORATORY TEST RESULTS JAMBOREE SLOUGH WALL EAST SIDE OF JAMBOREE ROAD BETWEEN PCH AND BAYSIDE DRIVE NEWPORT BEACH, CALIFORNIA OCT 2017 1 PROJECT NO. A9649-88-01 FIG. B3