Loading...
HomeMy WebLinkAboutC-8020-6 - Superior Avenue Pedestrian/Bicycle Bridge and Sunset View Park Parking LotAMENDMENT NO. ONE TO SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT CONTRACT NO. 8020-6 THIS AMENDMENT NO. ONE TO CONTRACT FOR PUBLIC WORKS ("Amendment No. One") is made and entered into as of this 24th day of January, 2023 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and REYES CONSTRUCTION, INC., a California corporation ("Contractor"), whose address is 1383 South Signal Drive, Pomona, California 91766, and is made with reference to the following. - RECITALS A. On November 29, 2022, City and Contractor entered into a Contract for Public Works ("Contract") for the following described public work: The work necessary for the completion of this contract consists of but is not limited to: (1) site grading; (2) construct segmental and cast in place retaining walls; (3) construct storm drain facilities; (4) construct parking lot; (5) construct pedestrian bridge and staircase; (6) construct concrete pavement; (7) traffic signal modification; and (8) landscaping (planting, irrigation, lighting, furniture, and appurtenances) (the "Project" or "Work"). B. The parties desire to enter into this Amendment No. One to update Section 1 of the Contract to specifically include two (2) items as exhibits to the Contract, pursuant to the California Department of Transportation's ("Caltrans") request. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS Section 1 of the Contract is amended in its entirety and replaced with the following: "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. 8020-6, Standard Specifications for Public Works Construction (current adopted edition and all supplements), Insurance Requirements (Exhibit C), Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273 (Exhibit D), Davis -Bacon ("DB") Federal Wage Rates (Exhibit E), 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. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Contract shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Reyes Construction, Inc. Page 2 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. ar C. Hea y Attorney p ATTEST: Date: i Y:. , . �' 'i�. tI City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: 2% ti By: Gr c K. Leung C' Manager CONTRACTOR: Reyes Construction, Inc., a California corporation Date: Signed in Counterpart By: Ricardo Jimenez President Date: Signed in Counterpart Eduardo Gallardo Secretary [END OF SIGNATURES] Attachments: Exhibit D — Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273 Exhibit E — Davis -Bacon ("DB") Federal Wage Rates Reyes Construction, 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 OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: Date: By. By: PYvAttorneyv C. p � Grace K. Leung nm� City Manager ATTEST: CONTRACTOR: Reyes Construction, Date: Inc., a California corporation Date: 1 JZ5 / 2"5 By: By: Leilani I. Brown Ricardo Jimenez City Clerk President IYTI Date: I ;33 Eduardo Gallardo Secretary [END OF SIGNATURES] Attachments: Exhibit D — Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273 Exhibit E — Davis -Bacon ("DB") Federal Wage Rates Reyes Construction, Inc. Page 3 EXHIBIT D REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 Reyes Construction, Inc. Page D-1 FHWA-1273 -- Revised July 5, 2022 EXHIBIT D FEDERAL FORM FHWA 1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Non -segregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions A. Subletting or Assigning the Contract VII. Safety: Accident Prevention Vill. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI. Certification Regarding Use of Contract Funds for Lobbying XII. Use of United States -Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR 633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design - builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation -for -bids or request -for -proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b). The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. Page 50 Exhibit D — Federal Form FHWA 1273 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre - apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action Page 51 Exhibit D — Federal Form FHWA 1273 within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: a. The requirements of 49 CFR Part 26 and the State DOT's FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non - responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: Page 52 Exhibit D — Federal Form FHWA 1273 (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. 23 U.S.C. 111 This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal -aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and Page 53 Exhibit D — Federal Form FHWA 1273 (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding (29 CFR 5.5) The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records (29 CFR 5.5) a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or Page 54 Exhibit D — Federal Form FHWA 1273 subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees (29 CFR 5.5) a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer anc Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the Page 55 Exhibit D — Federal Form FHWA 1273 corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility (29 CFR 5.5) a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1 of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 of this section. 29 CFR 5.5. * $27 as of January 23, 2019 (See 84 FR 213-01, 218) as may be adjusted annually by the Department of Labor; pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990). Page 56 Exhibit D — Federal Form FHWA 1273 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this section. 29 CFR 5.5. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. 29 CFR 5.5. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long- standing interpretation of 23 CFR 635.116). 5. The 30-percent self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. 23 CFR 635.116(d). VILSAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters intc pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. ' 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance Page 57 Exhibit D — Federal Form FHWA 1273 with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). Vill. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal- aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, of report submitted pursuant to provisions of the Federal -aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIRACTAND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal -aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.326. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.326. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. "First Tier Covered Transactions" refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant Page 58 Exhibit D — Federal Form FHWA 1273 who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (httns://www.sam.go. 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. e' CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900—180.1020, and 1200. You may contact the person to which this proposal is Page 59 Exhibit D — Federal Form FHWA 1273 submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam..qo, which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. Certification Regarding Debarment, Suspension. Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (b) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (c) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier Page 60 Exhibit D — Federal Form FHWA 1273 subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XIII. USE OF UNITED STATES -FLAG VESSELS: This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal -aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded -contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal -aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States -flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States -flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on -board' commercial ocean bill -of -lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills -of -lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. Page 61 Exhibit D — Federal Form FHWA 1273 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1 c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. Page 62 Exhibit D — Federal Form FHWA 1273 EXHIBIT E DAVIS-BACON ("DB") FEDERAL WAGE DETERMINATIONS Reyes Construction, Inc. Page E-1 Exhibit E Federal Wage Rates "General Decision Number: CA20220024 10/14/2022 Superseded General Decision Number: CA20210024 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Orange County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). JIf the contract is entered into on or after January 30, 12022, or the contract is renewed or extended (e.g., an �. loption is exercised) on or after January 30, 2022: 1 1 1 1 1 1 1 I_ JIf the contract was awarded onl. for between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. lextended on or after January 130, 2022: 1 1 1 1 I I Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. Executive Order 13658 generally applies to the contract. The contractor must pay alll covered workers at least $11.25 per hour (or the applicable wage rate listed) on this wage determination,1 if it is higher) for all hours spent performing on that contract in 2022. Attachment A The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 01/14/2022 2 01/21/2022 3 02/04/2022 4 02/18/2022 5 02/25/2022 6 03/04/2022 7 04/01/2022 8 04/29/2022 9 08/05/2022 10 08/12/2022 11 08/19/2022 12 09/02/2022 13 09/30/2022 14 10/07/2022 15 10/14/2022 ASBE0005-002 07/04/2022 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems).....$ 49.58 25.27 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ...........................$ 32.09 19.66 ---------------------------------------------------------------- ASBE0005-004 07/04/2022 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 23.52 13.37 * BRCA0004-010 05/01/2020 Rates Fringes BRICKLAYER; MARBLE SETTER ........ $ 41.39 18.95 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty -Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------- BRCA0018-004 06/01/2021 Rates Fringes MARBLE FINISHER ..................$ 35.90 14.11 TILE FINISHER ....................$ 30.47 12.52 TILE LAYER .......................$ 43.09 18.31 ---------------------------------------------------------------- BRCA0018-010 09/01/2021 Rates Fringes TERRAZZO FINISHER ................$ 35.43 14.10 TERRAZZO WORKER/SETTER...........$ 43.61 14.63 ---------------------------------------------------------------- CARP0213-001 07/01/2021 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 51.60 16.28 (2) Millwright ..............$ 52.10 16.48 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 51.73 16.28 (4) Pneumatic Nailer, Power Stapler ...............$ 51.85 16.28 (5) Sawfiler...............$ 51.69 16.28 (6) Scaffold Builder ....... $ 42.80 16.28 (7) Table Power Saw Operator ....................$ 51.70 16.28 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0213-004 07/01/2021 Rates Fringes Drywall DRYWALL INSTALLER/LATHER....$ 51.60 16.28 STOCKER/SCRAPPER............$ 22.16 8.62 ---------------------------------------------------------------- CARP0721-001 07/01/2021 Rates Fringes Modular Furniture Installer ...... $ 21.85 7.15 ---------------------------------------------------------------- ELEC0011-002 12/27/2021 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 43.87 3%+15.03 Technician ..................$ 33.30 3%+27.82 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background -foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ELEC0441-001 12/27/2021 Rates Fringes CABLE SPLICER ....................$ 54.65 22.98 ELECTRICIAN ......................$ 52.25 22.91 ---------------------------------------------------------------- * ELEC0441-003 12/27/2021 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer ...................$ 41.68 15.90 Technician ..................$ 31.23 15.39 SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms and low voltage master clock systems. A. Communication systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems SCADA (Supervisory control/data acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background -Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low -Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C. *Fire Alarm Systems -installation, wire pulling and testing. D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CATV and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems *Fire Alarm Systems 1. Fire Alarms -In Raceways: Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. 2. Fire Alarms -Open Wire Systems: installed by the Technician. ELEC0441-004 12/27/2021 Rates Fringes ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) Cable Splicer/Fiber Optic Splicer .....................$ 52.85 22.93 Electrician .................$ 52.25 22.91 Technician ..................$ 39.19 22.52 SCOPE OF WORK: Electrical work on public streets, freeways, toll -ways, etc, above or below ground. All work necessary for the installation, renovation, repair or removal of Intelligent Transportation Systems, Video Surveilance Systems (CCTV), Street Lighting and and Traffic Signal work or systems whether underground or on bridges. Includes dusk to dawn lighting installations and ramps for access to or egress from freeways, toll -ways, etc. Intelligent Transportation Systems shall include all systems and components to control, monitor, and communicate with pedestrian or vehicular traffic, included but not limited to: installation, modification, removal of all Fiber optic Video System, Fiber Optic Data Systems, Direct interconnect and Communications Systems, Microwave Data and Video Systems, Infrared and Sonic Detection Systems, Solar Power Systems, Highway Advisory Radio Systems, highway Weight and Motion Systems, etc. Any and all work required to install and maintain any specialized or newly developed systems. All cutting, fitting and bandaging of ducts, raceways, and conduits. The cleaning, rodding and installation of ""fish and pull wires"". The excavation, setting, leveling and grouting of precast manholes, vaults, and pull boxes including ground rods or grounding systems, rock necessary for leveling and drainagae as well as pouring of a concrete envelope if needed. JOURNEYMAN TRANSPORTATION ELECTRICIAN shall perform all tasks necessary toinstall the complete transportation system. JOURNEYMAN TECHNICIAN duties shall consist of: Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and comnmunication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, dector loop, fiber optic cable and video/data. ELEC1245-001 06/01/2022 Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 64.40 22.58 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) .............$ 50.00 21.30 (3) Groundman...............$ 38.23 20.89 (4) Powderman...............$ 51.87 18.79 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ELEV0018-001 01/01/2022 Rates Fringes ELEVATOR MECHANIC ................$ 61.34 36.885+a+b FOOTNOTE: a. PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ENGI0012-003 07/01/2020 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 48.25 27.20 GROUP 2....................$ 49.03 27.20 GROUP 3....................$ 49.32 27.20 GROUP 4....................$ 50.81 27.20 GROUP 5....................$ 48.96 25.25 GROUP 6....................$ 51.03 27.20 GROUP 8....................$ 51.14 27.20 GROUP 9....................$ 49.29 25.25 GROUP 10....................$ 51.26 27.20 GROUP 11....................$ 49.41 25.25 GROUP 12....................$ 51.43 27.20 GROUP 13....................$ 51.53 27.20 GROUP 14....................$ 51.56 27.20 GROUP 15....................$ 51.64 27.20 GROUP 16....................$ 51.76 27.20 GROUP 17....................$ 51.93 27.20 GROUP 18....................$ 52.03 27.20 GROUP 19....................$ 52.14 27.20 GROUP 20....................$ 52.26 27.20 GROUP 21....................$ 52.43 27.20 GROUP 22....................$ 52.53 27.20 GROUP 23....................$ 52.64 27.20 GROUP 24....................$ 52.76 27.20 GROUP 25....................$ 52.93 27.20 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1....................$ 49.60 27.20 GROUP 2....................$ 50.38 27.20 GROUP 3....................$ 50.67 27.20 GROUP 4....................$ 50.81 27.20 GROUP 5....................$ 51.03 27.20 GROUP 6....................$ 51.14 27.20 GROUP 7....................$ 51.26 27.20 GROUP 8....................$ 51.43 27.20 GROUP 9....................$ 51.60 27.20 GROUP 10....................$ 52.60 27.20 GROUP 11....................$ 53.60 27.20 GROUP 12....................$ 54.60 27.20 GROUP 13....................$ 55.60 27.20 OPERATOR: Power Equipment (Tunnel Work) GROUP 1....................$ 50.10 27.20 GROUP 2....................$ 50.88 27.20 GROUP 3....................$ 51.17 27.20 GROUP 4....................$ 51.31 27.20 GROUP 5....................$ 51.53 27.20 GROUP 6....................$ 51.64 27.20 GROUP 7....................$ 51.76 27.20 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator -inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt -rubber plant operator (nurse tank operator); Concrete mixer operator -skip type; Conveyor operator; Fireman. Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PIU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt -rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power -driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary -Johnson -Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber -tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator -bulldozer, tamper -scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt -rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast -in -place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumperete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber -tired earth -moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber -tired scraper operator (self -loading paddle wheel type -John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar -bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types -Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types -drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type -except Quad 9 cat.); Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi -engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle -wheel -auger type self -loading - two (2) or more units) GROUP 13: Rubber -tired earth -moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth -moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator -truck mounted; Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power -driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power -driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber -tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of TBS, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- ENGIO012-004 08/01/2020 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 56.40 30.00 (2) Dredge dozer............$ 50.43 30.00 (3) Deckmate................$ 50.32 30.00 (4) Winch operator (stern winch on dredge)............$ 49.77 30.00 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand...................$ 49.23 30.00 (6) Barge Mate ..............$ 49.84 30.00 IRON0433-006 07/01/2020 Rates Fringes IRONWORKER Fence Erector ...............$ 34.58 24.81 Ornamental, Reinforcing and Structural ..............$ 41.00 33.45 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LAB00300-005 08/01/2022 Rates Fringes Asbestos Removal Laborer ......... $ 39.23 23.28 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos -containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LAB00345-001 07/01/2022 Rates Fringes LABORER (GUNITE) GROUP 1.....................$ 48.50 21.37 GROUP 2.....................$ 47.55 21.37 GROUP 3.....................$ 44.01 21.37 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0"" above base level and which work must be performed in whole or in part more than 75'-0"" above base level, that work performed above the 75'-0"" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen LAB00652-001 07/01/2022 Rates Fringes LABORER (TUNNEL) GROUP 1.....................$ 45.68 23.30 GROUP 2.....................$ 46.00 23.30 GROUP 3.....................$ 46.46 23.30 GROUP 4.....................$ 47.15 23.30 LABORER GROUP 1.....................$ 36.39 21.04 GROUP 2.....................$ 36.94 21.04 GROUP 3.....................$ 37.49 21.04 GROUP 4.....................$ 39.04 21.04 GROUP 5.....................$ 39.39 21.04 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi -plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials (""applying"" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand -propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand -guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.) GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller); Bull gang mucker, track person; Concrete crew, including rodder and spreader GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work LAB00652-003 07/01/2022 Rates Fringes Brick Tender .....................$ 37.32 21.45 ---------------------------------------------------------------- LABO1184-001 07/01/2022 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ 40.69 18.25 (2) Vehicle Operator/Hauler.$ 40.86 18.25 (3) Horizontal Directional Drill Operator ..............$ 42.71 18.25 (4) Electronic Tracking Locator .....................$ 44.71 18.25 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 41.90 21.32 GROUP 2.....................$ 43.20 21.32 GROUP 3.....................$ 45.21 21.32 GROUP 4.....................$ 46.95 21.32 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment LABO1414-001 08/03/2022 Rates Fringes LABORER PLASTER CLEAN-UP LABORER .... $ 38.92 23.32 PLASTER TENDER ..............$ 41.47 23.32 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-001 07/01/2020 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) ...............$ 29.59 17.12 (2) All Other Work..........$ 33.12 17.24 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------- PAIN0036-008 09/01/2022 Rates Fringes DRYWALL FINISHER/TAPER ........... $ 46.28 23.52 ---------------------------------------------------------------- PAIN0036-015 01/01/2020 Rates Fringes GLAZIER ..........................$ 43.45 23.39 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ---------------------------------------------------------------- * PAIN1247-002 08/01/2022 Rates Fringes SOFT FLOOR LAYER .................$ 39.95 15.28 ---------------------------------------------------------------- PLAS0200-009 08/03/2022 Rates Fringes PLASTERER ........................$ 47.37 19.64 ---------------------------------------------------------------- PLAS0500-002 07/01/2020 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 38.50 25.91 ---------------------------------------------------------------- PLUM0016-001 09/01/2022 Rates Fringes PLUMBER/PIPEFITTER Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 53.51 25.28 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................$ 40.95 23.61 All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work ........................$ 55.18 26.26 PLUM0345-001 09/01/2022 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 38.20 25.65 Sewer & Storm Drain Work .... $ 42.29 23.03 ---------------------------------------------------------------- ROOF0036-002 08/01/2022 Rates Fringes ROOFER ...........................$ 43.47 19.52 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour ""pitch premium"" pay. ---------------------------------------------------------------- SFCA0669-008 04/01/2022 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER .................$ 43.25 26.77 ---------------------------------------------------------------- SFCA0709-003 01/01/2021 SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER (Fire) .......... $ 48.71 29.15 ---------------------------------------------------------------- SHEE0105-003 01/01/2022 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes SHEET METAL WORKER (1) Commercial - New Construction and Remodel work ........................$ 50.23 29.60 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort ... $ 48.28 29.46 ---------------------------------------------------------------- TEAM0011-002 07/01/2020 Rates Fringes TRUCK DRIVER GROUP 1....................$ 32.59 30.59 GROUP 2....................$ 32.74 30.59 GROUP 3....................$ 32.87 30.59 GROUP 4....................$ 33.06 30.59 GROUP 5....................$ 33.09 30.59 GROUP 6....................$ 33.12 30.59 GROUP 7....................$ 33.37 30.59 GROUP 8....................$ 33.62 30.59 GROUP 9....................$ 33.82 30.59 GROUP 10....................$ 34.12 30.59 GROUP 11....................$ 34.62 30.59 GROUP 12....................$ 35.05 30.59 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, E1 Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or '"UAVG'" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" J 6 N 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 271' day of October 2022, at which time such bids shall be opened and read for SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Proiect No. 15T09 Contract No. 8020-6 CML-5151(031) $9,970,000 Engineer's Estimate Approved by l� James M. Houlihan eputy PWD/City Engineer DBE GOAL: 15% Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE -BID MEETING: Bidders are required to attend a mandatory pre -bid meeting at the project site located at 150 Superior Avenue (parking lot), Newport Beach, CA on October 61h , 2022 at 10:00 AM Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A and C-27" For further information, call Andy Tran, Project Manager at (949) 644-3315 City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) TABLE OF CONTENTS NOTICEINVITING BIDS.............................................................................................................................. 1 INSTRUCTIONSTO BIDDERS.................................................................................................................... 1 BIDDER'S BOND......................................................................................................................................... 5 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT........................................................................ 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES....................................................................... 9 NON -COLLUSION AFFIDAVIT.................................................................................................................. 13 DESIGNATIONOF SURETIES..................................................................................................................14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD................................................................................15 ACKNOWLEDGEMENT OF ADDENDA.................................................................................................... 17 INFORMATION REQUIRED OF BIDDER..................................................................................................18 NOTICE TO SUCCESSFUL BIDDER........................................................................................................ 21 PROPOSAL................................................................................................................................................ 22 BIDSCHEDULE.........................................................................................................................................23 CONTRACT................................................................................................................................................ 28 EXHIBIT A LABOR AND MATERIALS PAYMENT BOND.................................................39 EXHIBIT B FAITHFUL PERFORMANCE BOND.............................................................42 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION ....... 45 EXHIBIT D FEDERAL FORM FHWA 1273.....................................................................50 EXHIBIT E FEDERAL WAGES RATES.........................................................................63 FEDERAL -AID CONTRACT REQUIREMENTS.......................................................................FRA 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE).......................................................... ... FRA A. Nondiscrimination Statement............................................................................FR-2 B. Contract Assurance.........................................................................................FR-2 C. Prompt Progress Payment................................................................................FR-2 D. Prompt Payment of Withheld Funds to Subcontractors........................................FR-2 E. Termination and Substitution of DBE Subcontractors...........................................FR-3 F. Commitment and Utilization..............................................................................FR-4 G. DBE Running Tally of Attainments.....................................................................FR-5 2. BID OPENING...............................................................................................................................FR-5 3. BID RIGGING................................................................................................................................ FR-5 4. CONTRACT AWARD............................................................................................................................... FR-5 5. CONTRACTOR LICENSE............................................................................................................ FR-5 6. CHANGED CONDITIONS............................................................................................................. FR-5 A. Differing Site Conditions...................................................................................FR-5 B. Suspensions of Work Ordered by the Engineer...................................................FR-5 C. Significant Changes in the Character of Work......................................................FR-6 7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES ................... FR-6 8. BUY AMERICA............................................................................................................................. FR-6 9. QUALITY ASSURANCE............................................................................................................... FR-7 10. PROMPT PAYMENT FROM THE AGENCY TO THE CONTRACTORS .................................... FR-7 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONTRACTS ..... FR-7 12. FEMALE AND MINORITY GOALS............................................................................................. FR-22 13. TITLE VI ASSURANCES............................................................................................................ FR-23 14. USE OF UNITED STATES -FLAG VESSELS (CARGO PREFERENCE ACT) .......................... FR-27 15. FEDERAL TRAINEE PROGRAM............................................................................................... FR-27 16. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND SERVICES................................................................................................... FR-29 17. BID FORMS (CERTIFICATIONS/DISCLOSURES)................................................................... FR-30 18. FEDERAL WAGE RATES.......................................................................................................... FR-58 SPECIALPROVISIONS......................................................................................................SPA APPENDICES Appendix 1: Mitigation Monitoring and Reporting Program Appendix 2: State Special Provisions Sections 86 and 87 (2018 Edition) Appendix 3: Geotechnical Report by Earth Mechanics, Inc. (Dated 05/13/2021) Appendix 4: Caltrans Encroachment Permit Appendix 5: Bridge Recessed Lighting and Illuminated Handrail Appendix 6: Hydraulic Conductivity, TPH and Metals Testing Results City of Newport Beach SUPERIOR AVENUE PEDESTRIAN I BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerl('s Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids and include acknowledgements) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) 2. As this is a federal -aid construction contract, in addition to the certification of FHWA form 1273 (Required Contract Provisions for Federal -Aid Construction Contracts) and the Federal Wage Determinations incorporated herein, the following State and Federal Certifications/Disclosures must be completed, executed and received by the City Clerk via PlanetBids in accordance with this NOTICE INVITING BIDS. REQUIRED STATE AND FEDERAL CERTIFICATIONS/DISCLOSURES: o Equal Employment Opportunity Certification o Noncollusion Affidavit (Title 23 United States Code Section 113 and Public Contract Code Section 7106) o Debarment and Suspension Certification o Nonlobbying Certification for Federal -Aid Contracts o Disclosure of Lobbying Activities o Exhibit 15-G Construction Contract DBE Commitment o Exhibit 15-H Proposer/Contractor Good Faith Efforts o Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Part I and Part ll o Public Contract Code Section 10285.1 Statement o Public Contract Code Section 10162 Questionnaire o Public Contract Code Section 10232 Statement Page 1 Bidder's Bond 3. The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) 4. 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.) 5. 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. 6. 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. 7. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 8. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 9. 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. 10. 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. 11. 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. 12. 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". Page 2 Bidder's Bond 13. 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)]. 14. 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. 15. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 16. 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. 17. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written 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. Page 3 Bidder's Bond 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. 507561- A, B, C21 ao�q!�21�President Contractor's License No. & Classification Authorized Si nature e 1000011831 06/30/25 DIR Registration Number & Expiration Date Reyes Construction Inc. Bidder 10147AL2 Date Page 4 Bidder's Bond 18. City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151 (031) 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 SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT, Contract No. 8020-6 CML- 5151(031) 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 7th day of October , 2022. Reyes Construction, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1299 Zurich Way, 5th Floor Schaumburg, IL 60196-1056 Address of Surety 213-270-0716 Telephone U^�D-ram Author' ed Sign ure/Title Fticardo Jimenez, President Athdrized A46nt Signature Lisa Sayno, Attomey-In-Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) Page 5 Bidder's Bond ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint James P. SCHABARUM,II, Oliver CRAIG, Jeffrey W. CAVIGNAC, Jase HAMILTON, Lisa CRUZ, Mikayla GREEN, Lisa SAYNO of San Diego, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 21st day of July, A.D. 2022. `,,,�1111111141rpIr� �,,,1111111" �Oy ,11t1111,,,,pp ri Wytza tWt �e�t Corp ' y 3i%f�Q.POg9�'i,'' .a°°uoPPoa'm S'= 1P0Ry�'+ �t ti$' 3n o a SEAL m 3 SEAL y� "SEAL`" s a;� 1a.t � �� '3.y 'no Q�Tr ''�",,,1011,a,,•``' 1111,00 '"r"r1F111140,,"'`, ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 21st day of July, A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. fN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ttttun,h�rA % rrn a 11,11` Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of PsPeny nOog1 =p Oci - SEAL qs� ii'�• �i'w.., .ror "rmuraa,.�• By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCEPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 Ph:800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: renortsfelaimsa.zurichna.com Authenticity of this bond can be confirmed at bondvalidator.zurich na.com or 410-559-8790 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 C..�,(1n 1>I�il(� } SS. On n _ Wy 20,�o before me, _ UcSG M. Graz Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person whose namef) is/ subscribed to the within instrument and acknowledged to me that I4e/she,�#e� executed the same in hi herAl eif authorized capacity@ecy), and that by-hisfher/##w* signaturesro on the instrument the personA, or the entity upon behalf of which the person�4 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. Sign OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer _ R Other: Other Information: LISA M. CRUZ Notary Public • California - San Diego County Commission k 2398946 ■ (seal) Thumbprint of Signer n Check here if no thumbprint or fingerprint is available. Page 6 Bidder's Bond 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 l-�S �1nc1e��S } ss. ,q . .e'j �2 �tUl On C ID 20 Z before me, 1 Notary Public, personally appeared O eZ who proved to me on the basis of satisfactory evidence to be the person() whose name() s%&re subscribed to the within instrument and acknowledged to me that�&Ishe/they executed the same in is eFAH it authorized capacity(i�,,<l, and that by N/herA�reir signatures( on the instrument the persona, or the entity upon behalf of which the personN) 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. „rr,;��r,, THERESAA. HERNANDEZ WITNESS my hand and official seal. �i ""� a Notary Public California Los Angeles County _ *° Commission # 2415226 ALA��� .o.+`' My Comm. Expires Sep 7, 2026 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page 7 Bidder's Bond City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) 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 Contractors 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 Bidders electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Reyes Construction Inc. Bidder a, President Authorized Sig ature le Page 8 Designation of Subcontractor(s) - Affadavit ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On , 20 before me, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 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 (seal) County of } ss. On 20 before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page 7 Bidder's Bond City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form a?I Please print or type. Bidder's Name Reyes Construction Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: If Bidder completed (or is currently working on) more than six (6) public agency projects in excess of $150,000, please provide the requested information for the six (6) most relevant projects. No. 1 Laguna Niguel- San Juan Capistrano Passing Siding Project Name/Number The addition of 1.8 miles of new passing siding track adjacent to the existing main Project Description Track in the city of San Juan Capistrano and the city of Lacuna Niguel Approximate Construction Dates: From March 2019 To: December 2020 Agency Name Orange County Transportation Authority Contact Person Andy Althorp Telephone (909 593-6973 Original Contract Amount $16,952,421�inal Contract Amount $ 19,793.838 If final amount is different from original, please explain (change orders, extra work, etc.) Change order requesting extra work. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. Page 9 Technical Ability and Experience References No. 2 Project Name/Number NWS Seal Beach Construction of three (3) reinforced concrete, earth covered, missile magazines to provide Project Description adequate storage capacity for vertical launch system (VLS) missile systems. Approximate Construction Dates: From March 2020 To: Estimated completion March 2023 Agency Name NAVFAC Southwest Contact Person Ryan Mantz Telephone (562)326-7170 Original Contract Amount $21,277,078 Final Contract Amount $ In Progress If final amount is different from original, please explain (change orders, extra work, etc.) Construction in Progress 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. o. No. 3 NAWS China Lake P1910 DB Magazine & Inert Storage Facility Project Name/Number Site work to support the new missile magazine and storage facility construction. A Project Description new intrusion detection system (IDS) facility will be provided to replace the existing IDS facility. Approximate Construction Dates: From April 2020 To: Estimated completion June 2023 Agency Name NAVFAC Southwest Contact Person Mitch Duran (Architect) Telephone (619 948-7541 Original Contract Amount $' '7,s5a,o56Final Contract Amount $ In progress If final amount is different from original, please explain (change orders, extra work, etc.) Construction in Progress Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. Page 10 Technical Ability and Experience References No. 4 Project Name/Number Huntington Beach Talbert Sheet Pile Rehab Repair of 17,049 linear feet of steel sheet pile along the Huntington Beach & Talbert Project Description Channels in the City of Huntington Beach Approximate Construction Dates: From March 2021 Agency Name County of Orange Contact Person Amit Verma To: Estimated Completion June 2023 Telephone (714667-8800 Original Contract Amount %61,332,805Final Contract Amount $ Currently at $68,821,712 If final amount is different from original, please explain (change orders, extra work, etc.) Due to change orders requesting extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 2mi Project Name/Number NWS Seal Beach P243 Missile Magazines Construction of four (4) new missile magazines, Reinforced concrete, earth covered, Project Description including access to driveways and aprons. Magazines will provide adequate storage capacity tor vertical aunc system missile systems Approximate Construction Dates: From August 2021 To: Estimated Completion August 2023 Agency Name NAVFAC Southwest Contact Person Ryan Mantz ;Telephone (562) 626-7170 Original Contract Amount f-6,750,600Final Contract Amount $ In progress If final amount is different from original, please explain (change orders, extra work, etc.) Construction in progress. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. Page 11 Technical Ability and Experience References No. 6 Bayshore Bikeway Barrio Logan Project Name/Number Approximately 2.3 miles of class I bikeway. Features include raised concrete medians, Project Description concrete curb 7 gutter, asphalt dike, concrete barrier railing, chain link fencing, street lighting, traffic signal modifications, signing and striping. Approximate Construction Dates: From May 2022 To: Estimated Completion Feb 2024 Agency Name SANDAG Contact Person Dinara Ussenova Telephone (619) 669-7339 Original Contract Amount $18,862,761 Final Contract Amount $ In Progress If final amount is different from original, please explain (change orders, extra work, etc.) Construction in Progress Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Reyes Construction Inc. ��-�p President Bidder Authorized S gnature/Tit Page 12 Technical Ability and Experience References CURRENT ROLE Project Superintendent PROPOSED DUTIES Asa Superintendent Mr, Kvitll will be responsible for ensuring that each manager, laborer, subcontractor, vendor or visitor allowed on -site be familiar with all regulations and guidelines as well. He will be on -site full-time to ensure that the schedule and budget are met without risk to the safety and well-being of those working on -site. EDUCATION San Diego City College, Carpenter Apprenticeshlp Journeyed Carpenter LICENSES/ ➢ US ARMYCORPS OF ENGINEERS CONSTRUCTION QUALITY MANAGEMENT REGISTRATIONS/ CERTIFICATION ➢ CPR AND FIRST AID TRAINING COURSE AFFILIATIONS ➢ SNSF SAFETY CERTIFIED ➢ NCTD SAFETY CERTIFIED ➢ CONFINED SPACE & COMPETENT PERSON CERTIFIED ➢ STORM WATER COMPLIANCE CERTIFIED ➢ 30-HOUR OSHA TRAINING CERTIFIED ➢ 40-HOUR EM385 USALE SAFETY AND HEALTH REQUIREMENTS ➢ 40-HOUR HAZPDWER ➢ HEAT ILLNESS TRAINING ➢ COMPETENT PERSON TRAINED ➢ TRENCH/SHORING/FALL PROTECTION ➢ FORKLIFT CERTIFIED ➢ MANLIFT CERTIFIED QUALIFICATIONS/ Mr. Kvitll has over 43 Years of construction management and jobsite field experience to EXPERIENCE include positions as a Foreman, Project Superintendent, QC Manager and Safety Manager. He has been intimately involved In a variety of large waterfront, civil and concrete projects, including bridge work, pier work and railroad construction. He is familiar with performing safety tests and inspections on full -range of projects, Page 1 of 4 RELEVANT WORK ➢ Retrofit Graving Dock Facility, Naval Base San Diego (August 2019- In progress) - EXPERIENCE $ 25.5M project is a design -bid -build to upgrade and retrofit the dock to accommodate DDG-51 Vessels, which have a sonar dome mounted to the bottom of the ship. The project includes four main components: creation of a sonar dome pit in the basin, install of an In haul rail system, upgrade of the substation and install of new Industrial power mounds, and replacement of the dewatering pump systems. The sonar pit Includes demolition of approximately 110' L x 35' W x 4' D of the dock concrete deck; drill, grout and install 84 each micro piles approximately 8" diameter and 75' deep from the bottom of the basin; and new reinforcement and CIP concrete forming of the pit. The in -haul rail system includes installation of 52 doweled brackets supporting 1,150' of custom welded plate rail along the top of the basin walls with 4 each trolleys fastened to mooring lines which will position the ship during docking. Electrical work includes install of new industrial transformer/switchgear and 4 each new industrial power mounds to separate power to the ship and maintenance contractor. Mechanical work includes replacing mechanical pump and power/control systems (800HP main dewatering, 150HP drainage, and 2 each 25HP sump and collection), replacing pipeline and valve system of the dewatering (54"), drainage (24"), sump and sanitary sewer force main in the pump room (4"-6"). ➢ Seismic Retrofit and Rehabilitation of Georgia Street Bridge Over University Avenue, San Diego, CA (April 2016 — April 2019) - $8.5M -- Project Foreman on project that will seismically retrofit and rehabilitate the Georgia Street Bridge RELVEVANT WORK and retaining wails. The project also Includes, but Is not limited to traffic signal EXPERIENCE modification, roadway lowering, new street lights and curb ramps, ➢ NCMT Berth 24-10 Structural and Mooring Repairs, Port of San Diego, San Diego, CA (February 2016 —September 2017) - $7.1M — Project Foreman for the structural rehabilitation of the reinforced concrete marginal wharf and mooring repairs at Berth 24-10. Work consisted of removing the asphalt pavement and construction of new concrete, cast -in -place deck over the existing concrete deck, driving pile -pile over 59 existing pre -stressed concrete piles, place 3 jackets on existing concrete piles, demolishing and replacing the cap/edge beam, replacing the existing 50-ton double bitts and cleats with new 100 ton bollards, replacing fenders and ladders, replacing 750 linear feet of potable water lines, pits risers and vaults; replacing existing electrical utilities and switchboard electrical equipment, and installing a storm water treatment system. ➢ Furnish And Install Burn Ash Retaining Wall At Correia Middie'School, San Diego CA (May 2015 — December 2016) - $5.6M — Project Superintendent for the construction of 1386.92 linear feet of retaining wall, brow ditch and cable railing; removal and replacement of 1452 linear feet of curb, gutter and sidewalk, 1 curb ramp, new Irrigation line and appurtenances for new Irrigation service, 1017 linear feet of 5-foot tall chain link fence, planting and irrigation, and miscellaneous improvements to install a 2-foot soil cap over existing burn ash site. Page 2 of 4 D Firestone Blvd. Bridge Widening over LA River — Southgate (January 2016 — August 2017) - $5M — Project Foreman responsible for overseeing portion of bridge removal, construction of new bridge, construction of new roadway pavement and associated signing, striping, lighting, provide for staged construction, and provide storm water pollution prevention controls. ➢ Seal Coat and Asphalt Repairs, San Nicolas Island, CA (September 2014 — October 2015) -$2.2M —Project Superintendent for the Design/Build of the Seal Coat Airfield Asphalt & Repair Pavements at Naval Base Ventura County, CA, on San Nicolas island, Project consisted of seal coat the asphalt runway, taxiways, and apron with a binder to seal and preserve the pavement and prevent Foreign Object Debris (FOD) from developing due to raveling. Incidental to the sealing of the asphalt was the restriping and rubber removal. Replaced an area of asphalt on the runway that has developed a depression due to a weak subgrade layer. Since there is no hot mix asphalt plant on the island, pavement repairs were made using concrete. This area of asphalt was replaced with nine inches of concrete over a cement treated base that will be used to bridge the weak subgrade. ➢ Airfield Erosion Control, San Nicolas Island, CA (July 2014—July 2015) -$2.1M — Project superintendent responsible for the construction and repair a variety of erosion control structures on the San Nicolas Island airfield. The work shall include but not be limited to the following; Design and reconstruction of the 36 inch CMP which failed and completely collapsed along the northern airfield embankment which also Includes the construction of concrete block cutoff walls into the slope and installation of headwalls. Excavate and repair sinkholes found in both paved and vegetated areas. Compact subgrade and repair asphalt (AC) pavement section with concrete (PCC) in paved areas. Repair pavement edge failures, Backfill, repair, and rebuild concrete V-ditches to control drainage, Backfill and repair drainage at light fixtures and utility boxes. Clean out clogged facilities, remove debris and sediment, and clear vegetation and overgrowth out of and away from drainage structures. Remedial grading along the runway per UFC 3-260-01, and displace any low points further from the runway to reduce the rlsk of future sinkholes. Correct the drop off edge along the runway to 1-1/2" per UFC 3-260-01. Replace approximately 17,000 SF of asphalt (AC) pavement section with concrete (PCC) along the northern edge of taxiway Echo adjacent to curbing at the end of runway 12. Replace approximately 1000 LF of concrete curb and gutter, ➢ Firestone Blvd. Bridge over San Gabriel River, Norwalk, CA. (April 2014 December 2016) - $8.4M - Project Superintendent responsible for overseeing the demolition of existing Girder Bridge in two separate stages. Construction of new precast girder bridge in two stages, includes levee reconstruction, retaining walls, and street improvements. ➢ Green Beach Railroad Bridge Replacement, MCB Camp Pendleton, CA (August 2011 - August 2014) - $11M - Project Superintendent responsible for night operations during the removal and reconstruction of the active railroad bridge. Page 3 of 4• Project included the construction of retaining walls and concrete pavement for the military armored division to access the beach. ➢ Intersection Bridge & Improvements, MCB Camp Pendleton, CA. (April 2013 - November 2014) - $12.7M - Project Superintendent responsible for overseeing the construction of new concrete pavement ramps, large retaining walls, box girder bridge and AC pavement. ➢ Ammunition Pier Repair Project Phase III, Naval Base I(itsap, NAVMAG Indian Island, Port Hadlock, WA. (July 2012 — December 2012) - $2.7M - Project Superintendent responsible for overseeing the demolition of existing pier deck and removal of old damaged piles. Included the installation of 22 ea. new 24" octagonal concrete piles and new pier pile cap construction. ➢ Del Mar Bridge and Las Flores Area Tank Crossing Bridge Repair, Camp Pendleton, CA. (February 2011 - December 2013) $2.3M - Project Superintendent responsible for lead abatement and painting of Del Mar Bridge, building earthquake restraining hinges underdeck and installing earthquake restraining cables. Removed and replaced approach slabs and repair top deck spalls at Las Flores. ➢ Sausalito Yacht Harbor Bulkhead Replacement, Sausalito, CA, (February 2011 — March 2012) $5.3M - Project Superintendent responsible for overseeing all construction activities for the replacement of a 5o year old timber bulkhead with concrete sheet pile in an active boat hard. ➢ NCTD Bridge 225.4 Deck Replacement - Project Superintendent for the replacement of a 700' long active trussel rail road bridge. Work consisted of the construction of preassembled timber deck panels on site, removed the existing timber panels, and reinstalled the new panels. Construction of a new walkway and handrail attached to the existing girders. ➢ Repair Main Runway 8/26 Naval Air Facility, FI Centro, CA. (August 2010 -- September 2011) $13.9M - Project Superintendent/SSHO responsible for overseeing all construction activities, procurement of materials, and ensuring site safety at all times. The scope of work includes replacing 3,500LF of new PCC runway in addition installing new arresting gears at the East and West ends of the runway. Page 4 of 4 City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No, 8020-6 CML-5151(031) NON -COLLUSION AFFIDAVIT State of California ) ss. County of L05 C�qS V_ CV_aY u U1'M2ileZ bein first duly worn, deposes and says that he or she is 1pl e5N of P_T_pj2� Ste, the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Reyes Construction Inc. President Bidder Authorize Signature itle Subscribed and sworn to (or affirmed) before me on this_2AP_day of Y , 2022 by ICU+l�O proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. n V � THERESAA, HERNA^W Notary Public W1- Notary Public • California[SEAL]Los Angeles County F Commission 8 2415226 My Comm. Expires Sep 7, 2026 My Commission Expires: L) 11 ! 20 , Page 13 Non -Collusion Affadavit City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Bidder's name Contract No. 8020-6 CML-5151(031) DESIGNATION OF SURETIES Reyes Construction Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Bond - Zurich Surety Fidelity & Deposit Company of Maryland 1299 Zurich Way, Schaumburg, IL, 60196 PH: 213-270-0716 Broker- Cavignac & Associates 451 A Street, l8th Floor, San Diego, CA 92101 PH: 619-234-6848 Page 14 Designation of Sureties City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Reyes Construction Inc. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2021 2020 2019 , 2018 2017 Total 2022 24 No, of contracts 17 20 27 21 23 132 Total dollar Amount of Contracts (in $1122,500,000 120,262,401 $74,300,617 i $74,041,373 $66,963,468 $67,299,646 $515,367.405 Thousands of $ No. of fatalities o ° 0 o o 0 0 No. of lost Workday Cases 0 0 1 0 0 1 2 No, of lost workday cases involving permanent o 0 1 0 transfer to 0 0 1 anotherjob or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. Page 15 Contractor's Industrial Safety Record Legal Business Name of Bidder Business Address: Reyes Construction Inc. 1383 South Signal Dr. Pomona CA 91766 Business Tel. No.: 909.622.2259 State Contractor's License No. and Classification: 507561- A, B, C21 Title Corporation The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date I j 3..3` Title Secretary Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. rNOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] Page 16 Contractor's Industrial Safety Record CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 IB�IId 4 IIfi8 8 fi4F3 £i D fAII 3fiIIstT F3 i3 F3aR�k3�£ 43 f? €3 Fi f34II�II i3�f3�f3 f3�II�f f #3�f3�f?�f3 £��B�IIt£ifi8�II¢II�SffII�fi it#3 €E t €3,'fi 8 f3 t3�tJtifMMMitfi C"a A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of � I F On DCA obey 'L� ,M1 before me, lhe,YMD A . Yy WL*C , Dat}n ✓ ' 1 1�n -7 Here Insert Name and Title of the Of icer personally appeared e Z6l A(A0 � l�-1�Nt� Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personN) whose name*N) (s are subscribed to the within instrument and acknowledged to me thaosheftf•rey executed the same in hi he0thr61r authorized capacity Qf ,$), and that by his hefts# eir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. THERESAA, HERNANDEZ Notary Public • Caiifornia Lot Angeles County r Commission N 2415226 My Comm. Expires Sep 7, 2026 Place Notary Seal and/or Stamp 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 V Signature of Notary Pu lic yr 11UNAL 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 Other: Signer is Representing: II�iCl;tf3t€f3II¢f{�5�8�8���+`ftc�t�ft;��£3�3��sf3�t?�f±�t�F� ©2019 National Notary Association CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 fII48 £3 8 84II#i�B�II'f#f?�E 8484E fM}:iM i-9Q 9 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 1.0 IckCounty of i-�5 Am c1 ` ►_1, On O& � ?k jm- before met retim A, -wotn&L, i� W1L Date f jf r 1 Here Insert Name and Title of the Officer personallyappeared �i�Ut7lYCA0 6Ata a6o Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personN whose name(s)(t'sJ?are subscribed to the within instrument and acknowledged to me thatl11 /she/they executed the same in is her/their authorized capacity(i, and that by ii /herf i-reir signature(s) on the instrument the personN, or the entity upon behalf of which the person(S) acted, executed the instrument. 4 THERESA A. HERNANDEZ Notary Public • California Los Angeles County Commission / 2415226 •� My Comm. Expires Sep 7, 2026 Place Notary Seal and/or Stamp 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 —� h= A 4 )()S Signature of Notary P b 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 ❑ Other: Signer is Representing: _ 8¢8aII¢II£3�8#3�8�8�IIfiBr�B�Qfif#8�8�S�8i��8�II4II4Q�84Q�II#3�A�Qt83#3�8�fi�QffB�Q�ft#� 02019 National Notary Association City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) ACKNOWLEDGEMENT OF ADDENDA Bidder's name Reyes Construction Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si n ture 01 10/20/22 Page 17 Acknowledgement of Addenda CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 SUPERIOR AVENUE PEDESTRIAN/BICYCLE BRIDGE AND PARKING LOT Project No. 15T09 Contract No. 8020-6 Federal Project No. CML-5151 (031) DATE: October 20, 2022 BY; TO: ALL PLANHOLDERS Pg. 1 of 5 Deputy PWD/City Engineer The following changes, additions, deletions, or clarifications shall be made to the Contract Documents -- all other conditions shall remain the same. SPECIFICATIONS 1. Bid Schedule - Item No. 33 CONSTRUCT SEGMENTAL WALL (F) REPLACE 11,574 SQFT with 12,100 SQFT 2. Contract Exhibit E Federal Wage Rates REPLACE Entire Exhibit E Federal Wage Rates with Attachment A 3. Federal -Aid Contract Requirements Section 18 Federal Wage Rates REPLACE Entire Section 18 Federal Wage Rates with Attachment A 4. Special Provisions Section 201-10.2.4 Unit Fill REMOVE Section 201-10.2.4 Unit Fill on page SP 32 of 69. Pg. 2 of 5 5. Special Provisions Section 802-Bioretention BMPs Materials and Installation REPLACE first sentence of last paragraph on Page SP 59 of 69 with the following: In -place density testing shall be performed by the Engineer at a rate of 1 per 2000 square feet for each type of material placed. 6. Special Provisions Section 802-Bioretention BMPs Materials and Installation REPLACE third paragraph on page SP 68 of 69 with the following: Contractor is responsible for quality control and the City is responsible for acceptance testing to verify the contractor's quality control process. Testing responsibilities will be performed by the City's testing agency at the City's expense. Materials approval testing shall be performed by the City. Failure to detect defective work or materials early will not prevent rejection if a defect is discovered nor shall it obligate the City for final acceptance at any time. 7. Special Provisions Section 802-Bioretention BMPs Materials and Installation INSERT the following before first paragraph on page SP 66 of 69: AGGREGATE MATERIALS FOR BSM DRAINAGE LAYERS. Drainage of BSM. Drainage of BSM requires the use of specific aggregate materials for filter course (aka choking layer) materials and for an underlying drainage and storage layer. Rock and Sand Products for Use in BSM Drainage. Size classifications detailed in Tables 1002-8.2 (1) and 1002-8.2 (2) shall apply with respect to BSM drainage materials. All sand and stone products used in BSM drainage layers shall be clean and thoroughly washed. TABLE 1002-8.2 (1): Crushed Rock and Stone Gradation Limits Sieve Size Percent Passing Sieves AASHTO No. 57 ASTM No. 8 3 in - - 2.5 in - 2 in - 1.5 in 100 - 1 in 95 — 100 - 0.75 in - - Pg. 3 of 5 0.5 in 25 — 60 100 0.375 in - 85 -- 100 No. 4 10 max. 10 — 30 No. 8 5 max. 0 --10 No. 16 - 0-5 No. 50 - - TABLE 1002-8.2 (2): Sand Gradation Limits Sieve Size Percent Passing Sieves Choker Sand - ASTM C33 0.375 in 100 No. 4 95 —100 No. 8 80 — 100 No. 16 50 — 85 No. 30 25 — 60 No. 50 5 — 30 No. 100 0 — 10 No. 200 0-3 Graded Aggregate Choker Stone. 1. Graded aggregate choker material shall be installed as a filter course to separate BSM from the drainage rock reservoir layer. This ensures that no migration of sand or other fines occurs. 2. The filter course consists of two layers of choking material increasing in particle size. The top layer of the filter course shall be constructed of thoroughly washed ASTM C33 fine aggregate sand material conforming to gradation limits contained in Table 1002-8.2 (2). The bottom layer of the filter course shall be constructed of thoroughly washed ASTM No. 8 aggregate material conforming to gradation limits contained in Table 1002-8.2 (1). Open -Graded Aggregate Stone. 1. Open -graded aggregate material shall be installed to provide drainage for overlying BSM and filter course layers, provide additional storm water storage capacity, and contain the underdrain Pg. 4 of 5 pipe(s). This layer shall be constructed of thoroughly washed AASHTO No, 57 open graded aggregate material conforming to gradation limits contained in Table 1002-8.2 (1). Spreading. 7. Imported BSM drainage material shall be delivered to the BMP system installation site as uniform mixtures and each layer shall be spread in one operation. Segregation within each aggregate layer shall be avoided and the layers shall be free from pockets of coarse or fine material. 2. Aggregate shall be quantity per linear required compacted without resorting to aggregate material. deposited on underlying layers at a uniform foot (meter), which quantity will provide the thickness within the tolerances specified herein spotting, picking up, or otherwise shifting the 3. The thickness of the aggregate storage layer (AASHTO No. 57) will depend on site specific design and shall be detailed in contract documents. 4. The bottom layer of the filter course (ASTM No.8) shall be installed to a thickness of 3 inches (75 mm). The layer shall be spread in one layer. The top layer of the filter course (ASTM C33) shall be installed to a thickness of 3 inches (75 mm). The layer shall be spread in one layer. Marker stakes shall be used to ensure uniform lift thickness. Compacting. Filter course material and aggregate storage material shall be lightly compacted to approximately 80% standard proctor without the use of vibratory compaction. PLANS 8. Plan Sheets L-6, L-9 L-10 L-11 L--15 S-6 and S-7 REPLACE Plan Sheets L-6, L-9, L-10, L-11, L-15, S-6 and S-7 with Attachment B Pg. 5 of 5 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. have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) 10 /i7 /iz Date Authorized Signat re & Title Attachments: A. Federal Wage Rates B. Revised Plan Sheets City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No, 8020-6 CML-5151031 } 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: Reyes Construction Inc. Business Address: 1383 South Signal Dr. Pomona, CA 91766 Telephone and Fax Number: 909.622.2259 / 909.622,3053 California State Contractor's License No. and Class: 507561- A, B, C21 (REQUIRED AT TIME OF AWARD) Original Date Issued: 03/18/1987 Expiration Date: 03/31/2023 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: Reyn Shimokawa, Estimating Engineer 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 Joseph Reyes CEO 1383 S. Signal Dr. Pomona, CA 91766 909.622,2259 Ricardo Jimenez President 1383 S. Signal Dr. Pomona, CA 91766 909.622,2259 Eduardo Gallardo Secretary/Treasurer 1383 South Signal Dr. Pomona, CA 91766 909.622.2259 Corporation organized under the laws of the State of California Page 18 Information Required of Bidder The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NA All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: NA 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; NA Briefly summarize the parties` claims and defenses; NA Have you ever had a contract terminated by the owner/agency? If so, explain. No. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No Page 19 Information Required of Bidder Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) NA Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. Reyes Construction Inc. Bidder Ricardo Jimenez (Print name of Owner or President of Corporation/Company) Authorized Signat re/Title President Title 10 1 z7 22 Date On before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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. (SEAL) Notary Public in and for said State My Commission Expires: A-'--A--s"_C� X Page 20 Information Required of Bidder CALIFORNIA ACKNOWLEDGMENT CIVIL CODE g 1189 t g as Sao s s $§ass a tFxr s a aaa�a�t a�a�s¢aaa a�a as rafia���afa�a s a OsMMOWM A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ,✓kS On OCR} P,C .��� before me.. Tyl te-xA . OC:YV ay&1 ; (�tG1�,l Wol Datn 1 e Here Insert Name and Title of the Officer personally appeared 4��C�YAo U� �2- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person%) whose nameN is re subscribed to the within instrument and acknowledged to me that fi sheAhey executed the same in hi her it authorized capacity$as), and that by is her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. +r THERESA A. HERNANDEZ Notary Public • California W Los Angeles County ' Commission N 2415226 My Comm. Expires Sep T, 2Q26 Place Notary Seal and/or Stamp 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 v �VW Ar,�QAJ— Signature of Notary P li Vr1 IWINAL 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 n Other- Signer is Representing: a�aE#3##II#3¢a�8'rF�II�F3§f3pia¢f#@48�a#3�435IIfff3fii34as§3�a�a�a##1#8¢8�f3�B+F3�34a3ffa�k3�at€3�I�fiF3§F3�3�II�f'kf3�f§ 02019 National Notary Association City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) 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 Vll (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. Page 21 Notice of Successful Bidder City of Newport Beach SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT Contract No. 8020-6 CML-5151(031) PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 8020-6, federal Contract No. CML-5151 (031), 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: The Contract will be awarded based on the sum of the lowest base bid plus the Add Alternate Bid Item. to/zI/D'a Date 909.622.2259/ 909.622.3053 Bidder's Telephone and Fax Numbers 507561-A,B, C Bidder's License No(s). and Classification(s) 1000011831 DIR Registration Number Reyes Construction Inc Bidder , President Bidder's Aut orized Stgnature and Title 1383 S. Signal Dr. Pomona, CA 91766 Bidder's Address Bidder's email address: rjimenez@reyesconstruction.com Page 22 Proposal Corn P to 4-Cc4 V ( CAI- P � an -e+ F) i c� S (This Bid Schedule is for reference only. Contractor shall submit proposal via the PROPOSAL (Bid Line Items) contained in PlanetBids.) BID SCHEDULE PROJECT NAME: SUPERIOR AVENUE PEDESTRIAN/BICYCLE BRIDGE AND PARKING LOT PROJECT NUMBER: 15T09 CONTRACT NO.: 8020-6 FEDERAL PROJECT NUMBER: CML-5151(031) Base Bid Items ITEM NO ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL 1 MOBILIZATION LS LS 1 1 $ $ $ $ 2 ATER POLLUTION CONTROL 3 CONSTRUCTION STAKING LS 1 $ $ 4 TRAFFIC CONTROL LS 1 $ $ 5 ENVIRONMENTAL COMPLIANCE SUPPORT LS 1 $ $ 6 CLEARING AND GRUBBING LS 1 $ $ $ $ 7 UNCLASSIFIED EXCAVATION, UNCLASSIFIED FILL, EARTHWORK AND GRADING LS 1 8 PEDESTRIAN PAVEMENT TYPE A AND CURB ACCESS RAMPS SQFT 8,020 $ $ 9 PCC SIDEWALK SQFT 560 $ $ 10 TYPE A PCC CURB AND GUTTER LF 575 $ $ 11 TYPE A PCC CURB AND GUTTER (MOD) LF 470 $ $ $ $ 12 TYPE A PCC CURB AND GUTTER WITH KEY (MOD) LF 140 13 PCC MOW CURB LF 230 $ $ 14 �YPE B PCC CURB LF 810 $ Fs - Page 23 Bid Schedule ITEM ND ITEM DESCRIPTION UNITS QUANTITY < UNIT COST TOTAL 15 TYPE B PCC CURB (MOD) LF 710 $ $ 16 ' PCC CROSS GUTTER SQFT 722 $ $ 17 8' PCC CROSS GUTTER SQFT 667 $ $ 18 ASPHALT CONCRETE PAVEMENT TON 1,180 $ $ 19 CRUSHED MISCELLANEOUS BASE CY 875 $ $ 20TEMPORARY FENCE WITH PRIVACY SCREEN TYPE (CL-6) LF 2,025 $ $ 21 T CABLE RAILING LF 56 $ $ 22 ' CABLE RAILING LF 120 $ $ 23 UACCESS GATE EA 2 $ $ 24 STRUCTURE EXCAVATION (BRIDGE) (F) CY 195 $ $ 25 STRUCTURE BACKFILL (BRIDGE) (F) CY 57 $ $ 26 8" CAST -IN -DRILLED -HOLE CONCRETE PILING LF 317 $ $ 27 PRESTRESSING CAST -IN -PLACE CONCRETE LS 1 $ $ 28 STRUCTURAL CONCRETE, BRIDGE (F) CY 539 $ $ 29 BAR REINFORCING STEEL (BRIDGE) (F) LB 252,772 $ $ 30 PREPARE AND STAIN CONCRETE SQFT 1,720 $ $ 31 CABLE RAILING (BRIDGE) (F) LF 334 $ $ 32 PREFABRICATED STAIRS (F) LS 1 $ $ 33 CONSTRUCT SEGMENTAL WALLS (F) SQFT 11,574 $ $ Page 24 Bid Schedule ITEM N] ITEM DESCRIPTION UNITS CY QUANTITY 6,300 UNIT COST $ TOTAL $ 34 SEGMENTAL WALL STRUCTURE EXCAVATION AND HAUL -OFF 35 CONSTRUCT CIP RETAINING WALLS (F) SQFT 4,020 $ $ 36 CABLE RAILING TYPE A (F) LF 490 $ $ 37 CABLE RAILING TYPE B (F) LF 700 $ $ 38 PLACE ROADWAY SIGN EA 9 $ $ 39 HANDICAP PARKING SIGN AND POST EA 8 $ $ 40 STRIPING LS 1 $ $ 41 RAISED SEAT WALL PLANTER LS EA 1 38 $ $ $ $ 42 8" PEDESTRIAN LIGHTED BOLLARDS 43 TREE GRATES EA 6 $ $ 44 TRASH RECEPTACLES EA 5 $ $ 45 DRINKING FOUNTAIN EA 1 $ $ 46 BIKE REPAIR STATION EA 1 $ $ 47 BIKE RACK EA 1 $ $ 48 BRIDGE RECESSED LIGHTING AND ILLUMINATED HANDRAIL LS 1 $ $ 49 IRRIGATION SYSTEM LS 1 $ $ 50 PLANTING LS LS 1 1 $ $ 51 INITIAL 90 DAY MAINTENANCE_ $ $ $ 52 RAFFIC SIGNAL MODIFICATIONS LS 1 $ Page 25 Bid Schedule ITEM ND ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL 53 PEDESTRIAN BOLLARDS CONDUIT, CONDUCTORS, PULL BOXES, AND CABINET LS 1 $ $ 54 RELOCATE SCADA ANTENNA AND CONDUIT LS 1 $ $ _ 55 1" WATER SERVICE LINE LS 1 $ $ 56 F57 REMOVE PIPE LF 424 $ $ ABANDON AND GROUT PIPE LF 235 $ $ 58 REMOVE INLET EA 2 $ $ 59 REMOVE CURB INLET EA 1 $ $ 60 REMOVE EXISTING MANHOLE EA 2 $ $ 61 REMOVE HEADWALL EA 1 $ $ 62 BIORETENTION BMP SQFT 7,610 $ $ 63 JUNCTION STRUCTURE NO. 1 EA 1 $ $ 64 STANDARD MANHOLE EA 3 $ $ 65 TYPE G1 INLET EA 8 $ $ 66 18" C900 PVC DR 14 LF 300 $ $ 67 8" PERFORATED SDR 35 PVC LF 485 $ $ 68 18" SDR 35 PVC LF 141 $ $ 69 8" SDR 35 PVC LF 283 $ $ 70 PARKWAY CULVERT TYPE "C" EA 2 $ $ 71 GCP OR GMP INLET EA 1 $ $ Page 26 Bid Schedule ITEM N] ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL 72 8" CLEANOUT EA 11 $ $ 73 REMOVE EXISTING CONCRETE DITCH LF 200 $ $ 74 REMOVE EXISTING JUNCTION STRUCTURE EA 1 $ $ (F) FINAL PAY ITEM as defined in Section 9-3.2 Page 27 Bid Schedule 17. BID FORMS (CERTIF ICATI ONSIDISCLOSU RES) THE' FOLLOWNO FORMS ARF NCORPORA` I.,J) AND MUSTSUBMITl'HD WIT] I MD AS NDICATFID I IFIRGIN. X Equal Employment Opportunity Certification X Non -collusion Affidavit X Debarment and Suspension Certification X Nonlobbying Certification X Disclosure of Lobbying Activities XT Exhibit 15-G Construction Contract DBE Commitment X Exhibit 15-H DBE Information — Good Faith Efforts (only if DBE goal not met, no later than 4:00 p.m. on the 4th business day after bid opening) X Exhibit 12-B Bidder's List of Subcontractor (DBE and Non -DBE) X Public Contract Code Section 10285.1 Statement X Public Contract Code Section 10162 Questionnaire X Public Contract code 10232 Statement FR-30 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Reyes Construction Inc The bidder ,proposed subcontractor hereby certifies that lie has X , has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, lie has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or tinder are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not fled the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. F R-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Reyes Construction Inc. proposed subcontractor DB, Electric, Inc. , hereby certifies that lie has x , has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. F R-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Reyes Construction Inc. proposed subcontractor Landmark Surveying Solutions, Inc. , hereby certifies that he has X , has not_, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all repots due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CPR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements The bidder EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION �G � � s C� crhS�'►'� c--rGr G h r ✓L. c' hereby certifies that he has X , proposed subcontractor has not_, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, lie has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable tilling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contacts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Sighway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder_ / -e `11 e T C'ohS vt.0 -,i'o I-/n C proposed subcontractor Soil Retention Systems, Inc, , hereby certifies that he has X , has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. F R-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Reyes Construction Inc. , proposed subcontractor Cor-Ray Painting Co. , hereby certifies that he has _x , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or tinder are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations, Proposed prime contractors and subcontractors who have paiiicipated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. pa"d David Tracy, Cor-Ray Painting Co. FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ]'lie bidder &-V e S 00nS -ir-t C 44 a NN /i'`- C , proposed subcontractor Don H. Mahaffey Drilling Co. —, hereby certifies that lie has X has not—, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering tine delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Reyes Construction Inc. The bidder proposed subcontractor Hardy & Harper, Inc , hereby certifies that he has X , has not — participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Reyes Construction , proposed subcontractor Griffith Company _ , hereby certifies that he has X , has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-i.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless skh contractor submits a report covering the delinquent period or such other period specified by the Federal Higt�ay Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of labor. j" -Edgar Martinez, Division Manager FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Reyes Construction Inc. , proposed subcontractor DYWIDAG , hereby certifies that he has X, has not _., participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only ill connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contact Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Reyes Construction Inc, The bidder ,proposed subcontractor erU ies that he has has not _, participated in a pre ous contract or subcontract subject to the equal oppoLlity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by Cite Director, Office of Federal Contract Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder � E' J Cons ¢Y u Cft rfn l mac' , proposed subcontractor Ferreira Construction DBA Ferreira Coastal Construction Co hereby certifies that he has X has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due tinder the applicable filling requirements. Mote: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and roust be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EE0-1) is the only report required by the Executive Orders or their implementing regulations, Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CPR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Reyes Construction Inc. proposed subcontractor Next Centua Rebar , hereby certifies that he has xx , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, lie has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due tinder the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard form I00 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. FR-31 Federal -Aid Contract Requirements Noncollnsion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY of Newport Beach DEPARYMENT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Note: The above Non -collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non -collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. FR-32 Federal -Aid Contract Requirements DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. F R-33 Federal -Aid Contract Requirements NONLOBBYING CERTII+ICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. F R-34 Federal -Aid Contract Requirernents DISCLOSURE, OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE L01313Y1NU ACr1VI I IEZi MI(WANI 10 31 u.J.C. rs.)z 1. Type of Federal Action: 2. Status of Federal Action: 3. Iteport Type: =a. contract a. bid/offer/application a. initial b. grant b, initial award b. material change c, cooperative agreement c. post -award d, loan e. loan guarantee f. loan insurance 4. Name and Address of Reporting Entity For'Material Change Only: year quarter_ date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier if known Congressional District, if known 6. Federal Department/Agency: NA H. Fcdernl Action Number, ifknonm: 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) Congressional Distric(, if known Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known; b. Individuals Perforating Services (including address if different from No. I4a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11, Amount of Payment (ebeck all tint apply) 13. Type of Payment (check all that apply) S actual El planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): C. commission 8 a, cash d. contingent fee b. in -kind; specify: nature a deferred value f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of setv%ce, including officer(s), employce(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: YesEl No 16, Information requested through this form is authorized by Title 31 U.S.C. Section 1352, This disclosure of lobbying Signature: reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required Print Name: pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for Title: public inspection. Any person who fails to file the required _ disclosure shall be subject to a civil penalty of not. less than $ t0,000 and not more than $100,000 for each such failure. Telephone No,: Date: Authorized for Local Reproduction Federal Use Ong: Standard Form - LLL FR-35 Federal -Aid Contract Requirements INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to slake payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the frill name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item I (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the fall name, address, city, stale and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). it. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. if this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check the appropriate box. Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials, Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SP-LLL-Instructions Rev. 06-01-MENDIFN FR-36 Federal -Aid Contract Requirements 0, mil. EXHIBIT I5-G CONSTRUCTION CONTRACT DBE COAL IITNIENT 1. Local Agency: City Of Newport Beach 2. Contract DBE Goal: 16% 3. Project Description: Construct new pedestrian/bicycle bridge across Superior Avenue and new parking lot. 4. Project Location: Northeast corner of West Coast Highway and Superior Avenue Intersection 5. Bidder's Name: Reyes Construction Inc. 6. Prime Certified DBE: ❑ 7. Bid Amount: 101 $1 r -1 S °I 8. Total Dollar Amount for ALA Subcontractors: h 14, 3S-)r 'A 01. 1-( 1 9. Total Number of ALL Subcontractors: 1 a 10. Bid Item 11. Description of Work, Service, or Materials 12, DBE Certification 13, DBE Contact Information 14. DBE Dollar Number Supplied Number (Must be certified on the date bids are opened) Amount ISA- P,O, Box 8956, Alta Loma, CA 91701 WSS f 304 Material Supplier -Aggregate 38455 909-941-3694 $z;a45 � 2 Street Sweeping 40Q89 Cindy Trump Inc.- P.O. Box 385, La Habra $ 36,000.00 CA90631 562-697-2286 3 Landmark Surveying Solutions, Inc. Surveying 39880 7231 Boulder Ave. 4538 Highland, CA 92346 209-1963-9044 $59,750.00 26, 34 Global Transloading-1842 East 29th St. Signal Hill Dirt Haul and disposal 35159 Ca, 90765 562495-9600 Don. N t� mtaf• e� r� Il� 54t, 3S0 Z(a C 11)M PI 1eS ti.1311 t,800 S, Alot dot, corvvkorN cA C 3 ►o) Cd (p - 9.0 C) 2,0 ,q nskry art b Ate �e ; n ua dv 3 it t 5 3 a C& t da . tv a ►.�t e A$ l 32 37 ae +, Inlsal v'aV%SIoa aLC N 2 5 cvOG Local Agency to Complete this Section upon Execution of Award $ .5q f02$ 21. Local Agency Contract Number: 15. TOTAL CLAIMED DBE PARTICIPATION i `� 22, Federal-Ald Project Number: 23. Bid Opening Date: t IMPORTANT: Identify all DBE firms being claimed for credit, 24. Contract Award Date: 25. Award Amount: regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the names and items of the work In the Local Agency certifies that all DBE certifications are valid and information on "Subcontractor List" submitted with your bid. Written confirmation of this form is complete and accurate. each lis ed DBE Is required. 26. Local Agency Representative's Signature 27. Date 16. Preparer's Slgnatuf 17. Date RrIcar etc, rJrrnoreZ qo9-y)L4-aa_ 28. Local Agency Representative's Name 29. Phone 18. Preparer's Name 19. Phone Presi dehf- _ 30. Local Agency Representative's Title 20. Preparer's Title DISTRIBUTION: I. Original -Local Agency 2. Copy - Caltrans District Local Assistance Engineer (DLAE), Failure to submit to DtAE within 30 days of contract execution may result in de -obligation of federal funds on contract. 3, Include additional copy with award package. ADA Notice: For individuals with sensory disabilities, this document is available In alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS-8% Sacramento, CA 95814. FR-37 Federal -Aid Contract Requirements EXHIBIT I5-G CONSTRUCTION CONTRACT DBE COAdt4IITNI NT 1. Local Agency: City Of Newport Beach 2. Contract DBE Goal: 15% s. Protect Description: Construct new pedestrian/bicycle bridge across Superior Avenue and new parking lot. 4. Project Location: Northeast corner of West Coast Highway and Superior Avenue Intersection 5. Bidder's Name: Reyes Construction Inc. 6, Prime Certified DBE: ❑ 7. Bid Amount: 8. Total Dollar Amount for ALL Subcontractors: 9. Total Number of ALL Subcontractors: 10. Bid Item Number 11. Description of Work, Service, or Materials Supplied 12, DBE Certification Number 13. DBE Contact Information (Must be certified on the date bids are opened) 14. DBE Dollar Amount 5Lr S3 Sy ��QC�-viCO ` S-( 1/�0�' °S �3(p�i� eC rr a -foSlo keehibmlcl A%'P- 107 Ea.Savale, aA gti�eolgsl-K1�-3�t JPSw{, 31 Local Agency to Complete this Section upon Execution of Award 21. Local Agency Contract Number 15. TOTAL CLAIMED DBE PARTICIPATION 22. Federal -Aid Project Number: n /a 23. Bid Opening Date: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, 24. Contract Award Date: 25. Award Amount: where applicable with the names and items of the work in the Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. "Subcontractor List" submitted with your bid. Written confirmation of each Its DBE w is r�i 26. Local Agency Representative's Signature 27. Date 16. Preparer's Signature 7. Date t h4" eL q mU (v.)I- 2 2 Sn 28. Local Agency Representative's Name 29. Phone 18. Preparer's Name 19. Phone 30. Local Agency Representative's Title Ptr e c( rfe n 4 20, Preparers Title DISTRIBUTION: 1. Original — Local Agency 2. Copy — Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. 3. Include additional copy with award package. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 orwrite Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. FR-37 Federal -Aid Contract Requirements ce EXHIBIT 15-H: PROPOSERICONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date j0/1-7 a,)- PE/CE Federal -aid Project No(s). CML-5151 (031) Bid Opening Date 05/18/2022 CON The City of Newport Beach established a Disadvantaged Business Enterprise (DBE) goal of 15 % for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer's or bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates FR-39 Federal -Aid Contract Requirements C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items M Of (Y/N) Contract 0.00% 0.00% 0.00% 0.00% D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: FR-40 Federal -Aid Contract Requirements F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting .and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc,): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts: FR-41 Federal -Aid Contract Requirements N aria to " O 49 O T T O _ O 12 (n Q 60/ EZ 0 c 0 0 0 ,O O O O .� O = O O ,O O O O .O O O ,O c o N o _ __ E E = = .2 .2 E E - - -_ _ E _ _ _ E _ t(� f"^6 U N m O (n O � t0 `- ifl O U) i� �(< O 66 �691 O 69' Vk O itr fiT EA O � � - a o ro ro m i» E» v v v� 6 € E» v v ❑ ❑ � v (� i% w (a v v ❑ ❑ v v ii v v ❑ ❑ v ❑ � v ❑ •- u v v ❑ ❑ v ❑ v ❑ •- u w v v ❑ ❑ v ❑ v ❑ w O m ❑ ❑ ❑ _ ❑ ❑jo ❑ ❑ O O O co m r 7 C O Q O U. N-aaa Q a0J Q Q Q U U o s 0 C) 'Ln A a�- (,) a o a)LO = mZ U —0 W � (p C N OLU m (A C] N O O^ 0 CO Z- a) Y o L L 00 -p c "a ro (m c ,- u% o o a ca LO N N i �L �Z z 0) r W f` O C N N L(� O 0 Vu� r O L" ro (d O o .F+ M O U 42c N 0 O O -E O 1Q L� m o ro O l o C yay ONE N C 0 O N w � V '� C a� � o m c .0 yfl°u a m .Y � o O .fl=�co a 0- 3 ° ,, m € o 0 ^ A ro 0 (a Cl) '� O) U C .a C O '(a N .a y(1)ca)r lu O o c m O a) C oC)Co O (a a m cc 'C .� a a� •- m x N in ,— W a roN (p y r >+ C 1 U 7 sa 0 c (D •o 0 0 o N r_ SO O Ci -- L C Z Ol 6 Q C p C U o (n d W m y U m F- C C 'Y'• O o> —t' a)Z O O m C co a�roi m 'Z''j u p O m U v a (�oc(D-2rnN ro. o p t � N m cq rn O O C 3 N Di 7 U) Q N (N N m m m U o��(Uip mm U N ro Z l U Z U Z U U 0 0 Q C O •� i— tr a� e v U +�r-O C O b Cm � � O C ff? C � N o a `o cE6 mN E�mLn NY O (6Lo -0 (II O J U o n o °� U t o m o > 00 Q a a a in a� � oo Z o a c� 'o 0 U Q a Z 3 -0 0 C o v 'a �m ooL� C (n U i� U7 O U L W aa'i p c 00 a 0 O C U C a UO ro L N ° �o Doo o 2 }�caO � o U •N 0 o` E 4- O — C C O Q. O: 3 J C O�'m0 N �ro"�a� 3 o ro O) U C C O (U p � N N o t to O E CO o is `o a 0d) 0(� m " -oU 42 0 L U o .L] - o � 4- x N co �� 0 W C 0. N C O Q O O O q! ", U o f Y a) (D O L c 0 ai or n. C cg"n -a) Lo U O € 01 C N L =3 C 00 `p- mc`mt 0t> O m o.E U U O N m O o-co 3 a O U C C C C �/j C C C C C' 3 C C C T C L C C T C C C C �' C C C C O 41 O O p �o O O :� ;� 0 0 .� :� I 0 0 .O 0 0 :� 0 0 .O E 'E E E M 'E E E E E E E I' E E E E p 'L LO O LO � O lf3 _O N O T t0 6" O _ F%} L V V V V V V V V u- V V V V IL V v V V V LL.. V V V V LL V V V V LL C O N O3 N N N Q and Ua w E m:I d Z wZ Z = O : 3 o N EZZO c N co r 0 CD U LO O J p O r 43 E y p r O a am" L r O 0 O O UE r as ipr 0 a p U 2 @ C U E � � J •O O N N E m zo U I J C c ou U Ul a m m s i o m N a E E N in (ZS m co z U U z iU z 5 v D U @ m U� +CCD CD C O O N O CIS a r C ro p E o U m ;O ('7 O N (D m NTIC Em NY o ro� i a3 m�J o U oQ 6 r c � row .. o o a� .O a '> ° roo E of LOa ro oo z WcoLn °c m CO m g (D C 'O U 0 U roan O9 U m � 3 - N CO Z ro 'a (C6 UO O U- t--- ro ;° 10 W c m n o 0 �0 ca 0 m o� `noaivo m o Ec E c o C c-�°a� O 00L' o � Co 4+ '- > _ U Y O — ' 00 ro N 0.20 ocy oZ� J rsm0a>r- ui N fl m ro E O .a d ` o c "Q wrocL o m 3H E 0 �0n a O w O L m 15LIIS C) w r- @�roo c t .Q Um'ao ro r U N x wm=6 W 01 N C N d t�0_ > p p O :a . c) O U Y ro 0 t0 � c � of a• n. OO N U ro 7 N C N yO t O U O U O N L O @ C C - aL ro . ro c o- rn > O O ro ro p L Q o : 0 3 .0 C C O� C C C C O O C C O O T C C O O~ C C O O O O O E 'E E .E r 'E 'E E E E .E E E ('E .E E E ('E 'E E E LO € O to cfl O � t0 � r to � O � E � r � t° Or � t0 � t0 � Or 64 t0JCD 191 vi V (si V y � El ffl V ffT V � V V El V V (� El V ❑ V ❑ � El V ❑ V ❑ LL El ❑ ❑ ❑ ❑ o ❑ ❑ oLl ❑ ❑ o o o c oEl cr Q Q Q Q Q Q Q ci n o m' pZ ;00 co wkm CO gzz a_ a c04) Z o U ° J p O � a y °: c 0IL m U Y � C p O {` Na � c a a � O O U 06 � E m U Y J � O C m Q U d � W C z O rn S > V O G N N Q Ql N dj Ul m N p m v ro m m ° Cl)ED -m E z E z z U U z� � 12 Q) LL •o N w (N. a L O c a u ct) m a N o A c v} C @ N oy E �r 4- w a (h NCD N N O m LL o r co Lr) V o L9 a3 •moJ L) �U~� o;n oLU 0 C (6 0 E '> O U o LL p N �n E z m in N o o � L o o U Q— o w� m z 3a �o-0 N m 00 LL N+ O U w U) O W v - N m 0. 0 (Do N c .�—U w� L L p°� is O `O a E L (6 . O C �+ - @ U) C — _ Y O O) N O N V N N �.•>�C0 Q I— C) C ro O U FF .U) a)N N L CE C w Fo• N4- OI a 3 c V) NiCLLL O E ov CO i c(oU co w � c io a) F c C 0 0 4 N L x U) U) ` (D O w f6 (O W c N N c N Q `� a > o o 0 j2 N @ u a o o N N w (6 N (n .L s g c �m o 0 O O In U) LO ao_ viv ) m '3CO L C U N co C N 07 > O 'IfO C N T3 o� o C o Y c o 3 a_ U C C C C i i; i s C C C C C C >+ C C c C� >+ C C C C� C C C C � 0 0 •2 ;2 a O O .9 2 O O .� - -E I' E E d E E E E E E •E 2' E •E s> 6q� 696 € eau) T (H(» U,-,) E �»69 �otn c»69 uJo�2r v?04 �o�n c v ❑ v ❑ v ❑ V N v o ❑ v ❑ v V ❑ v> V (� ❑ ^ U o ❑ � ❑ v> v ❑ �» V �,�,,, ❑ V o ❑ V ❑ sv V ❑ yr V ❑ " � o V ❑ V ❑ v> V ❑ �» .- V ❑ k V o ❑ V ❑ yr V ❑ v vLL ❑ .^ o i N cm N m c Q Q ¢ ¢ Q and c> WE roz d mz m, ❑ >,.:' z Lwm Ln O.a U � 7 ti v ZZ m d ) 0 U 0 u- O Ct CDJ r rn U) u W Ll 0 C �\ O O ^^ a. m W 0 0 oy0 u V A Q N 0 a � u (D (0 U)a a) IL C Ul i cu O c� U U 0 V co o m U E lfl zo U u m o o E J J C u m N � ai ,� ui ui ai ai ui (3n U N c6 U) .0cil N Ul VI U) UI E Z Q U N Z U Z (� Z U CJ U m LE E ro U (9 '0 m UD C - ro C ro c o `0 Ntn t a .o 'C N 0 O c � U O D r c o C •o C:ISi > O a o 0 W U M N LL! c o O t m Z 'o Cm `O m C N i W E m m (] 0 o lw N O C> c £ O U 'n� i � o = 3 U N Nam+ > a�3 i U) o 0 d rn U O0 CA •3 � � m 0 i N r, ro 0 S2 B U CF) i L � 2 X o W 12 Ui U m »- 0 C U 0 LO 0 o3_ N U U R=, (6 C O O ¢ O. 0 L O O O O a) `o W :a t0 0)mO @fn— L (D LO coCO 1r1hh C) ocU ro o � W to a z N C N O U O U a) n. o_ a) N c 0 ti O Q) o O V- U w U ro L � fiI 4 O L � O ✓ V N 00 E c w o rn 5 c � a . 0 0 m cEa N Y C 0 o� ad) L O� a ,mom w- -0 0 � 3 0 o `o 0 a U b `o N co w � U o A w N 0 r � L (O U +• N � Q O U N N .2 0 of u 4 v2 a) N P c L o m " i9 N U O !n C � C � U Q) > O C W U 3 U U m _ C o 3 Q. U C CCC C N 0 C_C 0 0 O O O O O O _ .0 _C _O _O _ E E I E E E E E O LO O s-- LO t- _ Lo O r �O E IO «J O � € c- �} t0 O r t0 r s- ff3 LO fA O O �"' - r. ,^ V Efl v ffi v � 69 FFi v Ffl v v v �.�... W v v v v L v v v v v _ �.�.. v v v v I.L v v v v ❑ v T�E El El ❑ ❑ O El O0 El ❑ ❑ O El El ❑ ❑ O D El ElElO C a) a) a] Q ¢ ¢ ¢ 7-7 N N W E ` m ❑Z ui Z (3 Z W d � r a ,O CD z z 00 O +C+ N OO C) 0 `ma ua O Q CDJ r di v eye° ,0 now a) . 0 a U ` r /J O C) 0 „ C1n1 �,. o Jo 3 C) N {for. •iA' ,�- d C O E m U>� a m ❑ aNi _p s- CA C)(�) O ) ❑ c 0) C: E _ C O J U d� Lo U-) cN0 co C W ro °) ¢ U Z C N o° m_ U J T n O 0 E N m @ .•al N N .O-� co m � uj E N U) �^ 6 Z (U r�i Z U Z 12 a) a) U +L O C O a @ v C EH o (0-0 j O U) O a) a O o co Lo 'c ` m o L9 0 C m o J c c UHF _ o � 0 -r r- o o f0 'j O o a. [] i O Ln C p Z w (U O o � � C m a) a -o 2 0 0 r I 4) Z 5 •a i° o a C C V- a) i3 a) CD (0 O LL. C f0 O .V f W 2 `, -0 c m ao c1 0 a)c L 'C O O O N i� N C'O O O ILO � •o V of w.a io o c C ,�,_, •� D7 0 o m o aai� .Q ID CO O c E N �•��`ans 4r > N ` CL ° 3 In c m O U C 7 IQ LS a) r [L a) E P_ 4-• ol �_ a) cLt O m m 3E E o 'D � o` et O (0 c) c U o � c C G N N C 4) L x ��� `�@ Lll �c°)a°ica) a oo 0 N ui io �i p 0 m c m o' IL co a N m U N ns+ •to LO o °� o o' G � U O Win- @ �•� � N c v -2 > Oa oc_ °) 'O N U 3 U O E w w O O L C O C a_ U C C C O C O 0 C C C O C O C C C O C O co T C C C O C O 5 T C C C O C O C C C O C O o 0 _ :E O _ O _ : O O_= O I O_= '^ O O _.E:E _ O O =- ' E E E .E E E E —=' •E •E E E E _.E.E E E E —_'E•E •E ,E 69 Lo O LO N O LO i fv LO fA O Ln _ 69 69 O tl7 69 O 64 LO _ fA LO C4 O t0 Ur ❑❑❑ V V V V 11- V V V V I.L V V V lL V V I V V LL V' V V V LL o❑❑❑❑o❑❑❑❑ o❑❑❑❑o❑❑.❑❑o❑i❑❑❑o a m Q a) ¢ m Q a) ¢ a) Q I + m Q 1: w m U� W E m Z W Z O � z O N© --- e Z �:j Z T— N O Lo _ r C U u 0 O ,p a rn In = E U 1 _ oJ d to U N O C� ro � • j„ •O p LA O O !{-� V1 %43 .. E a _ N) it iT c ^ c_ C a > U (�6 Ur (N�a/ d) 0) 01 C y ILO a)(D n�ci/3 C � Cif Of o ai UUQ ZroQ cu(n d o v a) co(0 co C) a) U a) -+ O Q) U N LL (n N A r �` CD RIN tl-I >C,-, U m (t'f � E Mc O Z o E o o V U C 0 IS ai p ui ai ai ui ai N dj (n U N UJ Q) (n 6 U) In t Z iy U ry Z U Z U Z J U (J ro E Q U v w c�a C a ro C 'O ro� N C O N N N •w N � o v � C U v- o e- c c >c 0 a o� w °' o M 22 IIJ U) +� C] m o l 4 U C 4 0 N Z '0 c m C 0 m a ro C .O 0 L (0 f0 � y O .i roc � O Q U i ja -NC O - c V > j O o=� O 31 O p C j O N ; ti o ro� O) U ! "Q C O O l U L� T o m U N XN y . ro W �n- �N y ii m -r C U O U N Y � O 0 � U U:3 c 0 O N Q o �o yo 'U O u) o aci � c6 '0 m m m V- Em� oB U F o U —ro cu o v (n o E o E oz O C N O N O O Uroa O_ �7 Q7 N C o a7 0 o LL U U � .L1 N 3 d o .0 (0 � Y O N 0 0 oo O) Q) n O c N o ° 3 7 w T N (6 = 4= 0. U C C C C C c C N C C C C T C C C C T C C C o C 0 C C C O C> O C 0 C 0__ O O 0 0__ 0 p p__ 0 0 0 0_ p O O O__ O O_ := N E 'E E E o) 'E 'E E E E 'E E E I 'E 'E E E I' E E E 'E E E ° O 1n � v�6,61 O In O In F ��(o O to r to O r — 'u.. r l0 d LO E 6r9 V V V ❑ V ❑ L— V ❑ V ❑ IL El V ❑ V ❑ O V El V El V ❑ V6FY ❑ O V D V El Vfs} ❑ ❑ LL. D cc c ❑ O o N O0 N UJ N a a Q a a cc Q Q a�i e`7 Ua E tuIm W 2 � � Z 'aa L �- N z'i jMam. N C w 0 U Cl R w CD cJ Q °�v U q� � N � fin• O a in rl � L c0 00 S J ui - v L a� a) O O CO O) c m U n J H N (n m OC a to a c m z E z o C �8 oC �+ N W m dj m jy ro N ro N ca Y1 m :3 #t m U m m 5 CKS ZZ U Z Z U Z U Z c cr m u- E N a q) 0-0*c0 c O 'o @ a) c o ro 15 -0— C � c o m o o o j @ co C) r Qcli OL � UOJ r roLO c , co j o L? U � u � o osU r c N — . . .� o 00 � ;� o Q E m uo � �� O aL-• O Z L (0 <9 o C a) 0 a) O O U O L U U Q 0. 0 9 '6 Q) Z O - O -0 C C v a) @ O o U- C U w- m V o o L W N L 9 C m d0 a1 c 0 c io o s Lco . y N O @Id 2 o o L @ 2 4Z +5 n a) c O O O o a) C .Q @ aO '^ O U (D y @ @ 4+ u -Z� O a_ O O O 4..i 0- N o ro U) o o— mm�° CD rn o%.E ro 3 io C O. @ -O L'''@ 3 E o v m 0M o�I�rtt o N L O U C w as a� m c L V B a � � 0 D a —NL_o ro (D N W C a C O n. a> o o` 0 o �U ,�_.. @ a) .2 o d C co- a. CO O N N LO F c 3 Bo N m a) U � � L Q C U N D- @ ro c Q "a o) N o� 0 C_ a _0 N U U O T @ ro O t Q o y c o 3 a U C C C c N C C C C 0 12 C C C C T C C C C T C C C C C C C C 0 v 0 o o •0 .0 o o o •o 0 0 .� 0 0 .° 0 0 0° 0 0 0 .0 ' E N E E 'E E .E I' E E E E .E E p j Ef-3 LO U-Y O u) E `- Vd L(j fA O �2 C) L,2 c V ❑ V �y V El V— El❑ V V ❑ fR V ❑I❑ t F!3 V 1.1. V o ❑ V ❑ EPr V ❑ FA V Elo I.L V El V ❑ Ef3 V ❑ fH V ❑ tL o V ❑ V El ER V Ef-T V 1L Elo V ❑ V ❑ V ❑ V ❑ I.L o = m m ro a) a) a) w E LO m:3 nZ LO wg m } 0 !� (Y) LD 0 E E '603 Lo 12Zz 'h L p Y ai rn //�� \S.! o CD O C U v W C) 00 a (D E a0 � V u La Y � 0 0 uE 0 co 0 a. O o Q. X W E d J v C ro dt U zo = 0) C O u V a) a) a; m ~ to In cohi E� E E E a z v (n z z z c i i3 12 a� LL E N n a' a) U C�6 C O U ik ZY m a� a LL. p O O ce O� E `o ro a_ M co cc co En w LO E m r- aY� U�� oLU N w .. �a E LO o z O U N O O a, U Q U N N O 'O a� oou- U m U � Li o 0 p O E C � O O) Y � 7 _c O E tD N CO O 3 5 € � N O_ N = � v 3 c ci 3 _o w r O � O O p 'Op U f0 Q � V a) o U O W � � N ,6 U r a C � O O O U o d• CL d' N O O ;p c c6 � c p7 C,) U Omo a Ol > p C N L c o 3 C C C C� C C C C N C C C O C O N T G C C O C O >+ C C C O C O C C C O C O Q O O O O E •E E 'E E •E E E E E E E I 'E 'E E E ('E 'E E E 'E 'E E E o Ln o cn ,n 0 to r E � LO o n E r LO C) �� r»c»r p `o � E � 0 LO � (7 V FH EA' E L �64 V V bH T, _ �cri� V V . FA L ti u�v�`' V V FA EA '— LL V V EA V EA V .— lL V V b� V (n V ..-. L.L V El El V 9 V ❑o V ❑❑o V LL V ❑❑a V V ❑❑o V ❑❑o ❑❑a r ' OZ W Z dd `oEE cM d E z z y �0.' � th O O V u r O O o r i m CO v +r-. ! E,E- 4r ``-- p0 C1 E e O �n C •a � a � C) 0� •L LZ E Q � 00 C i J LO O NUU C� m 0 U E O R a z m a. o 0 O to U U U f`0 0 � n N y 0 u T � U] N N m is m O E c o E Z E Z E Z U U U Zp (� U U Q N co -o N 4= UC +LCD -'O C O C)@ C � � Cl @ p r C 4) 69, o E o r m C) co fY o ro � r• E D u) in -Co- a� 3 •� o �1 o U~� o� oLU r C 7 0) }u w-. . . t: o o a� o ca) o a a) E in Z o �o LV ° m ° u o Q w O U a- -0 O (0 O -o Ua� Z 3 a @ O @ C C L 'Q (ODoo @ r LV Q � o L @ OO O @I V `) N O O t9 1.0 It LV 6 O C O 00 o '� L) cn Oj o c O I O O fA 3 .y =i @ CU - .O = C ; C `O 0 Q.3c0LD � -aaciaO1iC vi @ m u) I a Q E CD a) U C°ro-o .D c _ N N CLL L O m 3tL @ 3 += E�o�'a o m �sl0U o O U „Q UUU O O - U) x O @ r C = LLl � d CCU N _ d C O O U vi is fj O O U @ O r c L rn cr fl c0 U N Lo N U O @ — n L F• C 0 ��— ;M N o � 3 rn r - C U U d @ W C @ > C 'O O) O � O C L �O a N U U V) 45 @ O -,- Q O y C -- 3 a [df C C C Cf2 C C C C C >� C C 0 C CO O O0. OO.00 0 0 O 0 j 0 O O O .E OO i$ E 'E E E m E E .0 EE 'E 'C E E E 'E "E -E p C7 � � o_ 69 og LO 64 O N � Ffi C 69 O � L (; 69 69 O LO 69 fA O 69 H-> o - to E m n❑n❑o❑❑❑❑o❑❑❑❑o❑n❑❑o❑❑❑❑o❑❑000 v v- v v LL v v v v LL. v v v v u v v v v ii v v LL c a a) o N Cr cu a ¢ ¢ ¢ ¢ ¢ U E w' oZd GL7 W Z m + n } } " E oE£ o U 7 7 (o ` z z tm CDd' C N o c d � i C) 0 8 O d d 7 d B E L - U tY�l IL 4] C — Q V J d N Ui a)C N � m C o Od vE C mom@ (a d ONcN C: m 'o O) (cU pV @n/ a)@CO L OC _O - a L a0 Uo1 — C: 'tm� = C x to L Q U C � I E `° = Z L M U a� J C M VU �_>/^� NU V! Em L_ E co m _ ro W Z U Z U Z U U U n U (o C m C O ro� yr C ffl c � (D p E o". W 'O Yw Ems fA Y O - Lo quo ayo—I U 09 0�U V- c c T w o m o ro m C o U) o E !C '> � a. a) LO O :S O Z W t6 O C 6 a) -O O a)O O5CL A U O ro O 5 Z 3 0 ++ o c C LL -Q �m o0 a m N U!t= ca D p W ro c m a. p 0 L O .O C, v O @:110 0) O 0N"t' o N S] R�o LO - O O j - ' p p :3-a(c)a°7 fA aroY�QE F2'O O C G a)C aLL A O Cn 3�E03'v M N (n N a W p ,C •O U IC O (6 L 1)Ao UCo cwUcw L O O w a) 2 — 0 y x (n V) W aa)coNaf6i �+ o. In- yk�0ii� 00 o O �F p a) w c c 0) a- n 0�Co 0Y CV > � •� (6 N U C O) coa� 'Erna> oi g � oU c 0 Q) U 0 U L p 12 > L N C C C C C C C C C C .�+ C C C C i. C C C C C C C C U C C O O p p O O O O O O O O � 0 o..O O u- 0 0 - 0 0- O O=_ 0 0 •� E E �O •� •� E 'E E .E I' E E 'E I' E E E' E E o �oLO �o�n ,no_n E �LOo`n E — ") -- Er,Oo- E EA (fl 69 64 FR EA fR �- Ffi V} fH FA V V CO V V Ul lL V V 1L V V V V LL V V Il, V V v v lL c ❑❑❑❑0❑❑❑❑0❑❑❑❑0❑❑❑❑�❑❑❑❑�❑❑❑❑� mm U W E 3 f70 Z 0 LLlZ Aa N C�l Ezz O N O Us N o O A a mac _ O u C.5o a GO t) N O O C 5 Do O N M Q9 C � O � U N C U a) a)2 Qa)0a) C J ap f6 C6 N d Z C J `y 1 1 C Q' Lim Uj dj N °u x Q) m m m yo E E E zT U J z V z U Z V U U i C a) LL E cr a) v a) w � o U CDC O a M O O a C N o m o C ) 10 a) n [Y] O a� 'o ro u) ca ro LO � Y E m � O L? b O -� 09 o(1)U ,ors C O L 'O O a) • o co\ n to n EV � o c a15 m 0 � C -aU 0 o U C � a O Z 3 a o -0 -C co: —0 LL L U� m N o .2 ro t W M c @ a. : c m o � m c ❑ n a ro m t o U0000 U E 0 o -�5 13 a' U O N o --0E Cl) a) ro ro w- `-' > ai O n = C 0 ,N OL 3 J a m 0 o fl � aa) E N rnoc�'� m O m cat 0 o D a 0 o ro c. Uk� O N o ro co w fl N r u N K N @ W CA 0. a) C C 0 o O f2 o �o�o�w m a) °c m t of 0 0. o o � m m ro 0 N U N c6 c a a o> > �oOo•E a)v-' 'O m U 3 U � n a o c o 3 U C C C C C C C C C C C C T C C C C T C C C C C 1SS C C C QN, O O .2 .v O O .V .� O O .� .� O I' O .� .� O O .0 .0 OI O .O O E E E E E E E E I .E E E E E I .� E 1E O LO O LO .� LO O 69 LIDO {C.. _ LO CG _ O t0 64, V ❑ V ❑ V ❑ V V o ❑ V ❑ V ❑ �� li_ ❑ V o ❑ V ❑ V ❑ V lJ.. ❑ o ❑ ❑ V ❑ V ❑ ll.. o V V ❑ V ❑ CO V lL ❑ V o ❑ V ❑ V ❑ V ❑ LL o a a, c m C a a a a a a dd U £ w � mZ wg (08 Z 4 �00 A E E 2z:3z m ' CY) O N U N O O O o O 'D 3 m 0) E �(�\ d• �•'6<3 O 60 am" � � O O 0 0 0 ;E a o (� L C a=. w a •� U cn � ca N 1 o @� ` 0 a E w N 0 C4 (� ; a°' U J MU v O1 m Z G O LL `s u c a O o� c o � a ai .°Y m E ai o ai m ui m ti m ai m � E m ZU U Z <U Z U Z U U U N N LPL N 0 a V d d 00 C Co LO o �U 0 0 N N o E 07 7 a w ,o ED o CL aL° O 4/ O 3 Z .a `o LL U Lu w o Q A 5 v N o CD N lu c € � � C U) m O o � a r c N � � w rn N o N 0 0. N o Lo :E 3 m mO Q. LL O Ow r 0 t, p O o v a n i N o X w td)) o 'o N N O. i7L !E N 0 a o � � m v� J N N ~ A G O Ry j O O. N o Q c Q. �• m U C C C C N C C C C> C C C C T C C C C �i T C C C C ui C C C C `i O O .� .p C 0-o 2 2 O O •� ,E I' 0 0 ,O O I 0 0 0 0 .E O O O O E' E E r .E ' E E E' E 'E E E 'E 'E E 'E E E O 6q mo'n 69 6r1 ��FV K3 69 6 ,,_. 69, H3 ? Eq V 0 `fl E r v► �Fu2 of 69 � E - 4fi LOo�n (fl `-' Vi LOoUn 69 �-• '`- V ❑ v ❑ v ❑ v- UU w v ❑ v�� ❑ v ❑ v ❑ u o v ❑ V� ❑ v ❑ v ❑ ii o V ❑ V ❑ v ❑ v ❑ ji o V ❑ V�� ❑ v ❑ v ❑ o V ❑ V ❑ 7 ❑ 6' ❑ L o C C O O O O O N (1) w V E w = mz 0 d� Z E O co N o E E T— zZ O a 0 0 d CD O � � o T o a m " U ! V =o a L6FPf- tA O �9 46 U CL v c v U a) Q. Lv. U � on � N ye m V1 o U A ([j C (a Co CL L U N toa a� i C C N ° C m d 7� F- I— (o CL a)L?' a ro o co oLh n N U) M CY) E LLo 2 (0 Z (0 ti F� C m E la C Z O 'J1 N o o ` U 'C O ° C O N f0 YO lNlt 3 Qj (n C, N Vl d 65 N a) N (a m T m m _ (0ZU U Z U ZII, U z U Z U Z U r- N c m LL E 0 a 6 N 0 a m U N N op C d � d � 3� � J .o :fl U o` Lu ,p N o v =3 m z o 16 aA ui a 00 � a � C O a)O C a_°) z ' o W o m U o U) L N u D r- (� O 4-- L F 1 C f6 J o 0 w lU N Q y-` a m LL Q 3m 0 N o ,o e— N a o U (LT .� U K NL o 0 0. ai N y � O y U C Q � O N (0 J U C � U U U C � fB CJ o 'a cv U y coa G U C o C o_m C O C o 0 C C C O C O C C C O C O ?� C C C O C O >+ C C C O C O C C Lr o o-= o o==== o o == o 2__ E E E E E E I E E E E p (� d; , O ; to (f) H} O t() ER fA O In 69 69 O F_ Fi? LO fA p t0 _ Lo p t0 V ❑❑®❑o❑❑❑❑o❑❑❑❑o❑❑❑❑o❑❑❑❑o❑❑❑❑o V V ._ V LL. V V V ._ V LL V V V V LL V V V „_ V LL V V V ._ V LL V V V V LL C m a) v� 4) a Q Q Q i Q Q Q m d _1- U wE mZ LU z CO co pEE r' ' n N czz LO C) CD oca r O U C) W o CEa �^ U � C IVA) O L)m y C +� p A E V � 1 o cn a U � D N � N Q) N /0 U E C 0) .-I co U} c N E lC N N E Z O Y O 0 v c Q J c C U O rr�•' N rrt o N YO N m N m N tU .p ci c ro o cn i"" •� a coE Cn E O ai E 6) u E U) ro In E z CU z z 0 NMR t5 a ti c a� LL E a) U- M m LL 0 lu m U 6) `m O O c dU') 3LO � J :a U o L2 N � N o _ 6 c Z n. -O w ao .o a p o m o D u- ,a o � U ro W o m o O M O N E � a � � m � to o O O � v N 0 o 0 m N Cl) d 0 0 CL rL 3 � � N m LL O 3 N O O W T 6) '0 O ❑ fa U a T -- (D U x 4a)N W o 0 d N O N E CO :E V C U Q U) O pj U � ro O � Y c F U c 3 cn p ro cn m m 0 o n O c O_ L N U C C C O C O C C C O C O C C C O C O > T C C C O c O >+ C C c O C O C C C O C O 0 0__ O O ^, _ O O_= I.E O O_= �.EEE.EEE O O__ 0 0 .EEE E.EEE.EE EE o .--uOQ'n 69 W E t-Lno`D 69 69 E•-LOC3`n 69 fR E V 1no'n 691 �cnouO EA 69 �. EA u�o`n 69 C7 v ❑ v ❑ v 69 v ❑ �. u o v ❑ v ❑ 64 v ❑ v ❑ iL o v ❑ v ❑ v ❑ v ❑ ii o v ❑ v ❑ v ❑ v ❑ ii o v ❑ v ❑ v ❑ v ❑ i% o v ❑ v ❑ v ❑ v ❑ ii o a Q Q Q rn Q Q a ! w v � W 3 � Z x ` oEE U > N00 mzz UUa� J ❑ o.6 o mN 9 }9Ero QI M a U " � E - c = N. !4- a E 00 Na � C O .Q x u J NL V N N z= O O � J u( iu ^ iu m is m U) o iv — ro m _ m_ m _ Z U Z U Z O Z U Z O Z O a� LL E N Z3 CT N 0 12 c 0 U Q a0 v 0 a w U d d N � O O C �Lo 3LO j J �U `o @ ill a a` m n 0 p a Z 3 u_' `o C ro cts lit c m N O @ � N � � N O N Ci N 4= � a c U) °0 0 o +n m J ,o rn N ro i m N O a a m tip O W N O 0 gr N 0 � = 0 ❑� a U x -C a) L +0 N O O (D a N � o � C1 C @ a)O Q O O _@ C J — C: F Q c L � O @ U N C @ @ N O -2 j O O_ U @ @ ❑ C O. « a U C C C C> C C C C N C C C 0 C 0 � T C C C C T C C C C� � C C C C � 0 0 •� O O .� 0 0 O O O O O O .0 O O O .O O E .E E E N E E E E E E E E O r. C7 LO O Efl l0 69 (fl 64 O 11� � _ Y) O LO E fA 64 O �O 000000a000aa000000LlLl0000000 EA C4 LL 0 c a ro m a� N m u da Ua w m Z m� ❑� z `m co .n 0= a OD LO �zZ d LO p CD 01. � - CD O CD 46 t � a � d«� �vo (L rQ' C «= o a �a M U) N i c 0 w fl. W 0) ❑ � ❑ � U 06 N ro E N a) c aD _C m O V C ro _m rn U y E z= o 0 S Q = O N PJ N v N Ui iU N U) OJ N ttl m I rCo zm m E z U ° Z (� z U z U z uw U z U c+) N LL E v a N 0 V m v d N o m0 c U! t•- CD Ln 3 LO a U L L' O N � N � O � 6z a w w o m •a I- 0- 0 v Z 3 u- `o C N w m U 0 � v N O m 4�41 a L (i a) 4- � � C Co ,- ) p a �o N c co o O J � r- rn !n E 4 w a 'a a ;o .+ QLL 0 wm o 0 -0 O O S 0 0� U t L N w . N O O N OL LL O T C U C M o 0 Q o O c c a •m •� CO O o m U (U c t0 a) LP O O (6 S O O_ A •U o � a 0 .ti U a/ 41 00 C L � 3 LO j J �U `o a� N a) a ro46 w o m ga O 3 0 Z � O � U ce _� W r- m 0 v � L .-- o r U o E v `m 4= � � c (n m o w o : a 41 wa to c f0 J 0- r-. rn fn � F L C rL yr 3 N w Q m LL 0 i 3 N 0 O r m ►�+ 0 U n a t a) , o x w U U UJ v-. .O N O O V7 Q CV O Li c C � � O Q U) 0 0 d J O O ro ) 0 ro o � w � C m o a m O a a U 'U m C a � l? C C C O C O C C C O C O C C C O C 0 T C C C O C T C C C C C C C C O O__ O O O O.0'0 O O .- O .0 0 0^^ O O O O O O E E E E N E E E E E E .v 2 =E I E E E OLO i7 O fv t!7 (A _ € O ER 69 - Efl 69 Fn 69 69 (f) (A .- (fl EA p 69 to EA .- _ (fl ER p 69 C i�❑❑❑o❑❑❑❑o❑❑❑❑o❑❑r�no❑❑❑❑a❑❑oao �/ V V V V V V LL V V V V LL V V V y LL V V V V LL V V .- Q � a� a� Q Q Q Q Q Q r� U � Q m z W z m� o } 4 n.0 L r' 1 1�^^ VJ E E � N Z ZM T 0cw O co U �- O � � O T 0 0 Y c am" L Lo Rr-7 0 0 Sys ul Ha..- � m N O ` V CL ca z _ U 0 ,� ro d C O O U J N m M M b m d R C z o o " o J C � Q � 6� m ai U m p ai � ui i'a ai ro ai io ai m l/7 .0) C Q (D E N cc0 z c3 z z i5 z z G z G f N CO (f) LL Fz U ro 0 'o v V al 00 �to 3LO i o 2i v U .Q 0 N d -0 t+ O tT t Z d U •� L O o � a � C O i3 Z 3 w `o m LIJ c m O j O ro v N ca H O N � � c cn m o a) tp OL a N c � L ._] as 0 rn to � p 6f N o a n w m w o 3 W N o o r O G Ca 0 a. o X Azv w 0 N O O N u c w c o Q � o O N � J O C Y O U C m m O P 0 a m C a Y3 a •f) C C C � C C C C N C C C C T C C C C T C C C 0 C 0 C C C O C O N a) O O L C O O •2 •2 0 0 •� O O _.E.E d .0 o 0 O O N E E E:� == E E E E E .E E E I____.E.E E E _ E _.E.E E o LOo E L, ifl�� �ou> L'2 r�oT E —LOF �»�r V € �LOF 69 E r in 'ro❑�❑�❑❑ v v V �- E ._ v v V V u v v v v v v V v '- W v v V V '- u- v v� V V �=- '- a❑ o ❑o ❑o o ❑❑❑❑❑❑ El El El El o ❑❑ o c o a) m (1) W Q c a Q Q Q Q a a�i m V n l W Ei .'..; mz O W y o� z � da L E E coN z o co O zz rIt W co 00 00 U e U R O O ; r N a o am po c = t n e, J no E v lt" rn o O (U � U vi ` c '0 Q 0) 0 U m otfj E `! C E m N c c - c m O.. U m G� c J NU) M C'Sw d a u p (OI,- �T 0 al � O z c m c N y N F Q C O U C a) oO � ° N N ro N N _ i+' m L' Z U Z U Z U Z U Z U uD rn m a� @ u a N �w �g C m D. OU m LLE 0) 7 cr a) 0 U Q a� LL y M a� w U N N N T" O p C 3 � J a LO C) C) y N al E ca 4 � � W � Q (D o a) Z 3 LL � o W C m 0 �. N V O ns U rt y N o N ;o c fA m o w a) +p o v L m cyi Q1 N o Y 3m a m LT o o O U a O X a� W N O O N Q N LL G C N N O c `o N d) U U J *:p O P LS Q C t � 3 U) O m N G M O O o a 'U U C C C C Y' C C C C- C C C C T C C C C T C C C C L C C C C O O .� 0 0 .0 O 0 0 0 0 O O .� 0 O O .� O O .O O E E E .E E E E E .E E E E E E .E E E E E E ,� v fv H3 64 fH (fl Ch ER Efl (f> fA •- Efl b9 FH v •- Eri 69 .- fA (4 .- ono� oo�oo oo�oo o �000 o oo1-1El o ❑ o ` aa rn m a� UA LU E to Z Lu Z o� Z o -- oE E O� M N LO Z Z � CD Y N 0a° Ln c M C) CD V u o CO o O r U O ~� CL CO E i �� r ' T � O Z `o E L_ ro o n. ?: U C3 od C a) U (D L Ci Si (� w "-' U m C G �- U) N O N Cn co U) co LO co LO 0 d a C) N N O Y v 2 n. > �0 ° a O N C N a m O m N a UI N N m Z ca (u v m E 2 E cu E E z M z c> z U z r� z 6 cu z rn IO Y N U LL Q. w 3 QQ Lei 3 oW -jg �C) M >. m 0 O C) r N ('7 N LL E a> O- 0 v m r 0 a, 0 M O O C al c- N � 3LO —:3 J 0U `0 aLi N a E jL v 0 Lu a o In'> a p 0 w G 0 v0 z 0 C 6 Y W m U m � O ro v N t0 —_ C f0 y O E `0 w rj) c O v N a J a w rn ) N aa) w v aL Q m N Q idLL O w N O 0 0T O O � yr ov a O - O � 0 N 0 2 co a N N U C L C C 0 a �0 o CDc J C L C a) a7 U N C c cc a) o p j O f2 a 'V 0 C a r- N a� LL E a) C O U .a Q M v LL 0 M w u d d a r- 00 C d LO 3 LO �T .O :o U O a� .n N 0 E z a@ � d 12 w m 0 a � Q � 0 b O LL Z 3 D 0 m WCO o 0 o 41 vi U) r o � b N_ M O 0 N @ w- m N 7 E `0 3 m a >+ d LL 0 c0i N O 0 g T -0 0 0 a o� Y U w ,d N O O Na T O +L+ U 7U C Q o � NV ° d c J C_ C m N C @ 0 d @ d Cr_ U ,d N @ � C a � I _a d U C C > C C C C c c T C C c c T C C c c ` C C c c 0 0 .� O O .� O O .� 0 0 0 0 .p O 0 0 .O O E E E E Cn 'E E E E E E E I E E 'E E E E 'E 'E 'E 0 C7 _O Ui LO to O EA l� Vi _ 69 69 O EA �O FA F C FR Ef7 _O EA �f) r to O r � Csi Ff3 C V ❑❑❑❑o❑❑❑❑o❑❑❑❑o❑❑❑❑o❑❑a❑a❑❑aoo v V V V V V V V LL V V V V I.l V V V Fti V LL V V 0� I.1. V V LL Q d d Cl. m a> a) W Q Q Q ¢ Q Q UM wE m 0 ❑Z mz Z 4 EE , < C_ CD 2 z' z [�- C) C) IM O ~ oC) U 41) C ) Ry�i i a0i ad. FU - o 0 wVV a fl0 0c C 5 O � U nn 0 Y L:. U N o E n , a> :i qL-) N Q U C t C J cc) U0 co h v co d U z o c ._ O u cJ n O O Lo O U U U d "4 d N O itl U N N N U EQ X Q) O Co N U) E d E N _m U) is G7 @ N (n w co E coZ E ca E z 0 a z c i z U z U)z c� z U a) m m N U (L U -Q C Ali d $ Q Q io 3 U LU 0g ia� c 0)0.. O C) NOW t W co a) LL 0 w v r C.1 N m a �- O O m 'n LO3LO -0 C) `o fl N o E �z 4 � � W 'o 0 n O Z 3 ii -p o � U (0 LU m U j y O m V N Oy � � C CO O w p V V� c f0 O 0 �7 V: Y a) 4 € c> a) N O a� m a, Q m LL o N o 0 oC chi U Lu N o 0 (0 a N LLL c _o c a) 0 0 Q O O � C m C L � ro O N U (o C D '2 O CL p U y ro M o s a R, U C C C C 12 C C C C C C C C T C C C C T C C C C C C C C o o .o .S N o o ,o a o 0 .0 I o o I o o o o .o 0 E 'E E E E E .E 'E 'E E E t' E T 'w E E ,On LO C)LO T C"' CC T LO o LO — T LO O �. in T T O T u� T T =n O r LO T �% C) T �n T ❑ ❑ VV ❑ E] El V ❑o❑ V ❑ V ❑❑ ❑❑ V ❑ o ❑ ❑ ❑ ❑ o a a> °� a� � co LO CO o 'd N O 00 d d X- 7 0 E a , c�, c 0 .Q � N U y O � 0 U � Co c E � Q ao ro c O U dr E z� u 0 O ¢ C O V 0 al c N Q7 N N ca 3 N E z LL1 Z LOE N E Cn Qj E (n N E Y dj E z� c> � z z z z z ro Y v � LLa 61-2 a) a3 og iu o C 'rn n OU N c a� E N 0 a m U N N a 00 c W— a� � 3L? O !� � cc � G n U o w N o E a a a w m o d Q 2 c O o O Z 3 tai' a 16 C W o 0 3 .� cq O _ V N +' CU vi O N L) a 4= f/J co o O a c m J a ,o v41 Cj� w II � a N m m *' a a> 3 m LL 0 U N a o 0 UL a. o x y U W N U OO ui N O O !E T O Q �o J O C c � � � 3 � O ro ro U N ro o 'o � U Q y ro 'C ❑ C O. � N A. U C C C O C O� C C C O C O C C C O C O T C c C O C N >, C C C C �" C C C C O O__ N o O_= O O__ O o__ O O_ O. O O = O O O O E E E E E E E E E E ' E E E E E E E E E E E E o l7 N ,n 9� o in € '0 9 o �n 6,, _ u� �r o �» u� �_ � LO a> o csr LO �sr � . � o i» v 693 € � - o �2 g c ❑ ❑ v ❑ v, ❑ o ❑ ❑ v ❑ v i� ❑ v o ❑ v ❑ v ❑ v LL ❑ v o ❑ v ❑ v ❑ v LL ❑ v o ❑ v ❑ v ❑ v ❑ u v o ❑ v ❑ v ❑ v LL ❑ o m Q mw` C) .o to E ro oz wz m� Z .�� o m 12zZ � o O oc� OD O Jq � o a v � m c am" 12 c g uE c 0 Y n Q d a� Q U � 00 O M r- U a_ U R E z U •� rn c a7"l� 7"h • o w a� E a u m ai a ai m ai m ai m N E E O O E �� E �n E in E u� R CJ �� U m R '^ U R R R � R z J Z Z z U z C> Z U 9ML G 0 a A ZI tJ a) W t O a ro U al a y � O O C RO LO a, LO 3LO � J a :o U L o a� .n N E CYZ c� ro a w in o a 0 a O o O 3 ti Z G ro m b Lu 0 U) v N Ln tL9 — G � V) 4= V C (n ) O O :5 V N 0 R o mw ILO w 'O '2 a N t 3 m (D m 0. 3o 0 LLI r g aO o -� a, U W N O O N N � c �o a �o J Q1 C C L O 'm •3 ro ro ^ U V) c ro O P ro O CL U U Vl � c a L m U C o C o+O^O c c C C oO _c c O o o _OO = OO _c _O cG O 0 Cc 0 O c O u > uNi O E _ fH •E FH •E O E y) FF C E r• U-T •E 64 E O r- E In r E .E EV E O c- 'E In �-- I .E _ fv E Lo EH E O fR •E t0 EA E L •— E s-• Ef3 E LO 6H E O T ff} E 0E r• fR •— E fPr .E L E O 1E Lo ♦-- EV '— C7 a V ❑ V ❑ Ev V ❑ V� v ❑ •L o V ❑ V ❑ Ev V ❑ V v ❑ '— LL o V V ❑ V ❑ V V ❑ EV V ❑ I.L o V ❑ V ❑ V ❑ V ❑ LL o V ❑ V ❑ V ❑ V ❑ LE o V ❑ V V ❑ V V ❑ V ❑ LL. o c a ro CPI Q (D Q d Q a) tm Q 0) Q a) a E m 00 : Z Q LU z n� `o E u 3 �ZZ E a ro ocw rn U ° a J Q Eu � w 0 J° tA Q M O m u r 0E r, r � M oON 412) �' �` ,�� J v`o J s 41 E-- �-- r rk- al ? O LL0 O 5 l� � @ w Z U MV'X1 Z F Z Z Z U Z U .NMQ M � C N LL E a) U 2 0 'D m V a) 0 CC - a) r 3 u� � J �U .4 o a� N ro To t 0 M Q Z a3 m '>` a` 0 Ll' n m O 3 Z ti tC9 12 w 00 o a L. — O ro V D 41 o v E v `D u. O � c fn C0 O 4- m w O v R N c 1_ o w rn N m N '2 a m Qm a�0i a m lL U CV o 0 o o� U d O X t U C) w 0 a)LL N O � N � ur o C r C 0 0 Q o a l0 0 o ro P U N C � m � CO p O D 7 'U (UII �E [] : a fl. U C C C C> 0 C C C C C C C C T C C 0 C C CTO C C C C i a o o .2 0 0 •� .0 o o .� o o .0 o 0 0 0 0 0 0 0 E' E E E 'E E E E E I '� '� E E ( 'E 'E E E .E E E O C�LO O 6V4 In - O If) O In - 6v9 L O In - O w � O tf') a ❑ v ❑ 6 ❑ v ❑ ❑ ❑ ❑ v;17 o ❑ - ❑ ❑ ❑ C o ❑ ❑ ❑ ❑ o ❑' ❑ 0 , 0 0 ❑ v Ll � v o Qa) 47 a) al i N (0 m :3 ❑Z LO N d' mcc L V ) Lu zz M M CDace� a 0 J � T o �• U a+ O as m 0 N t; M O O \ � N a LL a. � C ci C U O Lm E O C N c5 CD fY t MQU M0Y �t�Q 04 v C ro � C U E U ro Z O J r U U ) O (0 -0 Qf U1 ro E 41 s N iu 'U N N m � N v W E g U7 w N N E (n N E 0 1; N E �a U) I; N E U% i, N In E Z Z U Z (� Z C� Z C� MMIJ O a .N O M to LL E a) C3' a) U t6 ro m LL 0 v 0 V d d O O a LO 3 V- Y LO :a U o d .a N o Q � c3 cd CL N W -0 'o m o a ❑ CL C o a Z la)�u- �ca il! 0 v N } M 6 Mn m — c N " � � R a o yb 32 po N rn m y �d O Ll v m a +r LL O Q m U '� N O L0 !1 r. 'aP O o s_ o '� U Lu a N O O aS N n. a o QU) U) O o m C m ~ ) C 'C M C � ro a o a t5 � � Q i P- N 0 C OO C C O C 0 C OO �i C O C O O vi . C C O of ~• O �i O O ui > 00 E 'C E ' E —O 'E_ 'O E E 'O E EN 0 69 O 6 �A GG t vi O �A c- 64 � 69 O !n I , 64 O LO — K C � 64 O� — `- V3 t0 to CD •- &V L �-- V ❑❑ V � ❑o❑❑❑❑o❑❑�❑❑o❑❑❑❑o❑❑❑❑o❑❑❑❑o jl• V V ll. V V�� 6V4 LL V V v� LL V V� V LL V V � LL c q� of A7 d d d w � O!1 Z O LLI m` kA 7 Z Z N 0 c w U J IN Q wo M d c rye Z a +. two a 1 e� U � 1 F-1L A U 1 0 �3 O 06 s V) r r fl c ro O O E (�= Z 0 U 0 L J W� is m Cm ui y � ` m y m ro ai ti co xlz N Z �O U Z U w Z U � Z U Z U Z U ro m w 3 ¢a m3 ow J (6 c 'rn a OU =V 0 a ts' 0 a.. U a) a) ur � O O C �LO 3 � I o 0 .n N o E Uz a@ t5 a) W -° � o m a n 0 0 L� O Z 3 u- O C 0 LU o 0 � L O U fL0 — [ E Q L L U (A a) o O v .a J O ro w- a O 00 a) y a T LL a 3 u CO v-. 0 0 T- 41 o 0 o 0 U x N LLJ o 0 � a ui N N u o U C c �o J O C ro p c s � O a) @ U O � C @ j O O- S] � 'V C Q a N U C C G C C C C C O C C C C T c c C C O >+ C C C C C G C C ui > T O O .� O O .2 0 0 .� 0 0 .a O O .� 0 0 .O O E E E E E E E E E E E E E E E EI E E .E .E .E p (7 di S EA O U EA LO 61T O t0 r• EA EA O r' LO �-- F C fq O �- LfJ `- bq O — l0 ,• t _ LO O — t0 E V °O V FR V 64 V LL ❑ .-. V o°°❑�❑ V ffl V 64 •- V LL V o°❑❑❑ V FH V Hi V LL V o ❑❑❑❑ V <fl •- V E V o ❑❑❑❑ V 69- V ER �.- V LL 6g V 6LlEl (} V <fl V 64 V ,- LL c a a) i a) a) a) W m ¢ Q Q a ¢ Q a�i mL U E w� mZ 0 wz m .n Z d Z X rn -A J oea Uo M O °tea rn:3n iC v J^ c L a a 'm C O o � }+ J U E 7 U) VV Vl c 7 L) M Q W w .. v 06 E h m c ( j J l0 C z $ Q 0 o m � J I C O 0 ro ; {S � m ro m m as ro m z t> z U Z v Z C) —N .a 0 c a� LE E N Q U (0 C 0 U l0J 0 'II N U N w 00 C L LO w LO 3 o J z U c 0 ID p N o � � z IL LIJ a O` m o a a C O W z LL O � U ra � LU o m p � ro ate. _• C N (A CO O 0 b 4- m� m i, rn E o 3m D a LL `m - v N O o N 0 0 o U 0. �x a) U w , N O ui N 2 N Q � O U Co 0 N c .n C � 7 o a, M U N C `o n. U 'U co N_ N C O ,r ! Cam./ C C C C C C C C C C C o T C C C C T C C C C C C C 0 C~ 0 o o y 'E o o .° 'E 'E o o ,� 'E 'E I 0 0 .� 'E o o ,° 'E •� o 0 'E 'E •E .E ,E E .E I .E E •E •E E E ,E O 8 � C, _L F L r fR In EA 40 �- di LU 64 C' — N —�} fA to 6, 0 � L �- EH to 64 C' P � � T V 6i V 6q V it V V fA V G? V ll. V V 61) V V Il.. V V �} V LL V V fA V bT V Il V V EA V V IL ❑ ❑ o ❑ ❑ ❑ ❑ o D D ❑ ❑ o ❑ ❑ ❑ ❑ o D ❑ O D o ❑ ❑ ❑ ❑ o a a, CF M 0 a. Q Q Q Q Q Q we ri va rE N m 3 a z p4 LU z Q o z z o c (`�► Cj J Q maw m o 5 J9c u w - N 0 T o_ a (a" C C r N �' � •+fir b9-' C - o ri AL j _ d d � N d E r �- LA 4n � ro CY � J V E ro zo A 7 J C 0 � V) of N E j E E E E E z U z U z U z C)z V z U - N c 0 n M N LL LL E ro 0 'D Y U d N N t- 0 0 G vLo 3 LO J aU `o N d 9 i O z ro 4 � a, m L� a Q 3 ai Z LL m _LO W c oci U .. U) N O ro v N C m u! O N E v v w � � c [0 O "' ro N c i o � m CO o n a N Q id ii o W t. 0 O o U ci W ,N N O O (0 a U) u c U C N O Q ( o J O C �= 0 'C O � m U N C CO m � o a N o a A Is d 5 a AL m U C O C O C .� C C O C O C .� C> C O C O C •� C �+ C O C O G •� C .� J+ C O C O C C C C C C r^^ C I .� E E E E E E E E E E E E E E E E I 'E 'E E E '£ .E E o i9e» nocr) - F»v'� € LO € c»e» W ouo E iv �o� U), E c Loom � E E=rcfl� Lo v ❑❑Mno❑❑❑❑o❑❑❑❑o❑❑❑❑o❑❑DEl000❑❑L v �� v v ��(, v v� u v v �� v v �W� - 3 a 0, cr a, a a m a a) 03 a a, a a tf. oz c o� } `m `m m 00 LaZZ m "t LO 0cl p O O U 0 2 - CD O o�i a y cEL _L1 ivo am00 O ` m a N _0 O v j (i1 U - C N �... inC N U U ro� cA C b)'i.. N L (� C U T a) U ��2 E U) C: J b N(n m(n m0i y Q tNt�w (LO oof- a c (6 rn a U dl cEo C _ r Z O N rn O N o O .a C m C u N ui r ai ui ai u m a m N m m m is m z v z z z z N rn m Y v L) C �O z �r Q 3 W J m ,C CL C CL O N 0 0 a� LL E a) 6 N U (D a� 0 = r�o0 0 -0� a�i^ o @�_ ccfl C N O `O E U @ O (� N� ai m Q L Q m � �. ca Lo Y; o Lo v0 c o U �•- � oa 0 ( r C C t O @ O a) j O (/7 0 .a 0 a o min � Saooz M U 4 C O ` O` 0 U d ro O Lo 0 oC Z 3_ Co y 'Cl �@ oou- C tU ti o � t W (V 9 c m a o o C U m +.A ci o 0 O 0 cY E C m o O U•�4-t3 0) Ci Vl @ O C O O .3 c E (� 3 N Co U > Ul Y O .n_�co Ca3s•.oa3 '0 a) adios vi N q @ fY Cl - @mca 4' .O 0) a cC�a D 3 0 O E o 0 0 O m D U l6 O @ a. Cq m a s o U Fp � c �'mL o E II coi. 1>0=3 x V) ai W @@Nm a vamc� 0 y of -0 o o T5:S 2? ro `�_° m z c poi a a o0U) U U) m +' co Lo O O ~ O +@ cm @ C m > O $ O C @ o� m @ o C C C O C O N C C C O C O L C C C O C O T 0 0 O O 0 0 0 0 0 0 O O f 0 0 0 o D O_ ' E E 'E E E E E i' E E E I 'E ' E E E E Y L±7 LO O Y to Y r. L(i O Y LU FF t r.. to O 0 Y Ui Co Y B Y E fA cA o 'n o 69 ua c LO E» fA •^ H) ffl es ffi Ei? 69 69 fH •- f 4 64 � •^ ifl 69 o�0000000000oo o}v»aa0ElEl11El0 0Elo `m aCi J L � nz oEE d- a z' z' d. r LV 0 CD 0 N 4) 'col 00 o ,- L o .Q U ,S O C U eM Un 'P L 4 a U E z C O O o° ; E U N o m � _ di Q ai ai ui ui v �; •z co in � in m N E @ z v z z U c) c) 0 al u U N U) r CO C 3 � A cc "6 G L U o L N A N o E 6z a -C, a) W 00 0 O 2 o o z LL C: -a C: w o m Q o O v m — r- (n E u k U) m o O C v Cc:rd J P o 3mLC L 4 0 N O W r o U a- a� o � W ai N O O ui N n LL O !E .0 U t; C Q o � � C J O c � A U N C N o -2 ca U O a N U C C C C O C O C O C C C O C O T C C C O C O T C C C C C C C C O O .2 _ O O _ — O O _ = O O_ _ = O O O _ O_ — O O _O O _ .� 'E-E E N E E E E E - .- E E E E .e —= E p LO C)LO In ID10 C,U7 `q c v ❑❑❑®oC7❑❑❑ v v V LL v — El v V V jL v o ❑❑❑❑ v V V I..L v o OCJ❑❑ V W, jL v oCl1-100 v G13 61) LL 0 a 0)� a)tn a� Q Q Q Q Q Q L) n m WE if ) m 7 r m WZ 15 E ti z LO o U m CCD) Q U T�T VJ Q J � r oa m o O1 U1 t\ r E Cf 0 q 4� A N• A n 10 j U � a m ILI IJ E a _ r*7 IV � tdf Jia .. CD 0) G C a —J �"LU — — (O ��� 0) 0 0) c 3 U U Q n- E � a> � cu w ro Q cv QO !— c� c� zo io U J I L NLLU) I 1 NNN 'L I Q (6f� 1 Q MI— 9 C Q � U E m z o a L J J Q C O N o 0 d) O1 W Q) Q) U7 u LL m E m m � o � m ai V) cu Z U N N z c> co z J w z c� W z J z c� a) rn ns Y iL a Ccu a) 3 a3 C W Jg Mo c rnn OU co(n y' m LL E 4) c O U a Q N LL 0 Y V Y U 41 m N O O C m [— LO LO L:Y �U `o 0 N 0 o �z a " W '2 m CL O a z `o C � W c m o O i9 V N n E N 0 c � O 1 v0- d N Q m LL o c N o O r O O o L a� U a O X L U L) N O O (D O_ O N N C; c (D o Q O -6ttttt U 'r L' J O O c In O � � U U) C M C M N 0 O_ U N � O � n 4 t0.1 C C G C� C c C C N C C C C N T C C C C E2 T C C C 0 C 0 12 C❑ C O C O in 0 0 .0 0 >0 0 .0 O O O .0 O I' O O .0 .0 0 0 O O ' E E 'E 'E E E E 'E E E 'E E E E 'E E E E 'E E E O r LO O LO r In O Lo E r ({i In v i O In � E L � to (f3 O 0 E � r :A In b9 O � LO � r• O 69 v v w fA V V m 0 L V � � L� v v 6, ti v v V v u ❑❑fq❑ v v ❑❑❑❑o❑❑❑❑a❑❑❑❑o❑❑❑❑o❑❑❑❑o � v � v v v v v v v a WE m� LU z o} z rn ~ �zz M co O m Oct O L) O J Q r Co�u d C O -o t O C -0 0 o a C N NW mom ❑ ea = �m 3 41 U fa d m in �CL C m d -a _ 72 F � Lam�� a3 C 00 N 00 O 1- (L -0 ' V m 't off o R LO LO C Lo Q N a) z� o U o u c ui io U ui of b ai m ui co ui m IL O (n Qj (n E W ro E @ @ m Z U U Z U Z U Z U Z U Z _' O N 0 a� m U. a 8 -p a 3 3 w J c Q C O) 4 OU N 0 v m U N yr 0o 6 LO 3LO r o J v� QU L L N o v : �:3 M w in o a p v. m o a)O Z tm o � u G f0 � m O v (A L O c O in v o w .0 ty N O 6 C! _) c c rn N � 0 y O 'C3 a) T a) CA. LL Wm a o r as g o = .Q U 0- o 'C t � U � o E o c t3 c 0 Q a) `o J N C p co C tc6 C ca 0 0 ,a � U r ro N 6 C O .� C C C c LO c c C C C c C c ?. C C C C T C C C c c C C C 0 0 0 0 0 0 0 •0 0 0 0 0 0 0 0 0 O O O O E .E E E E. E E .E .E v .E E I' .E E E E O (� t- � t0 O `— ffl r r� 0)- 0, O El? LO Vi O — iO — E (tp.,, fLO O r In E fad- LO g LO E t- 61 LD p ~ L — E E v V V v j.l., V V IL V V �' I.L V 6V9 V V M V3 L ❑ ❑ ❑ o ❑ ❑ ❑ ❑ o ❑ ❑ ❑ ❑ o ❑ ❑ ❑ ❑ o ❑ ❑ ❑ ❑ o ❑ ❑ O 0 O ac a)a)N a) CD a) Q 4) Q� v E o fl Z wz Ana C) LO LO - oE E Q r 12 z z C� o O UO a Q' CD Jq r 0N� E- O n. m v Y 00 E tQ o ci 1D w 71 ro m m � O N CO c 0E uNi c (nc'�cov _O m r. O d a'2;o c c� F� ro � � m '5 ' t7 a J prom= m !-ten a, i 0 X �iY, +-� C ��� J x to 2 a U m �lJ Q U ti m m C) Z C (O Op�pp O 2C2 C - J N O C 3 N N yo 9 N t N a N w N m N m o ui ° o N ui m ui N ui m a (n E cca Z�j C) ;A Z U m Z U Z U m z U tu Z U O .n a c a� LL E 16 M e O U a Q a) a) LL 0 Y w c.> m d N r O O c d r LO 3LO �U 0 w N o .n t o a m cz W o m .o �- C O 3 uo W m ❑ W V O m L) D) r L VI o fn m o O Y � No� Y W rn N E cu � w a c w CL Q m LLB. O 3 N o o Y o O U L a U K r N NW o'o N N O_ a, o c U U 0 Q `0 C U � � G n 7 3 to 'C ro ^ U ro m o a o a N_ AL u c c c c c c c c c c c> c c c c c c c c O C. 0 0 .� O 0 0 0 0 0 I 0 0 0 I 0 0 .� 0 0 .O E 'E E E cvE 'E E E E E E E 'E 'E E E 'E 'E E E E 'E E E ,p„ -� O LO .r. U) O to LO O t0 LO O �O E .- LO 0 Lo c- � O � to .. V v ❑ v ❑ ❑ v :S - V ❑ V ❑ ❑ ❑ LEV o ❑ V ❑ ❑ ❑ o V ❑ V6`161� O ❑ ❑ �.�.. o V ❑ V ❑ ❑ ❑ o V ❑ V ❑ ❑ ❑ o c a` o o Q ro ¢ o a a) Q a) a 0 d) w B oz LZ ra� z `m �a `a O O LO LO t;zZ � o N O O Uu�N OD O 0 J ❑ r O °E� A m Y 0 M rf— V4 M u r 0VIC $S rn C Q �' � O Q v-. m ro`w o U O N m C m = otf o = N "O rn c 'o ro CO C 'C 00 t0 E v CD w CD � .s U ro o m N ; ° v � '� E° a) S ui --� _ vcoo"tots � O o O uN-��m0co 'CY C to Q U a C 0 w m Q N � U E Z c CP m O V U Q A LJ m p u 'C ts N "� m N % N ya N io U1 m N iu ui tL E ui ai E rn E U) ui E in ai E E Z5 U N Z U Z U Z U z U Z U - N co c ro LL E m cr cu 0 O U a Q LL PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has — , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space. FR-44 Federal -Aid Contract Requirements PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. F R-45 Federal -Aid Contract Requirements SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT CONTRACT NO. 8020-6 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 29th day of November, 2022 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Reyes Construction, Inc., a California corporation ("Contractor"), whose address is 1383 South Signal Drive, Pomona, California 91766, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of but is not limited to: (1) site grading; (2) construct segmental and cast in place retaining walls; (3) construct storm drain facilities; (4) construct parking lot; (5) construct pedestrian bridge and staircase; (6) construct concrete pavement; (7) traffic signal modification; and (8) landscaping (planting, irrigation, lighting, furniture, and appurtenances) (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. 8020-6, 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 Ten Million Five Hundred Eighteen Thousand Seven Hundred Fifty Nine Dollars ($10,518,759.00). 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 Ricardo Jimenez to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to Reyes Construction, Inc. Page 2 City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works 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: Ricardo Jimenez Reyes Construction, Inc. 1383 South Signal Dr. Pomona, CA 91766 Reyes Construction, Inc. Page 3 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. Reyes Construction, Inc. Page 4 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. Reyes Construction, Inc. Page 5 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be Reyes Construction, Inc. Page 6 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seg., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. Reyes Construction, Inc. Page 7 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. Reyes Construction, Inc. Page 8 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No AttorneV'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] Reyes Construction, 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: /2-(7%ZZ Date.- /�' ` / 6 2m_ Brownzy'. 040�2 City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: CONTRACTOR: Reyes Construction, Inc., a California corporation Date: Signed in Counterpart By: Ricardo Jimenez President Date: Signed in Counterpart By: Eduardo Gallardo Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements Reyes Construction, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1 By. ron C. City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: In Kevin Muldoon Mayor CONTRACTOR: Reyes Construction, Inc., a California corporation Date: Plyl >)�_ By: _a Ricardo Jimenez President Date: 140 By: Eduardo Gallardo Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements Reyes Construction, Inc. Page 10 Premium is included with the EXHIBIT A performance bond CITY OF NEWPORT BEACH BOND NO. 7669482 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Reyes Construction, Inc. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of but is not limited to: (1) site grading; (2) construct segmental and cast in place retaining walls; (3) construct storm drain facilities; (4) construct parking lot; (5) construct pedestrian bridge and staircase; (6) construct concrete pavement; (7) traffic signal modification; and (8) landscaping (planting, irrigation, lighting, furniture, and appurtenances) 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, Fidelity and Deposit Company of Maryland 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 Ten Million Five Hundred Eighteen Thousand Seven Hundred Fifty Nine Dollars ($10,518,759.00) 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. Reyes Construction, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 of seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 12th day of December , 2022 . Reyes Construction, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1299 Zurich Way, 5th Floor Schaumburg, IL 60196-1056 Address of Surety 213-270-0716 Telephone APPROVED AS TO FORM: CITY ATTORNEY'}S OFFICE Date: /Z%22—/2? Aa on C. ar ty�a�,��a-pG UJ1tt� Q A4TV/Ln Authorized Signatu /Title R'cardo Jimenez, President rized Agent Signature Jase Hamilton, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Reyes Construction, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sam 17 e-Q 0 } ss. On �>ece uv�`oe r 1 2 1 202,2- before Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 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 BE-HANY JUNE CASTLEMAN Notary Public • California San Diego County Commission # 2404863 Comm. Expires May 20, 2026 (seal) County of )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Pkb1 , C— Reyes Construction, Inc. Page A-3 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint James P. SCHABARUM,II, Oliver CRAIG, Jeffrey W. CAVIGNAC, Jase HAMILTON, Lisa CRUZ, Mikayla GREEN, Lisa SAYNO of San Diego, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 21st day of July, A.D. 2022. 0„ apunnu ` Iry,,„qulrrrrl/I, CO/,� i oPvogq�s�=..`PORy°F=. �_ m8s=°4'= u SEAL m r, SEAL g =. ' SEAL" r,nnroa„a ,,,,,mmoa� ''mu,mrn,ua`� ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray - Dice President By: Dawn F. Brown Secretary State of Maryland County of Baltimore On this 21st day of July, A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. CL Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 �rrrrm��" Authenticity of this bond can be confirmed at bondvalidator.ztu'ichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMON)WPtO2, 2022hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of NI,1H�ll , 11111111I1„I/, \Nvsu�ll�•� ay7" �,PO ,%,, ?_mV°P p.^r+-l��'eiJ,'. PQOR'm�,: R9m"a ,Spv°$EALmay SEAL F SEAL `- „o llllinl '/'1,h�1��1111\�'\�� ���%Illllllf llll\\V\ -mg kyA,;Z�� By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 Ph:800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reportsfclaimsp_zurichn a. com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 CALIFORNIA 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 1 County of On UflM before me, Tnnt5o A. C YY,(O2� t�YJ 1�►�y, Date Here Insert Name and Title of the Officer personally appeared 121 %s�YdQ Jmp na- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persono whose name is re subscribed to the within instrument and acknowledged to me that(he heM+ey executed the same in i /he#t4eir authorized capacity(K), and that by is er/their signatureKon the instrument the person(, or the entity upon behalf of which the persoaN acted, executed the instrument. *my THERESAA. HERNANDEZ Notary Public • California Los Angeles County Commission M 2415226 Comm. Expires Sep 1, 2026 Place Notary Seal and/or Stamp 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 J)va7J Signature of Notary Public 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: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — El Partner — ❑ Limite ElIndividual ElTrustee ElOther: d Title(s): ❑ General ❑ Attorney in Fact ❑ Guardian or Conservator Signer is Representing: EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7669482 FAITHFUL PERFORMANCE BOND Premium is for Contract Term and is subject to adjustment based on the Final Contract Price First $100,000 @ $10,25, Next $400,000 @ $7.94, Next $2,000.000 @ $7.13, Next $2,500,000 @ $6.00, The premium charges on this Bond is $ Next $2,500,000 @ $5.38, Over $7.500,000 @ $4.75 being at the rate of $ 61,250.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Reyes Construction, Inc. hereinafter designated as the "Principal," a contract for: The work necessary for the completion of this contract consists of but is not limited to: (1) site grading; (2) construct segmental and cast in place retaining walls; (3) construct storm drain facilities; (4) construct parking lot; (5) construct pedestrian bridge and staircase; (6) construct concrete pavement; (7) traffic signal modification; and (8) landscaping (planting, irrigation, lighting, furniture, and appurtenances) 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 Fidelity and Deposit Company of Maryland 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 Ten Million Five Hundred Eighteen Thousand Seven Hundred Fifty Nine Dollars ($10,518,759.00) 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 Reyes Construction, Inc. Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of December ,20 22 . Reyes Construction, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1299 Zurich Way, 5th Floor Schaumburg, IL 60196-1056 Address of Surety 213-270-0716 Telephone APPROVED AS TO FORM: CITY ATTORNEWS OFFICE Date: / By: C ar n C. rp 141�414a bL, �y✓ Atto hey 011'�'�� QJAIL\� Authorized ignatu /Title Ricardc Jimenez, President uthz ized gent Signature Jase Hamilton, Attorney-In-r'act Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Reyes Construction, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SG� ss. On l)e- c e.vv)y)- r 1 , 20 22 before me, r� eve Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. i/u /.' i • �5E °,14 BE-HANY JUNE CASTLEMAN Wes' Notary Public - Califor4a San Diego County Commission k 2404863 MI. y Comm, Expires May 20, 2026 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Reyes Construction, Inc. Page B-3 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint James P. SCHABARUM,II, Oliver CRAIG, Jeffrey W. CAVIGNAC, Jase HAMILTON, Lisa CRUZ, Mikayla GREEN, Lisa SAYNO of San Diego, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 21st day of July, A.D. 2022. ",- IN61j. , ,i `„`pq,uO11IIII y OHy�%vTOQ,POgyf��m''• �••`O� Q,p0g7,E'y dF "SEALm °SEAL" °g V S °SEAL'" a=_ ,,'''�nnnuma•` w,nu,,,,e°` ` /'; buua nnn"`N ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President Gtib1171, By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 21st day of July, A.D. 2022, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/site is the ;eid officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corpoi, ate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �`tNlluryl,�i �' fit; :tY '•. i'. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 Authenticity of this bond can be confirmed at bondvalitlator.ztu•ichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY DG� L ��R ll �J�ereunto subscribed my name and affixed the corporate seals of the said Companies, this day of "„ ,.a.••""rr wsu ,oy�conrp .. s�PO��& - PO���'sOpPPOR9�4 °SEALm = j�$y777 �SEALm _M9 Pd-k;z1_, By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 Ph:800-626-4577 If your jurisdiction allows for electronic reporting of surety claims, please submit to: reportsfclaims@zurichna.com Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 CALIFORNIA 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 Californian County of Lo--) i'�i1ndct) I On Ucc—cmuf a before me, IyAlfCe5o k �ownk., ,V mf j PM Date I Here Insert Name and Title of the Officer personally appeared �� (�/irC'l7 �i�rYlDY1QZ Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personN whose name() i are subscribed to the within instrument and acknowledged to me thateshe!##ey executed the same in ' /herfttt-ir authorized capacityliss), and that by&/herft mir signatureN on the instrument the personN, or the entity upon behalf of which the personj`s,) acted, executed the instrument. 45��o.rti THERESAA. HERNANDEZ Notary Public • California = Z W Los Angeles County r Commission It 2415226 �� rc �`` My Comm. Expires Sep 7, 2026 Place Notary Seal and/or Stamp 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 jhw � -4b, Signature of Notary Public 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: C2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — El Partner — ❑ Limite ElIndividual ElTrustee ❑ Other: Signer is Representing d Title(s): ❑ General ❑ Attorney in Fact ❑ Guardian or Conservator 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 Reyes Construction, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of the Contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. 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 Reyes Construction, Inc. Page C-2 required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor 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 Reyes Construction, Inc. Page C-3 non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. Reyes Construction, Inc. Page C-4 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. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Reyes Construction, Inc. Page C-5 Vendor Name Reyes Construction, Inc. Address 1383 S Signal Dr Pomons, California 91766 United States Respondee Ricardo Jimenez Respondee Title President Phone 909-622-2259 Email rjimenez@reyesconstruction.com Vendor Type CADIR License # 507561 CADIR 1000011831 Bid Format Electronic Submitted 10/27/2022 9 53 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 307958 File Title File Name File Type BID SUBMITTAL C-8O20-6 Reyes Construction.pdf BID SUBMITTAL C-8020-6 Reves Construction. pdf General Attachment BID BOND C-8020-6 Reyes Construction. Qdf BID BOND C-8020-6 Reyes Construction pdf Bid Bond Showing 12 Subcontractors Name & Address Desc License Num CADIR Amount Type Cor-Ray Painting Co. Painting & Coating 233474 1000004748 $59,225 00 10114 Shoemaker Avenue Santa Fe Springs, California 90670 DB Electric Inc. Electrical & Signal 1010474 1000909891 S564,396.00 DVBE, MBE, DBE, VSBE, 7056 Archibald Ave CADIR, DGS Eastvale, California 92880 DYWIDAG Systems Prestressing 273710 1000006705 S89,480.00 2154 South Street Concrete Long Beach, California 90805 Don H Mahaffey Drilling Co., Inc. CIDH Piles 139513 1000033440 S541,350 41 MBE, WBE, DBE, DGS 1800 S. Alameda St. Compton, California 90221 Ferreira Coastal Construction Comp Fencing and 985180 1000001634 $516,856.00 10370 Commerce Center Drive, Suite Guardrail ferreiraconstruction.com Rancho Cucamonga, California 9173 Global Transloading LLC Soil Hauloff 1065577 1000005453 S334,225 00 1842 E 29th st signal hill, California 90755 Griffith Company Landscape 88 1000005611 $754,735.00 CADIR 3050 E. Birch St Brea, California 92821 Hardy and Harper, Inc AC Paving 215952 1000000076 S199,310.00 32 Rancho Circle Lake Forest, California 92633 Landmark Surveying Solutions, Inc Surveying NA 1000001674 S59,750.00 7231 Boulder Ave. #531 Highland, California 92346 Next Century Rebar Rebar 718745 1000028219 S471,155.00 268 N. Lincoln Ave. Ste 16 Suite 16 Corona, California 92882 Soil Retention Systems Segmented Wall 516900 1000002114 $611,050.00 1265 Carlsbad Village Drive, Suite 10 Carlsbad, California 92008 THE J V LAND CLEARING COMPAN` Clear & Grub 759306 1000012258 S155,875.00 207 EAST ARROW HIGHWAY SAN DIMAS, California 91773 Discount Terms No Discount Item lF Item Code Type Item Description UOM QTY Unit Price Line Total Response Comment Section 1 $70,578,759.00 1 Mobilization LS 1 5900,000.00 $900,000.00 Yes 2 Water Pollution Control LS 1 $180,000.00 $180,000.00 Yes 3 Construction Staking LS 1 S78,000.00 $78,000.00 Yes 4 Traffic Control LS 1 S210,000.00 $210,000.00 Yes 5 Environmental Compliance Support LS 1 S13,400.00 $13,400.00 Yes 6 Clearing and Grubbing LS 1 $300,000.00 $300,000.00 Yes 7 Unclassified Excavation, Unclassified Fill, Earthwork and Grading LS 1 $450,000.00 $450,000.00 Yes 8 Pedestrian Pavement Type A Curb Access Ramps SOFT 8020 $16.00 $128,320.00 Yes 9 PCC Sidewalk SQFT 560 $11.00 $6,160.00 Yes 10 Type A PCC Curb and Gutter LF 575 $44.00 $25,300.00 Yes 11 Type A PCC Curb and Gutter (MOD) LF 470 $85.00 $39,950.00 Yes 12 Type A PCC Curb and Gutter with Key (MOD) LF 140 $85.00 $11,900.00 Yes 13 PCC MOW Curb LF 230 $43.00 $9,890.00 Yes 14 Type B PCC Curb LF 810 $43.00 $34,830.00 Yes 15 Type B PCC Curb (MOD) LF 710 $52.00 $36,920.00 Yes 16 4' PCC Cross Gutter SOFT 1722 $15.00 $25,830.00 Yes 17 8' PCC Cross Gutter SOFT 667 $39.00 $26,013.00 Yes 18 Asphalt Concrete Pavement TON 1180 $132.00 $155,760.00 Yes 19 Crushed Miscellaneous Base CY 875 $80.00 $70,000.00 Yes 20 Temporary Fence with Privacy Screen Type (CL-6) LF 2025 $44.00 $89,100.00 Yes 21 T Cable Railing LF 56 $160.00 $8,960.00 Yes 22 6' Cable Falling LF 120 $300.00 $36,000.00 Yes 23 6' Access Gate EA 2 $5,500.00 $11,000.00 Yes 24 Structure Excavation (Bridge) CY 195 $270.00 $52,650.00 Yes 25 Structure Backfill(Bridge) CY 57 $1,240.00 $70,680.00 Yes 26 78"Cast-In-Drilled-Hole Concrete Piling LF 317 $2,300.00 $729,100.00 Yes 27 Prestressing Cast -In -Place Concrete LS 1 $101,000.00 $101,000.00 Yes 28 Structural Concrete, Bridge CY 539 $2,260.00 $1,218,140.00 Yes 29 Bar Reinforcing Steel (Bridge) LB 252772 $2.00 $505,544.00 Yes 30 Prepare and Stain Concrete SOFT 1720 $8.00 $13,760.00 Yes 31 Cable Railing (Bridge) LF 334 $575.00 $192,050.00 Yes 32 Prefabricated Stairs LS 1 $225,000.00 $225,000.00 Yes 33 Construct Segmental Walls SOFT 12100 $62.00 $750,200.00 Yes 34 Segmental Wall Structure Excavation and Haul -Off CY 6300 $83.00 $522,900.00 Yes 35 Construct CIP Retaining Walls SOFT 4020 $194.00 $779,880.00 Yes 36 Cable Railing Type A LF 490 $240.00 $117,600-00 Yes 37 Cable Railing Type B LF 700 $153.00 $107,100.00 Yes 38 Place Roadway Sign EA 9 $617.00 $5,553.00 Yes 39 Handicap Parking Sign and Post EA 8 $375.00 $3,000.00 Yes 40 Striping LS 1 $18,900.00 $18,900.00 Yes 41 Raised Seat Wall Planter LS 1 $30,000.00 $30,000.00 Yes 42 8" Pedestrian Lighted Bollards EA 38 $6,500.00 5247,000.00 Yes 43 Tree Grates EA 6 $2.400.00 $14,400.00 Yes 44 Trash Receptacles EA 5 $2,300.00 S11,500.00 Yes 45 Drinking Fountain EA 1 $13,700.00 $13,700.00 Yes 46 Bike Repair Station EA 1 53,800.00 $3,800.00 Yes 47 Bike Rack EA 1 $3,100.00 $3,100.00 Yes 48 Bridge Recessed Lighting and Illuminated Handrail LS 1 $200,000.00 $200,000.00 Yes 49 Irrigation System LS 1 $265,000.00 5265,000.00 Yes Item A Item Code Type Item Description UOM QTY Unit Price Line Total Response Comment 50 Planting LS 1 $465,000.00 $465,000.00 Yes 51 Initial 90 Day Maintenance LS 1 $14,000.00 $14,000.00 Yes 52 Traffic Signal Modifications LS 1 $72,000.00 $72.000.00 Yes 53 Pedestrian Bollards Conduit, Conductors, Pull Boxes, and Cabinet LS 1 $260,000.00 5260,000.00 Yes 54 Relocate Scada Antenna and Conduit LS 1 $9,500.00 S9,500.00 Yes 55 1" Water Service Line LS 1 $20,400.00 $20.400.00 Yes 56 Remove Pipe LF 424 $65.00 $27,560.00 Yes 57 Abandon and Grout Pipe LF 235 $55.00 $12,925.00 Yes 58 Remove Inlet EA 2 $1,200.00 $2,400.00 Yes 59 Remove Curb Inlet EA 1 $7,600.00 $7,600.00 Yes 60 Remove Existing Manhole EA 2 52,300.00 $4,600.00 Yes 61 Remove Headwall EA 1 $2,300.00 52,300.00 Yes 62 Bioretention BMP SQFT 7610 $20.00 $152,200.00 Yes 63 Junction Structure No. 1 EA 1 513,100.00 $13,100.00 Yes 64 Standard Manhole EA 3 $27,500.00 $82,500.00 Yes 65 Type GI Inlet EA 8 $6,800.00 $54,400.00 Yes 66 18" C900 PVC DR 14 LF 300 $437.00 $131,100.00 Yes 67 8" Perforated SDR 35 PVC LF 485 $52.00 $25,220.00 Yes 68 18"SDR 35 PVC LF 141 $226.00 $31,866.00 Yes 69 8"SDR 35 PVC LF 283 5106.00 529,998.00 Yes 70 Parkway Culvert Type "C" EA 2 $6,700.00 513,400.00 Yes 71 GCP or GMP Inlet EA 1 522,700.00 $22,700.00 Yes 72 8" Cleanout EA 11 $900.00 $9,900.00 Yes 73 Remove Existing Concrete Ditch LF 200 $20.00 $4.000.00 Yes 74 Remove Existing Junction Structure EA 1 $1,200.00 57,200.00 Yes Section Title Section 1 Grand Total Line Total $10,518,759.00 $10,518,759.00 0( 4 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT PROJECT NO. 15T09 CONTRACT NO. 8020-6 CML-5151(031) 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 PLANS AND SPECIFICATIONS 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 2 2 2 2 3 3 3 4 4 4 4 4 4 5 5 5 5 5 5 5 6 6 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 8 6-7.1 General 8 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 9 6-9 LIQUIDATED DAMAGES 10 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 10 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 10 7-1.2 Temporary Utility Services 10 7-2 LABOR 11 7-2.2 Prevailing Wages 11 7-5 PERMITS 11 7-7 COOPERATION AND COLLATERAL WORK 11 7-8 WORK SITE MAINTENANCE 11 7-8.4 Storage of Equipment and Materials 11 7-8.4.2 Storage in Public Streets 12 7-8.6 Water Pollution Control 12 7-8.6.2 Best Management Practices (BMPs) 12 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) 12 7-10 SAFETY 13 7-10.3 Haul Routes 13 7-10.4 Safety 13 7-10.4.1 Work Site Safety 13 7-10.5 Security and Protective Devices 13 7-10.5.3 Steel Plate Covers 14 SECTION 9 - MEASUREMENT AND PAYMENT 14 9-2 LUMP SUM WORK 14 9-3 PAYMENT 14 9-3.1 General 14 9-3.2 Partial and Final Payment. 26 PART 2 - CONSTRUCTION MATERIALS 27 SECTION 200 — ROCK MATERIALS 27 200-2 UNTREATED BASE MATERIALS 27 200-2.1 General 27 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 27 201-1 PORTLAND CEMENT CONCRETE 27 201-1.1 Requirements 27 201-1.1.2 Structural Concrete 27 201-1.1.3 Prestressing Concrete 28 201-1.1.2 Concrete Specified by Class and Alternate Class 28 201-2 REINFORCEMENT FOR CONCRETE 28 201-2.2 Steel Reinforcement 28 201-2.2.1 Reinforcing Steel 28 201-10 SEGMENTAL WALLS 28 201-10.1 GENERAL 28 201-10.1.1 Submittals and Certifications 30 201-10.1.2 Quality Assurance 30 201-10.1.3 Delivery, Storage and Handling 30 201-10.2 PRODUCTS 31 201-10.2.1 Definitions 31 201-10.2.2 Modular Concrete Retaining Wall Units 31 201-10.2.3 Geosynthetic Reinforcement to Concrete Block Unit Connectors 32 201-10.2.4 Unit Fill 32 201-10.2.5 Reinforced Backfill 32 201-10.2.6 Geosynthetic Soil Reinforcement (Geogrid) 33 201-10.2.7 Drainage Pipe 33 201-10.2.8 Filter Fabric 33 201-10.2.9 Drain Rock 33 SECTION 203 — BITUMINOUS MATERIALS 33 203-6 ASPHALT CONCRETE 33 203-6.5 Type III Asphalt Concrete Mixtures 33 SECTION 205 — PILES 34 205-3 CONCRETE PILES 34 205-3.3 Cast -In -Place Concrete Piles 34 Add to Section 49-3.02B(6)(c) of the State Standard Specifications: 34 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 39 214-4 PAINT FOR STRIPING AND MARKINGS 39 214-4.1 General 39 214-6 PAVEMENT MARKERS 39 214-6.3 Non -Reflective Pavement Markers 39 214-6.3.1 General 39 214-6.4 Retroreflective Pavement Markers 39 214-6.4.1 General 40 SECTION 215 - TRAFFIC SIGNS 40 PART 3 - CONSTRUCTION METHODS 40 SECTION 300 - EARTHWORK 40 300-1 CLEARING AND GRUBBING 40 300-1.3 Removal and Disposal of Materials 40 300-1.3.1 General 40 300-1.3.2 Requirements 41 300-2 UNCLASSIFIED EXCAVATION. 41 300-2.9 Payment 41 300-4 UNCLASSIFIED FILL. 41 300-4.10 Payment 41 300-3 STRUCTURE EXCAVATION AND BACKFILL. 41 SECTION 302 — ROADWAY RESURFACING 42 302-5 ASPHALT CONCRETE PAVEMENT 42 302-5.1 General 42 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 42 302-6.7 Traffic and Use Provisions 42 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 42 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 42 303-5.1 Requirements 42 303-5.1.1 General 42 303-5.5 Finishing 42 303-5.5.2 Curb 42 303-5.5.4 Gutter 43 303-7 COLORED CONCRETE 43 303-7.1 General 43 SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 43 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 43 314-2.1 General 43 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 43 314-4.1 General 43 314-4.2 Control of Alignment and Layout 43 314-4.2.1 General 43 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 44 314-4.4.1 General 44 314-4.4.2 Surface Preparation 44 314-5 PAVEMENT MARKERS 44 314-5.1 General 44 SECTION 315 - TRAFFIC SIGN INSTALLATION 44 IJ'►ajf��lII1�1.7_'►;if�;�'►jj[#K4r@1j�Ed wk SECTION 600 - ACCESS 45 600-1 GENERAL 45 600-2 VEHICULAR ACCESS 45 600-3 PEDESTRIAN ACCESS 46 SECTION 601— WORK AREA TRAFFIC CONTROL 46 601-1 GENERAL 46 601-2 TRAFFIC CONTROL PLAN (TCP) 46 PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 47 SECTION 701- CONSTRUCTION 47 701-17 TRAFFIC SIGNAL MODIFICATIONS 47 PART 8 - LANDSCAPING AND IRRIGATION 48 SECTION 800 - MATERIALS 48 800-1 LANDSCAPING MATERIALS 48 800-1.1 Topsoil 48 800-1.1.1 General 48 800-1.6 Hydroseed 48 800-1.6.1 General 48 SECTION 801 - INSTALLATION 48 801-1 GENERAL 48 801-1.1 Weed Abatement 49 801-6 MAINTENANCE AND PLANT ESTABLISHMENT 50 SECTION 802 - BIORETENTION BMPs MATERIALS AND INSTALLATION 50 APPENDICES Appendix 1: Mitigation Monitoring and Reporting Program Appendix 2: State Special Provisions Sections 86 and 87 (2018 Edition) Appendix 3: Geotechnical Report by Earth Mechanics, Inc. (Dated 05/13/2021) Appendix 4: Caltrans Encroachment Permit Appendix 5: Bridge and Lighted Handrail Systems Appendix 6: Hydraulic Conductivity, TPH and Metals testing Results [v] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SUPERIOR AVENUE PEDESTRIAN / BICYCLE BRIDGE AND PARKING LOT PROJECT NO. 15T09 CONTRACT NO. 8020-6 CML-5151(031) 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-7008-S); (3) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements; (5) State of California("State") Standard Specifications (2018 Edition). The City's Design Criteria and Standard Drawings for Public Works Construction is available at the following website: http://www. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). Copies of the State Standard Specifications is available at the following website: https://dot.ca.gov/programs/desiqn/ccs-standard-plans-and-standard-specifications The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page SP-1 of 69 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" General Engineering Contractor and a class "C-27" Landscaping Contractor licenses. 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. This project will utilize Procore's (www.procore.com) project management and collaboration system for all project documentation. Applicable team members of this project will be invited to and are required to create a Procore username (email) and password if they do not already have one. This contractor will be expected to obtain drawings, sketches, RFIs, meeting minutes, coordination drawings, change information, etc. via this application. Contractor will notify subcontractors as relevant items are added. It will be the responsibility of the contractor to regularly check and review updated documents as they are added. Applicable team members of the contractor are required to complete a free, one -hour subcontractor training certification course located at http://Iearn.procore.com/procore-certification-subcontractor within (2) two weeks following contract execution. There will be no cost to this contractor for use of Procore. It is recommended that the contractor provide mobile iOS or Android devices with the Procore App installed to at least one individual on -site to provide real-time access to current posted drawings, specifications, RFIs, submittals, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents Revised State Standard Specifications set forth in these special provisions shall be considered as part of the State Standard Specifications for the purposes set forth in Section 5-1.02, "Contract Components," of the State Standard Specifications. For Specifications of a technical nature not covered by the Standard Specifications or these Special Provisions, the 2018 Standard Specifications and Standard Plans of the State of California Business and Transportation Agency Department of Transportation shall apply. In the State Standard Specifications and the State Standard Plans, all mention of the "State" shall be construed to mean the City of Newport Beach. Where overlapping provisions exist between Division II General Construction of the Caltrans Standard Specifications and GREENBOOK Part 1, Division II of the Caltrans Standard Specifications shall prevail for elements stipulated to comply with Caltrans Standards only. In case of conflict in the technical provisions or requirements, the following order of precedence shall govern: Page SP-2 of 69 A. Permits issued by jurisdictional regulatory agencies. B. Change Orders and Supplemental Agreements, whichever occurs last. C. Contract/Agreement. D. Addenda. E. Bid/Proposal. F. Special Provisions G. Project Plans H. Standard Specifications for Public Works Construction Revised State Standard Specifications J. State Standard Specifications K. Revised State Standard Plans L. State Standard Plans M. Other referenced specifications If there is a conflict or discrepancy between the 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 but is not limited to: (1) Site grading; (2) Construct segmental and cast in place retaining walls; (3) Construct storm drain facilities; (4) Construct parking lot; (5) Construct pedestrian bridge and staircase; (6) Construct concrete pavement; (7) Traffic signal modification; (8) Landscaping (planting, irrigation, lighting, furniture, and appurtenances). 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 shall: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. Page SP-3 of 69 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. 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 Guida Surveying, Inc. (Lisa Spivak) and can be contacted at (949) 777-2010. 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 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 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. Page SP-4 of 69 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 and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Contractor shall allow a minimum of 15 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 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. Page SP-5 of 69 Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting 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. 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 Contractor shall develop the schedule and report project status of the Contract using a computerized Critical Path Method (CPM). Where submittals of the schedule are required, the Contractor shall submit one colorized PDF copy and an electronic version compatible with Microsoft Project°. 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 Page SP-6 of 69 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. 4-Week Look Ahead Submittals. At each weekly progress meeting, the Contractor shall submit and be prepared to discuss a 4-week look ahead of the current schedule. The 4- week look ahead will show all activities that are currently in progress or planned to occur over the next working month. Failure to list an activity starting in the 4th week of any look ahead report may cause that activity being delayed until it can be properly coordinated. 6-1.1.2 QUALIFICATIONS Upon notice of award and prior to initiation of compiling the schedule, the Contractor shall submit a statement of computerized CPM capability to document either that the Contractor has in-house capability qualified to use CPM technique and the required software or that the Contractor will arrange for the services of a CPM consultant so qualified. In either event the statement shall identify the individual who will perform the CPM scheduling. Capability shall be verified by description of construction projects on which the individual has successfully applied computerized CPM and shall include at least two projects of similar nature, scope and value not less than one-half the Total Bid Price of this project. This statement shall also identify the contact persons for the referenced projects with current telephone and address information. Compilation of the schedule shall not begin until the statement of CPM capability is approved by the Engineer. 6-1.1.3 CHANGE ORDERS & EXTRA WORK Prior to and required for approval of a Change Order, the Contractor shall use a sub- network in the scheduling depicting any change in the work, purported to impact the schedule, and its effect on other activities. This sub -network shall be tied to the main network with appropriate logic so that a true analysis of the critical path can be made. 6-1.1.4 CPM STANDARDS a. Definitions: CPM, as required by this Section, shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction". b. Page Size: Individual sheets shall not exceed 11 inches by 17 inches. Page SP-7 of 69 C. Float Time i. Definition: Unless otherwise provided herein, float is synonymous with total float. Total float is the period of time measured by the number of working days each non -critical path activity may be delayed before it and its succeeding activities become part of the critical path. If a non -critical path activity is delayed beyond its float period, then that activity becomes part of the critical path and controls the end date of the work. Thus, delay of a non -critical path activity beyond its float period will cause delay to the project itself. d. Float Ownership: Neither the Owner nor the Contractor owns the float time. The project owns the float time. As such, liability for delay of the project completion date rests with the party actually causing delay to the project completion date. For example, if Party A uses some, but not all of the float time and Party B later uses the remainder of the float time and additional time beyond the float time, Party B shall be liable for the costs associated with the time that represents a delay to the project's completion date. Party A would not be responsible for any costs since it did not consume all of the float time and additional float time remained, therefore the project's completion date was unaffected. e. Administrative, procurement and Construction Activities: The CPM Schedule shall include activities for the submittal, review and approval of all required administrative and technical project submittals, as well as activities for the procurement activities of required products and materials. These activities shall be logically tied to their subsequent construction activities such that the entire submittal, review/approval, procurement and installation sequence is properly defined and can be monitored and tracked throughout the project. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 320 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start between January 9t" to January 23rd, 2023. The time of completion shall not include the days required for the maintenance and plant establishment period. Normal daytime 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., outside of the working hours. Page SP-8 of 69 Should the Contractor elect to work outside normal daytime working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Before starting such work, the Contractor shall make arrangements with the Engineer for the continuous or periodic inspection of the work and tests of materials, when necessary. Additionally, the Contractor shall pay for supplemental inspection costs of $250 per hour when such time periods are approved. To minimize public inconvenience, Contractor shall complete traffic signal modifications and bridge falsework installation/removal during night work hours. All other work shall be completed during normal daytime working hours. During night work, the following requirements shall apply: A. Night work hours shall be considered to be from 9:00 p.m. to 6:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. D. For traffic control and work hours within the State of California right-of-way (West Coast Highway), the Contractor shall also adhere to Caltrans' requirements The following days are designated City holidays and are non -working days: 1. January 1 st (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 11 th (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. 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 Page SP-9 of 69 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 $4,000. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. 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. Page SP-10 of 69 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. 7-5 PERMITS The City has procured an encroachment permit (Parent Permit) from the California Department of Transportation (Caltrans) for all work within the State Right -of -Way (West Coast Highway). A copy of the Parent Permit is attached as Appendix 4. The Contractor shall be responsible for obtaining a Double Permit under the City's Parent Permit from Caltrans prior to starting work and abide by all terms and conditions of the Caltrans encroachment permit. The Contractor shall be responsible for all fees and costs associated with the Double Permit. Obtaining the Double Permit from Caltrans shall in no way relieve the Contractor of completing the Contract within the time prescribed in Section 6-7. The Contractor must keep copies of both the City's and the Contractor's encroachment permits from Caltrans on site at all times. 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. The City will be contracting with a separate electric vehicle (EV) contractor to install charging stations for electrical vehicles at the proposed parking lot. Upon completion of grading, Contractor shall coordinate with the EV contractor for the installation of all EV equipment (electrical conduits, concrete equipment pads, etc.). Contractor shall stake out the parking lot improvements to facilitate EV charging station installation. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials Page SPA 1 of 69 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. Construction materials and equipment shall not be stored in areas that restrict scenic views of the adjacent property owners and shall be 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 gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City 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. 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP) Contactor shall retain a Qualified SWPPP Developer (QSD) to prepare a SWPPP for the project. The contractor shall implement and maintain the requirements of the SWPPP, including all required BMPs during all phases of the work. The implementation of the SWPPP shall be performed by a Qualified SWPPP Practitioner (QSP) to be retained by the Contractor. SWPPP implementation shall be subject to inspection by the City and any identified deficiencies shall be corrected by the Contractor at the Contractor's expense. Page SP-12 of 69 The SWPPP shall be amended by the Contractor whenever there is a change in design, construction, operation or maintenance which has a significant effect on the potential for discharge of pollutants. The SWPPP shall also be amended by the Contractor if it proves to be ineffective in significantly reducing pollutants from the construction site. Each submittal shall include two (2) hard copies and one (1) Adobe Acrobat "pdf" copy. The SWPPP must be kept at the construction site during construction and also be available for review when requested by the Regional Water Quality Control Board (RWQCB) or the City. Contractor is not responsible for filing a Notice of Intent (NOI) for permit coverage or a Notice of Termination (NOT) at project end. City will file the NOI and NOT through the State Water Resources Control Board (SWRCB) SMARTS system. The Contractor shall prepare and electronically submit all reports required by General Permit (including the Annual Report) to the City throughout the duration of the project for the City's review and submittal to the SWRCB SMARTS system. The Annual Report shall be submitted no later than August 1st of each year and must include a summary and evaluation of all sampling and analysis results, original laboratory reports, chain of custody forms, a summary of all corrective actions taken during the compliance year, and identification of any compliance activities or corrective actions that were not implemented. In the event the City incurs any administrative civil liability (fine) imposed by the RWQCB as a result of Contractor's failure to fully implement the provisions of this section, the Engineer may withhold from payments otherwise due the Contractor a sufficient amount to cover the fine. 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. 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 Page SP-13 of 69 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: General Items: 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, procuring the Caltrans Double Permit including paying for the permit fee, providing submittals, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, coordinating with all applicable agencies and City contractors, stakeholders and utility companies 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. Additionally, this bid item includes the Federal Trainee Program 80 cents reimbursement to the prime contractor per hour of training given an employee on this contract under an approved training program Item No. 2 Water Pollution Control: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for retaining a QSD and QSP to develop, amend and implement of the SWPPP per section 7-8.6.3 of these Special Provisions and in accordance with the RWQCB, preparing and implementing the BMP Plan, rain event action plan, storm water sampling and analysis, storm water annual report, street sweeping, temporary concrete washout, temporary drainage inlet protection, temporary hydromulch, temporary fiber roll, temporary construction entrance, temporary high visibility fence with temporary silt fence, temporary silt fence and any Page SP-14 of 69 other item of work which are required for the project that is not specifically specified in a separate bid item. Item No. 3 Construction Staking: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for 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 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required construction notices to adjacent residents and businesses, posting temporary 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 (4) CMS and updating messages on the CMS 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. 5 Environmental Compliance Support: Work under this item shall include, but not be limited to, all labor, tools, equipment, material for maintaining compliance with the environmental Mitigation Monitoring and Reporting Program (MMRP) attached to these Special Provisions as Appendix 1. Contractor will be responsible for the following Mitigation Measures (MM): • MM BIO-2 • MM B I O-3 • MM BIO-4 • MM HAZ-1 The City will provide a biologist, archaeologist, and paleontologist to monitor construction activities. If biological, archaeological and/or paleontological resources are discovered during construction activities, Contractor shall coordinate with and allow the City's biologist, archaeologist, and/or paleontologist to complete their efforts. In which case, Contractor may be allowed additional contract time. Earthwork Items: Item No. 6 Clearing and Grubbing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs necessary to complete clearing and grubbing of the entire site (as described in Section 300-1), removal and disposal of all resulting material including, but not limited to; asphalt concrete pavement and base, sidewalks, curb and gutter, cross gutter, retaining wall, signs, trash receptacles, fences, cable railings, upper six inches of organic material, landscaping and irrigation, trees, Page SP-15 of 69 surface features, electrical conduit, lighting, bollards, and any other item of work which are required for the project that is not specifically specified in a separate bid item. Item No. 7 Unclassified Excavation, Unclassified Fill, Earthwork and Grading: Work under this item shall consist of all unclassified excavation, unclassified fill, earthwork, and rough and precise final grading unless separately designated. Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for excavating, filling, grading, swale grading, spreading, compacting, storing and stockpiling, dust control, furnishing all transportation for hauling, exporting and disposing excess material, complete in place, in accordance with the Standard Specifications section 300-2, grading plans and these Special Provisions. Excavation volumes for this project were calculated from the bottom of the clearing and grubbing limits to the bottom of the proposed grading limits. Fill volumes for this project were calculated from the bottom of the clearing and grubbing limits to the top of the subgrade (excluding parking lot structural section, concrete pavement, landscape topsoil, and bioretention areas). Payment for all unclassified excavation and fill will be made at the Contract Unit Price per Lump Sum (LS). The estimated unclassified excavation and fill quantities in cubic yards (CY) are shown on the construction drawing GR-3 (sheet 14 of 77). The City has tested the soil for hydraulic conductivity, TPH and metals and the results are included in Appendix 6 of these Special Provisions. The contractor is responsible for all cost for handling and disposing of all export material. If additional testing or a hazardous materials specialist is required, those costs shall be considered as included with this pay item. Civil (Parking Lot) Items: Item No. 8 Pedestrian Paving Type A and Curb Access Ramps: Work under this item shall all labor, tools, equipment, material costs and incidentals necessary including but not limited to; removal & disposal of existing materials, saw cutting, compaction, forming, reinforcing steel, rebar dowels, joints, test panels, concrete, sample panel, constructing curb access ramps, installation of ADA detectable warning surfaces (raised truncate domes) and all related incidentals required to complete the work in place and all related incidentals required to complete the work in place. Item No. 9 PCC Sidewalk: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; saw cutting, removal & disposal of existing materials, forming, compaction, joints, and all related incidentals required to complete the work in place. Item No. 10 Type A PCC Curb and Gutter: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; grading and compacting subgrade, reconstructing existing curb openings and curb drains, constructing Type A concrete curb and gutter, constructing asphalt concrete slot paving adjacent to the curb and gutter, curb transitions, re -chiseling the Page SP-16 of 69 curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 11 Type A PCC Curb and Gutter (MOD): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; grading and compacting subgrade, reconstructing existing curb openings and curb drains, constructing modified Type A concrete curb and gutter, constructing asphalt concrete slot paving adjacent to the curb and gutter, curb transitions, re -chiseling the curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 12 Type A PCC Curb and Gutter With Key (MOD): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; grading and compacting subgrade, reconstructing existing curb openings and curb drains, constructing modified Type A concrete curb and gutter, constructing asphalt concrete slot paving adjacent to the curb and gutter, curb transitions, re -chiseling the curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 13 PCC Mow Curb: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; saw cutting, removal & disposal of existing materials, forming, reinforcing steel, compaction, constructing PCC mow curb, adjacent asphalt paving and all related incidentals required to complete the work in place. Item No. 14 Type B PCC Curb: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; saw cutting, removal & disposal of existing materials, forming, compaction, constructing Type B PCC curb, adjacent asphalt paving and all related incidentals required to complete the work in place. Item No. 15 Type B PCC Curb (MOD): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; saw cutting, removal & disposal of existing materials, forming, compaction, constructing modified Type B PCC curb, adjacent asphalt paving and all related incidentals required to complete the work in place. Item No. 16 4' PCC Cross Gutter: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; grading and compacting subgrade, placing and compacting crushed miscellaneous base, installing smooth galvanized steel bars, constructing 4' wide concrete cross gutter, constructing asphalt concrete slot paving adjacent to cross gutter, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 17 8' PCC Cross Gutter: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not Page SP-17 of 69 limited to; grading and compacting subgrade, placing and compacting crushed miscellaneous base, installing smooth galvanized steel bars, constructing 8' wide concrete cross gutter, constructing asphalt concrete slot paving adjacent to cross gutter, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 18 Asphalt Concrete Pavement: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; constructing asphalt concrete pavement, cold milling, trimming cuts, removal, disposal, preparation, tack coat, asphalt, compaction and all related and all related incidentals required to complete the work in place. Item No. 19 Crushed Miscellaneous Base: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for removing, hauling, and disposing conflicting existing material, grading and compacting the subgrade, and placing and compacting the crushed miscellaneous base and all other work items as required to complete the work in place. Item No. 20 Temporary Fence with Privacy Screen Type (CL-6): Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to furnish, install and remove the temporary fence with privacy screen type (CL-6), fence gates and all related incidentals required to complete the work in place. Item No. 21 3' Cable Railing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to construct 3' tall cable railing as shown on the plans, concrete footing, excavation, removal/disposal of existing cable railing and all related incidentals required to complete the work in place. Item No. 22 6' Cable Railing: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to construct 6' tall cable railing as shown on the plans, concrete footing, excavation, removal/disposal of existing cable railing, and all related incidentals required to complete the work in place. Item No. 23 6' Access Gate: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to construct 6' tall access gate as shown on the plans, concrete footing, excavation, and all related incidentals required to complete the work in place. Structural (Bridge and Stairway) Items: Item No. 24 Structure Excavation (Bridge) (F): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; excavating for structures, dewatering and material disposal completely, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Item No. 25 Structure Backfill (Bridge) (F): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not Page SP-18 of 69 limited to backfilling for structures completely, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Item No. 26 78" Cast -In -Drilled -Hole Concrete Piling: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to installing cast -in -drilled -hole concrete piles completely, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Bar Reinforcing Steel for Cast -In -Drilled Hole Concrete Piling is paid under Item No. 30, Bar Reinforcing Steel (Bridge). Item No. 27 Prestressing Cast -In -Place Concrete: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; prestressing cast -in -place concrete completely, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Item No. 28 Structural Concrete, Bridge (F): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; constructing concrete for structures completely, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Item No. 29 Bar Reinforcing Steel (Bridge) (F): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and placing the bar reinforcing steel completely, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Item No. 30 Prepare and Stain Concrete: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; preparing and finishing concrete surface and furnishing and placing stain, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Item No. 31 Cable Railing (Bridge) (F): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing bridge railing completely, as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Item No. 32 Prefabricated Stairs (F):Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to preparing the foundation soil, preparing shop drawings, constructing concrete spread footings, erecting and fabricating stairs, installing anchor bolts and bearing assemblies, and placement of joint seals as shown on the plans, and as specified in these specifications and all related incidentals required to complete the work in place. Page SP-19 of 69 Structural (Retaining Walls) Items: Item No. 33 Construct Segmental Walls fl: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; preparing foundation soil, preparing shop drawings, blocks, leveling pad, structure backfill, geosynthetic soil reinforcement, additional geosynthetic soil reinforcement extensions, retaining wall gutter, drain, subdrain, and all related incidentals required to complete the work in place. Damaged geosynthetic due to vehicles or other procedures shall be repaired at the contractor's expense. Payment of this item is measured in square feet from the top of wall elevations to the finish grade at the bottom of the wall. Item No. 34 Segmental Wall Structure Excavation and Haul -Off: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; segmental wall structural excavation, segmental wall structural excavation material loading, transportation, handling, exporting and disposal, and all related incidentals required to complete the work in place. Item No. 35 Construct CIP Retaining Walls fl: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; bar reinforcing steel, structural concrete, wall drains, retaining wall gutter, structure excavation, structure backfill, architectural treatment, forming and all related incidentals required to complete the work in place. Item No. 36 Cable Railing Type A fl: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to construct Cable Railing Type A as shown on the plans, concrete footing, excavation, primer coating, paint coating, clear coating, and all related incidentals required to complete the work in place. Item No. 37 Cable Railing Type B fl: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs to construct Cable Railing Type B as shown on the plans, post pocket, mortar, excavation, primer coating, paint coating, clear coating, and all related incidentals required to complete the work in place. Signing and Striping Items: Item No 38 Place Roadway Sign: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; installing street sign panels and posts, post foundation, sign panel mounting hardware and all other work items as required to complete the work in place. Note that the pay station sign panels will be provided by the City to the contractor, and its installation is included under this pay item. Item No 39 Handicap Parking Sign and Post: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; installing street sign panels (R99 (CA) and R99B (CA)) and posts, post Page SP-20 of 69 foundation, mounting hardware, and all other work items as required to complete the work in place. Item No 40 Striping: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing existing pavement striping and markers, thermoplastic paint, installing temporary and permanent pavement striping, markings and markers, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Site Furnishing Items: Item No 41 Raised Seat Wall Planter: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; constructing concrete seat wall, concrete footing, mortar, saw cutting, joints, aggregate base, skate stopper, forming, compaction, rebar, drain line, removal & disposal of materials, and all other work items as required to complete the work in place. Item No 42 8" Pedestrian Lighted Bollards: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; preparation of shop drawings, excavation, concrete footings, furnishing and installing 8" pedestrian lighted pedestrian bollard, mounting hardware, and all related incidentals required to complete the work in place. Item No 43 Tree Grates: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing tree grate per plans and the manufacturer's recommendations, shop drawings, and all related incidentals required to complete the work in place. Item No 44 Trash Receptacles: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing trash receptacle per plans and manufacturer's recommendations, mounting hardware, shop drawings, and all related items necessary to complete the work in place. Item No 45 Drinking Fountain: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; water fountain, mounting hardware, shop drawings, water fountain connection to service line, water fountain drainage line, sump, and all related items necessary to complete the work in place per the manufacturer's recommendations and the details in the drawings. Item No 46 Bike Repair Station: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing bike repair station, mounting hardware, shop drawings and all related items necessary to complete the work in place. Page SP-21 of 69 Item No 47 Bike Rack: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing the bike rack, mounting hardware, shop drawings and all related items necessary to complete the work in place. Item No 48 Bridge Recessed Lighting and Illuminated Handrail: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing bridge lighting and hand rail lighting completely, as shown on the plans, as specified in these specifications, and all related incidentals required to complete the work in place including all connectors, extensions connector cords and caps, IP67 Waterproofing Kits, mounting channels and extrusions, power supplies and NEMA 4 waterproof boxes as necessary. See the attached Appendix 5 Bridge Recessed Lighting and Illuminated Handrail for list of required materials for Organic Lighting Systems as shown on plans. Landscape and Irrigation Items: Item No 49 Irrigation System: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; all trenching, backfilling, compaction, piping, sleeves, fittings, hardware, controllers, backflow prevention devices, controller enclosures, foundations, ET gauges, rain sensors, flow monitoring devices, valves, pressure regulators, remote control valves, quick couplers, valve boxes, spray heads, rotors, drip lines, remote control wires, communication wires, communication conduits, flow sensing cables, electrical conduits, electrical wiring, electrical breakers, electrical splices, electrical grounding, pull boxes, electrical conduit, vandal resistant covers, vandal resistant hardware, labeling, controller programming and setup, irrigation inspections with the City, and all work involved in the installation as shown on the plans, these specifications and all related incidentals necessary to complete the work in place. Item No 50 Planting: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; soil preparation, amendments, weed abatement, fine grading, trees, shrubs, grasses, non - irrigated hydroseed, grass turf, wood mulch, root barrier, rock cobble, landscape boulders, planting, staking, ties, guying, plant replacement if necessary, providing a Pest Control Advisor, and all related items necessary to complete the work in place. Item No 51 Initial 90 Day Maintenance: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; watering, adjustment of tree ties, amend soil, fertilize, weed abatement, removal of trash and debris, plant replacement if necessary, and all related items necessary to complete the work in place for the plant establishment period. Electrical Items: Item No. 52 Traffic Signal Modifications: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for modifying the traffic signal at West Coast Highway and Superior Avenue, furnishing and installing signal Page SP-22 of 69 poles and heads, sign panels, pull boxes, conduits, sidewalk re -construction, raised median re -construction, roadway pavement re -construction, repair or replacement of all existing infrastructure damaged by traffic signal modification work, wiring and all other work items as required to complete the work in place. Item No 53 Pedestrian Bollards Conduit, Conductors, Pull Boxes, and Cabinet: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing pull boxes, conductors and conduit (via trenching or boring), power supplier connection fee, backfilling and compaction, cabinet enclosures, concrete pads, splicing and pulling of wiring, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Utility (Water) Items: Item No 54Relocate SCADA Antenna and Conduit: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; relocating existing antenna onto the existing street light pole, removal and disposal of existing antenna pole, antenna mounting hardware, stalling pull boxes and conduit, backfilling and compaction, splicing and pulling of wiring, replacing sidewalk panels, restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No 55 1" Water Service Line: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing existing pavement and conflicting improvements, temporary and permanent support and protection of existing utilities, potholing and exposing utilities in advance of work, excavating, temporary patching or plating, controlling ground and surface water, trenching, shoring, bracing, grading, compacting, furnishing and installing 1 "-inch copper and PVC water line including fittings, couplings, joint restraints, and thrust blocks, installing metallic warning and locator tape, placing bedding and backfill material, connecting to district water main, meter and backflow preventer, repaving to match exiting pavement structural section, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Storm Drain and Water Quality Items: Item No 56 Remove Pipe: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing any portions of existing storm drain pipes as identified on the plans, and all other work items as required to complete the work in place. Item No 57 Abandon and Grout Pipe: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; filling of existing storm drain pipes with grout as identified on the plans, in State Standard Specifications section 71-6, and all other work items as required to complete the work in place. Page SP-23 of 69 Item No 58 Remove Inlet: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing storm drain concrete inlets as identified on the plans, and all other work items as required to complete the work in place. Item No 59 Remove Curb Inlet: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing storm drain concrete inlets as identified on the plans, backfilling, and installation of concrete curb, gutter, and sidewalk to match the adjacent facilities, associated roadway patching, abandonment of the outfall connection, and all other work items as required to remove the existing curb inlet. Item No 60 Remove Existing Manhole: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing existing manhole and cover as identified on the plans, and all other work items as required to complete the work in place. Item No 61 Remove Headwall: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing existing headwall as identified on the plans, and all other work items as required to complete the work in place. Item No 62 Bioretention BMP: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and constructing the bioretention BMPs as shown on the plans, excavation and backfill, testing, mixing and proportioning soil, furnishing and constructing all soil, mulch, and gravel layers, placement of plastic liners, splash pads, check dams and all other work items as required to complete the work in place. Item No 63 Junction Structure No 1: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and constructing the junction structure No 1 as shown on the plans, installing base, shaft, steps, grade rings, manhole frames and covers, connecting to existing storm drain facilities, backfilling, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 64 Standard Manhole: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and constructing the manhole as shown on the plans, installing base, shaft, steps, grade rings, manhole frames and covers, connecting to existing storm drain facilities, backfilling, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 65 Type G1 Inlet: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and constructing type G1 Inlet per State Standard Plan No D7213, concrete, installing base, shaft, steps, grade rings, frames and covers, grates, connecting to storm drain Page SP-24 of 69 facilities, backfilling, stenciling, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 66 18" C900 PVC DR 14: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing 18-inch storm drain C900 pipe, installing external joint sealer, placing bedding and backfill material, connecting to storm drain facilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 67 8" Perforated SDR 35 PVC: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing 8" perforated SDR 35 PVC, placing bedding and backfill material, connecting to storm drain facilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 68 18" SDR 35 PVC: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing 18" SDR 35 PVC, placing bedding and backfill material, connecting to storm drain facilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 69 8" SDR 35 PVC: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and installing 8" SDR 35 PVC, placing bedding and backfill material, connecting to storm drain facilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 70 Parkway Culvert Type "C": Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; constructing parkway culvert type "C" per the City of Newport Beach Standard No. 319-L, concrete, steel, reinforcing steel, forming, restoring all existing improvements damaged by the work in kind, and all other work items as required to complete the work in place. Item No 71 GCP or GMP Inlet: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and constructing GCP inlet per State Standard Plan No D75B or GMP inlet per State Standard Plan No D75A, concrete, mortar, frames and covers, grates, connecting to storm drain facilities, backfilling, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 72 8" Cleanout: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; furnishing and constructing 8" ceanout per plans, 8" PVC pipe and fittings, pipe seal gasket and Page SP-25 of 69 cap, restoring all existing improvements damaged by the work in kind, and all other work items as required to complete the work in place. Item No 73 Remove Existing Concrete Ditch: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing existing concrete ditch, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No 74 Remove Existing Junction Structure: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, including but not limited to; removing and disposing existing junction structure, restoring all existing improvements damaged by the work, and all other work items as 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. 9-3.2.2 Final Pay Quantities When the estimated quantity for a specific portion of the work is designated or categorized on the plans or in these Special Provisions as a "FINAL PAY ITEM," or is so designated in Section 9-3 by the appearance of an "(F)" adjacent to the bid item involving that portion of the work, the estimated quantity for that portion of the work shall be considered the final quantity for which payment will be made, unless the dimensions of that portion of the work are changed on the plans by the Engineer or that portion of the work is eliminated. If the dimensions of that portion of the work are revised and the revision results in an increase or decrease in the estimated quantity of that portion of the work, the final quantity for payment will be revised in the amount represented by the changes in dimensions. If that portion of the work is eliminated, the final pay quantity designated for that portion of the work will be eliminated. The estimated final quantity for such specific portion of the work shall be considered as approximate only and no guarantee is made that any actual quantity which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantity. It shall be the bidder's responsibility to judge, based on the details and dimensions shown on the plans, observation at the job site and review electronic design files, the accuracy of the estimated final quantity, making adjustments to the bid prices as the bidder feels necessary to compensate for discrepancies. No later allowance or adjustment in payment will be made in the event that any quantity based on subsequent computations or measurements does not equal the estimated final pay quantity. Page SP-26 of 69 The Line Items shown on PlanetBids have been updated to denote "FINAL PAY ITEM" for consistency with Section 9-3.1. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Structural Concrete Structural concrete for bridge, stairway, cast -in -place retaining wall structures and pilings shall conform to Sections 51 and 90 of the State Standard Specifications. Structural Concrete for bridge, stairway, cast -in -place retaining wall structures and pilings in contact with soil shall conform to Section 90-1.02H, Concrete in Corrosive Environments, of the State Standard Specifications, have a water to cementitious material ratio that does not exceed 0.40 by weight, and must have at least 4 inches of clear cover measured from the outside of the reinforcing steel to the sides of concrete. Structural Concrete for the abutment stems and pile caps measuring greater than 8 feet in width shall conform to Section 49-3.01 B(2), Mass Concrete, of the State Standard Specifications. Contractor shall provide test panel for stained and surface textured structural concrete conforming to Section 51-1.03G, Concrete Surface Textures, of the State Standard Specifications. Concrete staining shall conform to Section 78-04, Staining Concrete and Shotcrete, of the State Standard Specifications. Falsework for structural concrete shall conform to Sections 48 of the State Standard Specifications. Falsework openings, temporary road closures and clearances shall conform to Section 600 of these Special Provisions. Falsework drawings shall include details of formwork and pour sequence for review and approval by the Engineer. Page SP-27 of 69 201-1.1.3 Prestressing Concrete Prestressing cast -in -place structural concrete for bridges shall conform to Sections 50 of the State Standard Specifications. 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. Reinforcing steel specified on the plans as (fy = 80 ksi) shall be ASTM A 706, grade 80. Reinforcing steel in Structural Concrete for bridge, stairway, cast -in -place retaining wall structures and pilings in contact with soil and must have at least 4 inches of clear cover measured from the outside of the reinforcing steel to the sides of concrete. Reinforcing steel for bridge, stairway and cast -in -place retaining wall structures and pilings shall conform to Sections 52 of the State Standard Specifications. 201-10 SEGMENTAL WALLS 201-10.1 GENERAL Work shall consist of furnishing and constructing a segmental wall systemin accordance with these specifications and in reasonably close conformity with the lines, grades, design, and dimensions shown on the plans. Segmental wall systems must be one of the following manufactures: Page SP-28 of 69 Landmark http://www.anchorwall.com ANCHOR WALL (925) 459- Retaining Wall david.harper@oldcastle.com SYSTEMS INC 4972 System 10714 POPLAR (844) 495- (Geogrid soil AVE 8210 reinforcement FONTANA CA with modular 92337-7333 concrete block facing at a 4 degree batter or vertical.) KeySystem 1 http://www.keystonewalls.com KEYSTONE (952) 897- (Steel wire grid RETAINING WALL 1040 soil reinforcement SYSTEMS with a modular 4444 W 78TH ST concrete block MINNEAPOLIS facing.) MN 55435-5406 Verdura https://www.soilretention.com SOIL RETENTION (800) 346- Segmental PRODUCTS 7995 Retaining Wall 2501 STATE ST System CARLSBAD CA (Geogrid soil 92008-1624 reinforcement with modular concrete block facing at a 14 degree finished slope face. Mesa Retaining https://www.tensarcorp.com TENSAR (770) 344- WaII System INTERNATIONAL 2090 (Geogrid soil CORPORATION reinforcement 2500 with modular NORTHWINDS concrete block PKWY STE 500 facing at a 4 ALPHARETTA GA degree batter or 30009-2247 vertical.) Work includes preparing foundation soil, furnishing and installing leveling pad (if required), and backfill to the lines and grades shown on the construction drawings. Work includes furnishing and installing geosynthetic soil reinforcement (if required) of the type, size, location, strength and lengths designated on the construction drawings. Note, standard geogrid reinforcement shall be modified to avoid conflicts with bridge abutments, storm drainage and bioretention facilities. Work includes furnishing and installing sub -drain, and other wall related drainage systems that may be shown on the construction drawings. Page SP-29 of 69 201-10.1.1 Submittals and Certifications Contractor shall submit a Manufacturer's certification, prior to start of work, that the retaining wall system components meet the requirements of this specification and the structural design plans. Contractor shall submit construction drawings and design calculations for the retaining wall system prepared and stamped by a Professional Engineer registered in the state of the project. The engineering designs, techniques, and material evaluations shall be in accordance with the referenced NCMA or FHWA Design Guidelines (whichever is applicable to designer). Contractor shall submit a valid ICC ESR Report that complies with current building codes. Contractor shall submit project specific manufacturers' block and geogrid certifications. 201-10.1.2 Quality Assurance Contractor shall submit certification, prior to start of work, that the segmental wall system (modular concrete units and specific geosynthetic): Has been successfully utilized on a minimum of five (5) similar projects that correspond in height, soil fill types, erection tolerances, etc.; and Has been successfully installed on a minimum of 1 million square feet (93,000 m2) of retaining walls. Contractor shall submit a list of five (5) previously constructed projects of similar size and magnitude by the wall installer where the specific retaining wall system has been constructed successfully. Contact names and telephone numbers shall be listed for each project. Contractor shall provide evidence that the design engineer has a minimum of five years of documentable experience in the design for reinforced soil structures. The design engineer shall provide proof of current professional liability insurance with an aggregate coverage limit of not less than $1,000,000. Owner shall provide soil testing and quality assurance inspection during earthwork and wall construction operations. Owner's quality assurance program does not relieve the contractor of responsibility for wall performance. 201-10.1.3 Delivery, Storage and Handling Contractor shall check all materials upon delivery to assure that the proper type, grade, color, and certification have been received. Page SP-30 of 69 Contractor shall protect all materials from damage due to jobsite conditions and in accordance with manufacturer's recommendations. Damaged materials shall not be incorporated into the work. 201-10.2 PRODUCTS 201-10.2.1 Definitions Modular Unit - a concrete retaining wall element machine made from Portland cement, water, and aggregates. Structural Geosynthetic (Geogrid) - a structural element formed by a regular network of woven and coated tensile elements which, when embedded within the soil mass and connected to the modular concrete units, will develop friction and interlock with the surrounding soil, rock, or earth and function primarily as reinforcement. Reinforced Backfill - compacted soil which is placed within the reinforced soil volume as outlined on the plans. Geosynthetic Reinforcement to Block Connection Pipe — Polyvinyl Chloride pipe (1-inch diameter schedule 80 PVC) which is used to interlock and form a positive connection between the block and structural geogrid. Filter Fabric — Permeable non -woven geosynthetic material used to separate soil material from drainage aggregate to minimize potential for soil fines migration into and blockage of the drainage aggregate. Drain Rock — Open graded rock allowing for free movement of water. 201-10.2.2 Modular Concrete Retaining Wall Units Modular concrete units shall conform to the following architectural requirements: Face color —Buff/tan - standard manufacturers' colors may be specified by the Owner. Face finish - Standard, Elliptical concrete face, with angled profile permitting concave/convex curve installation. Face finishes will be smooth finish as specified by the Owner. Other face finishes will not be allowed without written approval of Owner. Bond configuration - running with bonds nominally located at midpoint vertically adjacent units, in both straight and curved alignments. Exposed surfaces of units shall be free of chips, cracks or other imperfections when viewed from a distance of 10 feet (3 m) under diffused lighting. Modular concrete materials shall conform to the requirements of ASTM C1372 - Standard Specifications for Segmental Retaining Wall Units. Page SP-31 of 69 Modular concrete units shall conform to the following structural and geometric requirements measured in accordance with Section 1.03 and other appropriate references: Compressive strength = 5,000 psi minimum at 28 days; Moisture absorption = 8 pcf max; Dimensional tolerances = ±1/8 inch from nominal unit dimensions (not including exposed aggregate face texture), ±1/8 inch unit height - top and bottom planes; Modular concrete units shall conform to the following constructability requirements: Vertical setback = Vertical setback to be adjusted to meet requirements as set forth in construction documents. 201-10.2.3 Geosynthetic Reinforcement to Concrete Block Unit Connectors Connectors shall be 1 inch diameter Schedule 80 PVC pipe per ASTM D1785 and must be capable of providing positive mechanical interlock between geosynthetic soil reinforcement material (geogrid) and block. Connectors shall be capable of holding the geosynthetic soil reinforcement in the proper design position during geosynthetic pre -tensioning and backfilling procedures. 201-10.2.4 Unit Fill Unit fill shall consist of Class A topsoil (imported) conforming to the landscaping provisions in Part 8 of these Special Provisions 201-10.2.5 Reinforced Backfill Reinforced backfill shall be free of debris and meet the following gradation tested in accordance with ASTM D6913: Sieve Size 2 inch (50 mm) 3/4 inch 20 mm) No. 40 No. 200 Percent Passing 100-75 100-75 0-60 0-35 Expansion Index (EI) <_ 50 per ASTM D4829 Plasticity Index (PI) < 20 and Liquid Limit < 40 per ASTM D4318. Page SP-32 of 69 The maximum aggregate size shall be limited to 3/4 inch unless field tests have been performed to evaluate potential strength reductions to the geosynthetic design due to damage during construction. Material can be site -excavated soils where the above requirements can be met. Unsuitable soils for backfill (high plastic clays or organic soils) shall not be used in the backfill, in the reinforced soil mass, or in the foundation soils. Contractor shall submit reinforced fill sample and laboratory test results to the Architect/Engineer for approval prior to the use of any proposed reinforced fill material. Soil within 6 inches of a geogrid layer shall not contain particles larger than 6 inches. 201-10.2.6 Geosynthetic Soil Reinforcement (Geogrid) Geosynthetic reinforcement shall consist of structural geogrids manufactured specifically for soil reinforcement applications and shall be manufactured from high tenacity polyester yarn, polypropylene or high density polyethylene. Polyester geogrid shall be knitted from high tenacity polyester filament yarn with a molecular weight exceeding 25,000 Meg/m and a carboxyl end group values less than 30. Polyester geogrid shall be coated with a material which is resistant to peeling, cracking, and stripping. 201-10.2.7 Drainage Pipe SDR 35 drainage pipe shall conform to the requirements of ASTM D3034. If required, the drainage pipe shall be perforated or slotted PVC pipe manufactured in accordance with ASTM D3034 or approved equivalent. Perforations or slots shall be placed around the entire circumference spaced at three — 1 inch holes per six linear inches of pipe. C900 PVC pipe shall conform to the requirements of AWWA C900 DR 14. 201-10.2.8 Filter Fabric If required, provide filter fabric consisting of Mirafi 140N or approved equivalent as shown on construction drawings or as directed by the Engineer. 201-10.2.9 Drain Rock If required, provide drain rock consisting of clean 3/4" crushed rock or approved equivalent as shown on construction drawings or as directed by the Engineer. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Page SP-33 of 69 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-132-PG 64-10 (20% max RAP). SECTION 205 — PILES 205-3 CONCRETE PILES 205-3.3 Cast -In -Place Concrete Piles Delete the entire section and substitute with the following: Piling for bridge shall conform to Sections 49 of the State Standard Specifications. Including the following revisions and additions: Clean loose soils from bottom of drilled excavations. A wet method of construction will be required. Concrete placement by pumping or tremie tube to the bottom of the pile borings will be required. Contractor to be prepared to dispose contaminated soil cuttings and groundwater. Onsite soils are susceptible to caving. A full length temporary casing is allowed" Add to Section 49-3.02B(6)(c) of the State Standard Specifications: The synthetic slurry must be one of the materials shown in the following table: Material Manufacturer SlurryPro CDP KB INTERNATIONAL LLC 735 BOARD ST STE 209 CHATTANOOGA TN 37402 (423) 266-6964 Super Mud PDS CO INC 105 W SHARP ST EL DORADO AR 71731 870 863-5707 Shore Pac GCV CETCO CONSTRUCTION DRILLING PRODUCTS 2870 FORBS AVE HOFFMAN ESTATES IL 60192 800 527-9948 Terragel or Novagel GEO-TECH SERVICES LLC Polymer 220 N. ZAPATA HWY STE 11A-449A LAREDO TX 78043 210 259-6386 BIG FOOT MATRIX CONSTRUCTION PRODUCTS 50 S MAIN ST STE 200 NAPERVILLE IL 60540 (877) 591-3137 POLY -BORE BAROID INDUSTRIAL DRILLING PRODUCTS 3000 N SAM HOUSTON PKWY EAST HOUSTON TX 77032 (877) 379-7412 Page SP-34 of 69 Use synthetic slurries in compliance with the manufacturer's instructions. Synthetic slurries shown in the above table may not be appropriate for a given job site. Synthetic slurries must comply with the Department's requirements for synthetic slurries to be included in the above table. The requirements are available from the Offices of Structure Design, P.O. Box 168041, MS# 9-4/11G, Sacramento, CA 95816-8041. SlurryPro CDP synthetic slurry must comply with the requirements shown in the following table: SlurryPro CDP Quality characteristic Test method Requirement Density During drilling (pcf) Mud weight (density), <_ 67.Oa API RP 13B-1, Before final cleaning and immediately section 4 <_ 64.Oa before placing concrete(pcf) Viscosity During drilling (sec/qt) Marsh funnel and cup. 50-120 API RP 13B-1, Before final cleaning and immediately section 6.2 <_ 70 before placing concrete (sec/ t pH Glass electrode pH meter 6.0-11.5 or pH paper Sand content, percent by volume Sand, Before final cleaning and immediately API RP 13B-1, section 9 < 1.0 before placing concrete NOTE: Slurry temperature must be at least 40 OF when tested. alf authorized, you may use slurry in a salt water environment. The allowable density of slurry in a salt water environment may be increased by 2 pcf. Super Mud synthetic slurry must comply with the requirements shown in the following table: Super Mud Quality characteristic Test method Requirement Density During drilling (pcf) Mud weight (density), <_ 64.0a API RP 13B-1, Before final cleaning and immediately section 4 <_ 64.0a before placing concrete pcf Viscosity During drilling (sec/qt) Marsh funnel and cup. 32-60 Before final cleaning and immediately API RP 13B-1, section 6.2 < 60 before placing concrete sec/qt pH Glass electrode pH meter 8.0-10.0 or pH paper Sand content, percent by volume Sand, Before final cleaning and immediately API RP 13B-1, section 9 < 1.0 before placing concrete NOTE: Slurry temperature must be at least 40 OF when tested. alf authorized, you may use slurry in a salt water environment. The allowable density of slurry in a salt water environment may be increased by 2 pcf. Page SP-35 of 69 Shore Pac GCV synthetic slurry must comply with the requirements shown in the following table: Shore Pac GCV Quality characteristic Test method Requirement Density During drilling (pcf) Mud weight (density), <_ 64.Oa API RP 13B-1, Before final cleaning and immediately section 4 <_ 64.0a before placing concrete pcf Viscosity During drilling (sec/qt) Marsh funnel and cup. 33-74 Before final cleaning and immediately API RP 13B-1, section 6.2 < 57 before placing concrete sec/qt pH Glass electrode pH meter 8.0-11.0 or pH paper Sand content, percent by volume Sand, Before final cleaning and immediately API RP 13B-1, section 9 1.0 before placing concrete NOTE: Slurry temperature must be at least 40 °F when tested. alf authorized, you may use slurry in a salt water environment. The allowable density of slurry in a salt water environment may be increased by 2 pcf. Terragel or Novagel Polymer synthetic slurry must comply with the requirements shown in the following table: Terragel or Novagel Polymer Quality characteristic Test method Requirement Density During drilling (pcf) Mud weight (density), <_ 67.0a API RP 13B-1, Before final cleaning and immediately section 4 <_ 64.0a before placing concrete pcf Viscosity During drilling (sec/qt) Marsh funnel and cup. 45-104 Before final cleaning and immediately API RP 13B-1, section 6.2 < 104 before placing concrete sec/qt pH Glass electrode pH meter 6.0-11.5 or pH paper Sand content, percent by volume Sand, Before final cleaning and immediately API RP 13B-1, section 9 1.0 before placing concrete NOTE: Slurry temperature must be at least 40 °F when tested. alf authorized, you may use slurry in a salt water environment. The allowable density of slurry in a salt water environment may be increased by 2 pcf. Page SP-36 of 69 BIG -FOOT synthetic slurry must comply with the requirements shown in the following table: BIG -FOOT Quality characteristic Test method Requirement Density During drilling (pcf) Mud weight (density), <_ 64.Oa API RP 1313-1, Before final cleaning and immediately section 4 <_ 64.Oa before placing concrete(pcf) Viscosity During drilling (sec/qt) Marsh funnel and cup. 30-125 Before final cleaning and immediately API RP 1313-1, section 6.2 55-114 before placing concrete sec/ t pH Glass electrode pH meter 8.5-10.5 or pH paper Sand content, percent by volume Sand, Before final cleaning and immediately API RP 1313-1, section 9 1.0 before placing concrete NOTE: Slurry temperature must be at least 40 °F when tested. alf authorized, you may use slurry in a salt water environment. The allowable density of slurry in a salt water environment may be increased by 2 pcf. POLY -BORE synthetic slurry must comply with the requirements shown in the following table: POLY -BORE Quality characteristic Test method Requirement Density Mud weight (density), During drilling (pcf) API RP 1313-1, 62.8-65.8a section 4 Before final cleaning and immediately 62.8-64.0a before placing concrete pcf Viscosity Marsh funnel and cup. During drilling (sec/qt) API RP 1313-1, section 6.2 50-80 Before final cleaning and immediately 50-80 before placing concrete sec/qt pH Glass electrode pH meter 7.0-10.0 or pH paper Sand content, percent by volume Sand, Before final cleaning and immediately API RP 1313-1, section 9 <_ 1.0 before placing concrete NOTE: Slurry temperature must be at least 40 °F when tested. alf authorized, you may use slurry in a salt water environment. The allowable density of slurry in a salt water environment may be increased by 2 pcf. Add to section 49-3.02C(1) of the State Standard Specifications: If the piling center -to -center spacing is less than 4 pile diameters, do not drill holes or drive casing for an adjacent pile until 24 hours have elapsed after concrete placement in the preceding pile and your prequalification test results for the concrete mix design show that the concrete will attain at least 1800 psi compressive strength at the time of drilling or driving. Page SP-37 of 69 SECTION 206 - MISCELLANEOUS METAL ITEMS 206-5 METAL RAILINGS 206-5.2 Cable Railing (Bridge) All plates and posts must be anodized aluminum complying with ASTM B221 and B580. Aluminum yield strength must be a minimum of 50ksi. Submit shop drawings for the cable railing. The shop drawings shall include: 1. Details for venting and pickup holes in posts 2. Railing layout 3. Complete details for the construction of the work, including construction methods, sequence of shop and field assembly, and installation procedures. Pipes and other closures must be watertight. Fittings and hardware must fasten properly to the posts and other members. Cables, hardware, and all accessories required to complete the work shall be manufactured by Ultra-Tec Cable Railing or equivalent and installed per manufactures recommendations. Cable used in the railing must be: 1. Be wire rope 2. Be 1/4 inch in diameter 3. Have a minimum breaking strength of 5,000 lb 4. Be stainless steel per Type 304, 316 or 316L. Crimped sleeve clamps and stud socket assemblies shall: 1. Be stainless steel 2. Develop the strength of the cable 3. Be the same color as the cable Wherever necessary to conform to horizontal or vertical curvature, rework and fit the posts and cable to present a smooth, neat, and workmanlike appearance. 206-6 PREFABRICATD STAIRS 206-1 General The prefabricated stairs includes the construction of a stairway as shown in the contract documents and must be fabricated offsite and delivered to the project ready for erection. Page SP-38 of 69 206-6.2 Material Excavation and backfill must comply with section 19. Concrete work, joint seals, and bearing pads must comply with section 51. Structural shapes, plates, bars, bolts and welding must comply with section 55. Structural tubing steel must comply with ASTM A500/A500M or A501. Painting steel must comply with section 59-1 and 59-2. All steel must be painted with a first finish coat of AMS-STD-595 color no. 37875, and a second coat of AMS-STD-595 color no. 37925. 206-6.3 Submittals Submit shop drawings for the prefabricated stairs. The shop drawings shall include: 1. Layout, structural details, installation procedures, and any information required to construct the stairs in conformance with the contract documents. Stairs shall meet all ADA and CBC (California Building Code) design requirements. 2. Design calculations stamped by California registered civil engineer. 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. 214-6.4 Retroreflective Pavement Markers Page SP-39 of 69 214-6.4.1 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 (0.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2'/4 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. 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 Page SP-40 of 69 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. 300-2 UNCLASSIFIED EXCAVATION. 300-2.9 Payment Payment for all unclassified excavation will be made at the Contract Unit Price per Lump Sum (LS). The estimated unclassified excavation quantity in cubic yards (CY) is shown on the construction drawings. This estimated quantity is the compacted "in - place" quantity and does not account for soil expansion during excavation, loading and transportation. The existing and proposed terrain (ground surfaces) are provided in AutoCAD format. Contractor shall verify estimated quantity prior to the start of construction. No additional payment will be allowed for this item after the start of construction. 300-4 UNCLASSIFIED FILL. 300-4.10 Payment Payment for all unclassified fill will be made at the Contract Unit Price per Lump Sum (LS). The estimated unclassified fill quantity in cubic yards (CY) is shown on the construction drawings. This estimated quantity is the compacted "in -place" quantity and does not account for soil expansion during excavating, filling, spreading, and grading operations. The existing and proposed terrain (surfaces) is provided in AutoCAD format. Contractor shall verify estimated quantity prior to the start of construction. No additional payment will be allowed for this item after the start of construction. 300-3 STRUCTURE EXCAVATION AND BACKFILL. Delete the entire section and substitute with the following: Structure excavation and backfill for bridge, stairway and cast -in -place retaining wall structures shall conform to Sections 19-3 of the State Standard Specifications Page SP-41 of 69 SECTION 302 — ROADWAY RESURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks'/4-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. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks, cross gutters 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 markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A Page SP-42 of 69 two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. 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. 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 traffic striping and pavement markings by grinding. Other methods such as sandblasting will not be allowed. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 314-4.1 General Temporary painted traffic striping and markings shall be lane marking paint applied at 15 mil in one coat, as soon as possible and within 24 hours after the level course, finish course or slurry seal has been placed. The width of the temporary lane line stripes shall be one-half the width of the permanent final stripes. Temporary crosswalks and stop bars stripes shall be full width and shall be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" stripes shall also be placed prior to opening the street to traffic. Tabs and/or "cat -tracking" will not be accepted as temporary striping. 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 Page SP-43 of 69 markings. No street shall be without proper striping over a weekend or holiday. Stop bars and crosswalks shall not remain unpainted overnight. 314-4.4 Thermoplastic Traffic Striping and Pavement Markings 314-4.4.1 General The final reflectorized thermoplastic striping shall not be applied until the finish course pavement or slurry seal has been in place for at least 10 days but no later than 15 days. The thermoplastic shall be applied at 1.5 mm (60 mil) to 2.0 mm (80 mil) thickness for all striping except crosswalks and limit lines which shall be 2.5 mm (100 mil) to 3.0 mm (120 mil) thickness. Striping shall be applied by extrusion method. Sprayable thermoplastic striping shall not be allowed. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. 314-4.4.2 Surface Preparation Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. The concrete surface shall be roughened along the thermoplastic striping. The width of the roughened concrete surface shall match the width of the striping. 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 10 days but not later than 15 days. Add Section 315 — TRAFFIC SIGN INSTALLATION 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. Page SP-44 of 69 Refer to CNB DWG 924-L for typical sign installation. PART 6 — TEMPORARY TRAFFIC CONTROL 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 Where falsework is constructed over Superior Avenue for bridge construction, provide vehicular and pedestrian openings through the bridge falsework. A 36-foot wide vehicular opening and a 8-foot wide pedestrian opening is required in the westbound direction. The existing westbound 12-foot wide thru lane, 12-foot wide thru/left turn lane and 12-foot wide right turn lane must be maintained through the falsework. Temporary striping will be required. A 24-foot wide vehicular opening and a 8-foot wide pedestrian opening is required in the eastbound direction. The two existing 12-foot wide thru lanes and sidewalk must be maintained through the bridge falsework. The width of openings is the clear width between temporary railings or other protective work and does not include additional lengths required for falsework span skew. A minimum 15.5-foot vertical clearance must be provided for all vehicular falsework openings and 10-foot vertical clearance for all pedestrian falsework openings. 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. Replace Reserved in section 12-4.03 of the State Standard Specifications with: Page SP-45 of 69 Section 12-4.03 includes specifications for providing falsework openings. Falsework shall conform to Sections 48 of the State Standard Specifications. Where falsework is constructed over Superior Avenue for bridge construction, provide vehicular openings through the bridge falsework. A 35 feet vehicular opening is required in the westbound direction and a 30 feet vehicular opening is required in the eastbound direction. The width of vehicular openings is the clear width between temporary railings or other protective work. A minimum 15.5 feet vertical clearance must be provided for all vehicular falsework openings. Falsework, protective railing, construction signage shall be installed to develop sufficient site distance for an assumed 35 MPH design speed during construction. The Contractor shall submit to the Engineer required temporary closures for falsework construction in conformance with section 601 of these special provisions. The Engineer determines the exact location of the openings 600-3 PEDESTRIAN ACCESS 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, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS 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 meeting, traffic control plans and/or detour plans for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City and Caltrans. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be Page SP-46 of 69 signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 4. Emergency vehicle access shall be maintained at all times. 5. 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. 6. All advanced warning sign installations shall be reflectorized and/or lighted. 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. 8. At a minimum, the Contractor shall maintain one lane of traffic in each direction during daytime working hours. Temporary striping may be required and shall be shown on the TCP. 9. 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. 10. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 11. 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. PART 7 — STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 701 — CONSTRUCTION 701-17 TRAFFIC SIGNAL MODIFICATIONS Refer to State Standard Specifications (2018 Edition) Sections 86 and 87 and the attached State Special Provisions (2018 Edition) Sections 86 and 87 (See Attachment 2). Page SP-47 of 69 PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIALS 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). 800-1.6 Hydroseed 800-1.6.1 General a. Fertilizer: 400 (Four -Hundred) pounds of fertilizer shall be used per acre. It shall consist of 300 pounds of 18-46-0 (Diammonium Phosphate) and 100 pounds of 0-0-50 (Muriate of Potash) or400 pounds per acre of 19-19-19 fertilizer. b.Hydro-mulch: Shall be cellulose or wood fiber based and shall be applied at 1,000 (one -thousand) pounds per acre. c. Tackifier: Shall be organic/ non petroleum based and shall be applied at the manufacturer's recommended rate / acre. Seed: The specified species and Pure Live Seed amounts per acre shall be used. Seed shall be the last item to be placed into the tank and shall not remain in the hydro -seeder more than 4hours. If legume inoculant is required, shall be added to the tank with the seed. SECTION 801 - INSTALLATION 801-1 GENERAL The landscape contractor or subcontractor shall provide a licensed Pest Control Advisor (PCA) prior to applying herbicide. The PCA will be responsible for preparing and approving a Pest Control Recommendation and providing Safety Data Sheets (SDS). These items shall be included with the herbicide submittal. The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City Arborist at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines. Page SP-48 of 69 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City Arborist. 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 Pruni 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 Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Add Section 801-1.1 Weed Abatement 801-1.1 Weed Abatement Weed abatement work shall not begin until irrigation sprinkler systems for the prescribed area are installed and operable. a) Manually remove all existing unwanted vegetation and dispose of it off site. b) Fertilize all planting areas with a 12-12-12 commercial fertilizer at the rate of three hundred Ibs (300) per acre and begin watering process. c) Upon completion of the irrigation system, water all areas four (4) times daily for 21 consecutive days and until weed seeds have germinated. Cease watering for three (3) days. Spray a non -selective contact herbicide (Roundup Pro or Rodeo) Page SP-49 of 69 to eradicate the germinated weeds. Waiting period prior to clearing weeds shall be seven (7) to ten (10) days. d) Allow herbicide to kill all weeds. Rake or hoe off all dead weeds to a minimum depth of '/4-inch inch below the surface of the soil. Remove all cleared weeds and legally dispose of off -site. e) Re -water cleared planting areas four (4) times daily for 14- consecutive days, until new growth appears. Re -apply herbicide. Clear weeds, after seven (7) to ten (10) days or an approved alternate time period. Remove all cleared weeds and legally dispose of offsite. 801-6 MAINTENANCE AND PLANT ESTABLISHMENT The maintenance and plant establishment period shall be for a period of (90) calendar days. Add Section 802 — BIORETENTION BMPs MATERIALS AND INSTALLATION SECTION 802 - BIORETENTION BMPs MATERIALS AND INSTALLATION ENGINEERED SOIL MEDIA DESCRIPTION This work consists of supplying, testing, amending, mixing and installing various planting soil categories for use in stormwater management and horticultural plantings, covering the following: 1. Engineered Soil Media: soil blend for use in stormwater Bioretention BMP facilities. Except as herein stated, the requirements specified for Green Book Standard Specifications Section 800 "Landscaping and Irrigation" are applicable to this specification. MATERIALS 1. GENERAL — Soils mixtures are composed of a blend of three base components: base loam, organic material and sand. The Contractor is responsible for locating and obtaining approval of sources for base loam, organic material and sand that meet the Specification requirements. The Contractor is responsible for mixing the components. Approximate mixing ratios are as specified herein, but may require adjustment, depending on the characteristics of the final base materials. b. Base Components (i) Base Loam: a natural A -horizon growing medium free from admixtures. (ii) Organic Material or Compost: a fully decomposed yard waste organic material. Page SP-50 of 69 (iii) Sand: uniformly -graded medium to coarse sand. c. Soil medium materials shall fulfill the requirements as specified and be tested to confirm the specified characteristics. 2. BASE LOAM a. Base Loam shall be natural A -horizon topsoil free of subsoil, large stones, earth clods, sticks, stumps, clay lumps, roots or other objectionable, extraneous matter or debris. Base Loam shall also be free of primary noxious weeds. Base Loam shall not be delivered or used for planting while in a frozen or muddy condition. Base Loam for mixing shall conform to the following grain size distribution for material passing the #10 sieve by weight: U.S. Sieve Size Number Percent Passing Minimum Maximum 10 100 --- 18 85 100 35 70 95 60 54 85 140 42 68 270 36 60 0.002mm 3 12 b. Maximum size shall be one -inch largest dimension. The maximum retained on the #10 sieve shall be 20% by weight of the total sample. Tests shall be by combined hydrometer and wet sieving in compliance with ASTM D422 after burning off organic matter by ignition. The organic content shall be between 3.0 and 6.0 percent by weight. Base Loam shall have a well - developed and stable crumb structure. c. Unless otherwise recommended by the Contractor's Soil Scientist: Cation Exchange Capacity shall be not less than 12 and Soluble Salts shall be not more than 2,000 ppm/2.0 mmhos/cm. 3. COARSE SAND FOR SOIL MIXTURES a. Sand for blending shall be uniformly graded medium to coarse sand consisting of clean, inert, rounded to sub -angular grains of quartz or other durable rock free from loam or clay, surface coatings and deleterious materials, include no more than 0.5% mica, and have the following gradation for material passing the #10 sieve by weight. Page SP-51 of 69 U.S. Sieve Size Number Percent Passing Minimum Maximum 10 100 --- 18 60 80 35 25 45 60 8 20 140 0 8 270 0 3 0.002mm 0 0.5 b. Maximum size shall be one -inch largest dimension. The maximum retained on the #10 sieve shall be 15% by weight of the total sample. The ratio of the particle size for 70% passing (D70) to the particle size for 20% passing (D20) shall be 3.0 or less (D70/D20 <3.0). Tests shall be by combined hydrometer and wet sieving in compliance with ASTM D422 after burning off organic matter by ignition. c. Coarse sand shall be non -calcite and shall not be derived from serpentine. pH shall be less than 7.5. 4. ORGANIC AMENDMENT (COMPOST) a. Organic Matter shall be a stable, humus -like material produced from the aerobic decomposition and curing of leaf and yard waste composted for a minimum of one year (12 months). The leaf and yard waste compost shall be free of debris such as plastics, metal, concrete or other debris. The leaf and yard waste compost shall be free of stones larger than 1/2", larger branches and roots. Wood chips over 1" in length or diameter shall be removed by screening. The compost shall be a dark brown to black color and be capable of supporting plant growth with appropriate management practices in conjunction with addition of fertilizer and other amendments as applicable, with no visible free water or dust, with no unpleasant odor, and meeting the following criteria as reported by laboratory tests. The ratio of carbon to nitrogen shall be in the range of 12:1 to 25:1. (ii) Stability shall be assessed by the Solvita procedure. Protocols are specified by the Solvita manual (latest version). The compost must achieve a maturity index of 6 or more as measured by the Solvita scale. Stability tests shall be conducted by a City approved lab. (iii) Pathogens/Metals/Vector Attraction reduction for compost material derived from biosolids shall meet 40 CFR Part 503 rule, Table 3, page 9392, Vol. 58 No. 32, (for applications to soils with Page SP-52 of 69 human activity). (iv) Organic Content shall be at least 20 percent (dry weight). One hundred percent of the material shall pass a 3/8-inch (or smaller) screen. Debris such as metal, glass, plastic, wood (other than residual chips), asphalt or masonry shall not be visible and shall not exceed one percent dry weight. Organic content shall be determined by weight loss on ignition for particles passing a number 10 sieve. (v) pH: The pH shall be between 6.5 to 7.2 as determined from a 1:1 soil - distilled water suspension using a glass electrode pH meter American Society of Agronomy Methods of Soil Analysis. (vi) Salinity: Electrical conductivity of a one to five soil to water ratio extract shall not exceed 2.5 mmhos/cm (dS/m). (vii) The compost shall be screened to 1/2 inch maximum particle size and shall contain no more than 3 percent material finer than 0.002mm as determined by hydrometer test on ashed material. (viii) Chemical analysis shall be undertaken for Nitrate Nitrogen, Ammonium Nitrogen, Phosphorus, Potassium, Calcium, Aluminum, Magnesium, Iron, Manganese, Lead, Soluble Salts, Cation Exchange Capacity, soil reaction (pH), and buffer pH. The Contractor's Soil Scientist shall provide a recommendation as to the suitability of the compost based on review of the test results. SUBMITTALS AND TESTING 1. Critical Path Processing -Soils Testing Report Submittals. The Contractor is responsible for recognizing that these project materials warrant timely and serious attention, that the testing process to achieve approved materials shall be considered a lead time item, and that under no circumstance shall failure to comply with all specification requirements be an excuse for a delay or for expedient substitution of unacceptable material(s). 2. Sources for Soil Components and Soil Mixes: Within seven (7) days after notice to proceed, submit information identifying sources for soil components and the firm responsible for mixing of soil mixes: a. Soil mix supplier shall have a minimum of five years of experience supplying custom planting soil mixes. b. Submit supplier name, address, telephone and fax numbers and contact name. c. Submit certification that accepted supplier is able to provide sufficient quantities of materials and mixes for the entire project. 3. Testing Agency: Within seven (7) days after notice to proceed, Contractor shall furnish the name and location of the proposed testing agency. Agency proposed for testing of horticultural soils shall be an approved member of the Page SP-53 of 69 Performance Assessment Program (PAP) administered by the North American Proficiency Testing (NAPT) Oversight Committee. The Testing agency shall be accepted by the City Engineer. 4. Product Data: No later than 30 days prior to planned soil construction, submit most recent printed information from manufacturer for: a. Organic Material: identify the material(s) from of which is it composed and identify the location where material was composted. b. Fertilizers c. Ground Limestone d. Sulfur 5. Samples and Test Reports: Submit representative samples and reports to the Engineer and the Testing Agency as described herein for approval. Delivered materials shall closely match the approved samples. a. Submit 1 gallon soil samples and horticultural soil test reports in two phases. (i) Planting Soil Base Components: • Base Loam • Organic Amendment (Compost) • Sand Submit samples of above to the Testing Agency. Submit soil testing reports to Engineer no later than 21 days prior to planned soil construction. (ii) Only after approval of base components, submit soil blend mixes / mediums for approval. Mixing and batching of soil mediums in the same manner as bulk soils will be prepared for delivery to site, and shall include: • Engineered Soil Media Submit samples of above to the Testing Agency. Submit duplicate samples and soil testing reports to Engineer no later than 14 days prior to planned soil construction. (iii) Samples of each soil type delivered to the site shall be taken and tested for conformance with the Specification Requirements. Submit duplicate samples and soil testing reports to Engineer. b. Soil Sampling: Sampling shall be done by the Contractor. Samples shall be representative of the material to be brought to the site. Each sample shall be a Composite Sample, which consists of 5 separate sub -samples taken from a minimum of (5) different locations at each source and mixed together to make the test sample. Page SP-54 of 69 c. Test Reports shall be certified and shall cover the items below. All reports must be from recent analyses, less than 90 days old, and represent materials that are available for delivery to the site. (i) Mechanical gradation (sieve analysis) shall be performed and compared to the USDA Soil Classification System. (ii) The silt and clay content shall be determined by a Hydrometer Test of soil passing the #270 sieve. Percent clay (0.002 mm) shall be reported separately in addition to silt (ASTM D-422-63, hydrometer method). (iii) Chemical analysis shall be undertaken for Nitrate Nitrogen, Ammonium Nitrogen, Phosphorus, Potassium, Calcium Magnesium, Aluminum, Manganese, Cation Exchange Capacity, Soluble Salts, acidity (pH) and buffer pH. Tests shall be conducted in accordance with California Test Methods (CTM). Certified reports on analyses from producers of composted organic materials are required. Analyses will include all tests for criteria specified herein. (b) Density Tests: In -place density testing is required in all areas. Placed engineered soil media must be inspected for compaction level by the soil scientist or by the following: ASTM D1556 Density of Soil and Rock In Place Using Sand Cone Method, ASTM D6398-10 Nuclear Methods or ASTM D2167-08 Rubber Balloon method. AASHTO T-99 (Standard Effort) in accordance with City specifications shall be used for Laboratory Compaction Characteristics of Soil unless otherwise directed. • Contractor shall perform In -place density tests at a rate of one test per 2,000 square feet for each type of material placed. (c) Test data and recommendations for soil amendments including but not limited to: nitrogen, phosphorus, potassium and limestone 6. Certificates: No later than 7 days prior to planned soil construction, submit certification that soil blend components and soil mediums meet applicable environmental standards of the City. PROPORTIONING Contractor shall uniformly mix ingredients on an approved hard surface area or with soil blending equipment. Soils and Organic Amendment shall be maintained moist, not wet, during mixing. Amendments shall not be added unless approved to extent and quantity by the owner and additional tests have been conducted to verify type and quantity of amendment is acceptable. Percentages of components, unless otherwise noted, will be established upon completion of individual test results for components of the various mixes. After component percentages are determined by the Contractor's Soil Scientist, Page SP-55 of 69 each planting soil medium shall be tested for physical and chemical analysis. 1. BIORETENTION BMP SOIL Bioretention BMP Soil shall consist of a blend of approximately 55% by volume Coarse Sand, 20% by volume Base Loam and 25% by volume of Organic Amendment. The components shall be blended to create a uniform mixture that meets the following criteria. Percentages will be adjusted as necessary to achieve the following grain size distribution and criteria below for material passing the #10 sieve by weight: U.S. Sieve Size Number Percent Passing Minimum Maximum 10 100 --- Coarse Sand 18 68 95 Coarse Sand 35 38 65 (Coarse Sand) 60 22 37 Fine Sand 140 15 22 (Fine Sand) 270 12 14 Silt 0.002mm 1 4 (Clay) a. Maximum size shall be one inch largest dimension. The maximum retained on the #10 sieve shall be 15% by weight of the total sample. b. The ratio of the particle size for 70% passing (D70) to the particle size for 20% passing (D20) shall be 4.5 or less (D70/D20 <4.5). c. The final mix shall have a saturated hydraulic conductivity of not less than 4.0 inches per hour according to test procedure ASTM D5856-95 (2000) when compacted to a minimum of 86 percent of the maximum density as determined by AASHTO T-99. The mix shall be compacted at 60% to 80% optimum moisture content. d. Organic content shall be between 3.0 and 4.0 percent by weight. e. Unless otherwise specified or recommended by the Contractor's Soil Scientist: pH shall be between 6.5 and 7.2; CEC shall be a minimum of 7; P-Index shall be between 10 and 30; and Soluble Salts shall be less than 500 ppm/0.5 mmhos/cm. PREPARATION AND MIXING OF PLANTING SOIL MIXES Preparation, amendment, and mixing of the planting soil shall be performed at the Contractor location. The following procedure shall be followed: Page SP-56 of 69 1. Soil shall be amended to meet pH requirements and horticultural deficiencies as determined by the City -approved Testing Agency. 2. Examine soil and remove foreign materials, stones and organic debris over 1 /2" in size. 3. Correct deficiencies in soil as directed by horticultural soil test results. If lime is to be added, it shall be mixed with dry soil before fertilizer is added and mixed. 4. Planting soil mixtures shall be produced with equipment that blends together each component in a thorough and uniform manner. 5. Preparation and mixing shall be accomplished when the soil moisture content is less than field capacity and at a moisture content approved by the City and the Soil Scientist. 6. Incorporate pre -plant fertilizer as directed. DELIVERY, STORAGE AND HANDLING 1. Material shall not be handled or hauled when it is wet or frozen. Soil shall be hauled only when the moisture content is between 60% and 100% of optimum moisture content as determined by AASHTO T-99. Stockpiles shall be covered during wet weather. The Contractor is responsible for meeting these requirements until the soil is delivered to the site. Soil which is delivered that exceeds the allowable maximum moisture content shall be replaced with new soil that meets the requirements. 2. Contractor shall store and handle packaged materials in strict compliance with manufacturer's instructions and recommendations. Protect all materials from weather, damage, injury and theft. PRE -INSTALLATION EXAMINATION AND PREPARATION 1. Coordinate activities with other project contractors so that there is no soil disturbance from traffic or other construction activities subsequent to placement. 2. Pre -Installation Examination Required: The Contractor shall examine previous work, related work, and conditions under which this work is to be performed and shall notify the Engineer in writing of all deficiencies and conditions detrimental to the proper completion of this work. Beginning work means Contractor accepts substrates, previous work, and conditions. The Contractor shall not place any planting soil until all work in adjacent areas is complete and approved by the City. 3. Examination of Conditions: Prior to the start of soil placement existing conditions shall be reviewed. Any deficiencies shall be noted and related to the City in writing prior to acceptance of the subgrade by the Landscape Contractor. Deficiencies include, but shall not be limited to the following: Page SP-57 of 69 a. Construction debris present within the planting areas. b. The subgrade is at incorrect depths for installing the designed soil profile and/or drainage layer. c. Incomplete irrigation and/or subsurface drainage installation. PREPARATION OF SOILS The contractor or Contractor shall not work soil when the moisture content is less than 60% nor more than 100% of optimum moisture content as determined by AASHTO T-99 for all planting soils. Apply water, if necessary, or dry the soil to bring soil within the acceptable moisture content range. PLACEMENT OF DRAINAGE MATERIALS AND SOIL LAYERS 1. Preparation for Placement of Planting Soils a. Notify the City of soil placement operations at least seven calendar days prior to the beginning of work. b. Prevent compacting soils by beginning work in corner, against walls, or the center of isolated beds, and progressing outwards towards borders. c. Never move or work Planting Soils when wet or frozen. d. Place barricades as required to prevent compaction of planting soil from vehicles, equipment, or pedestrian traffic. 2. In accordance with the Contract Document and Detail Drawings, proceed with placement of base materials as follows: a. Where Geosynthetics (30 Mil Plastic Liner) are required per the contract plans, place geosynthetic layers in accordance with the specification for Geosynthetics (30 Mil Plastic Liner) for Bioretention BMPs. b. Where subsurface storage is required, place sand or stone layer as shown on the drawings in accordance with the specification for Gravel for Bioretention BMPs. 3. General Placement Requirements a. No rubber -tired equipment or heavy equipment except for a small bulldozer shall pass over the subsoils (subgrade) after they have been loosened and recompressed. If the Contractor plans to utilize such areas for any use of heavy equipment, this work should be carried out prior to beginning the process of loosening soils or filling in that area. b. Place and spread Planting Soils in layers as specified to a thickness greater than required such that after settlement, Page SP-58 of 69 c. The surface area of each lift, including the subgrade after it has been compacted, shall be scarified by raking immediately prior to placing the next lift. d. Place and spread topmost layers of planting medium to the thickness such that, after settlement, finished grades conform to the lines, grades and elevations shown on the Drawings. Ensure proper drainage in an uninterrupted pattern free of hollows and pockets. e. All planting soils shall be placed at a moisture content between 60% and 100% of optimum moisture content as determined by AASHTO T-99 for all planting soils except Sand -Based Structural Soil which shall be determined by AASHTO T-180. 4. Place and spread Bioretention BMP Soil in lifts not greater than twelve inches and compact each layer to a density of 83% plus or minus 2% of maximum density as determined by AASHTO T-99. PROTECTION 1. Protect newly graded areas from traffic, freezing and erosion. Keep free of trash, debris or construction materials from other work. 2. Repair and re-establish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or compaction due to subsequent construction operations or weather conditions. Scarify or remove and replace material to a depth as directed by the Engineer and the Soil Scientist; reshape and re -compact at optimum moisture content to the required density. 3. Where settling occurs, before final acceptance or during the warranty period, remove finish surfacing, backfill with additional approved soil, compact to specified rates, and restore any disturbed areas to a condition acceptable to the Owner. COORDINATION AND EXCESS MATERIALS 1. Coordinate activities with other project contractors so that there is no soil disturbance from traffic or other construction activities subsequent to placement. 2. Excess Planting Soil Mixtures and Materials: Remove excess planting mediums and materials from the site. POST -INSTALLATION TESTING In -place density testing shall be performed by the Contractor at a rate of 1 per 2000 square feet for each type of material placed. The standard test for surface and subsurface density shall be ASTM D 2922-01: Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). Page SP-59 of 69 GEOSYNTHETIC (30 MIL PLASTIC LINER) FOR BIORETENTION BMPS DESCRIPTION This work consists of supplying and installing various Geosynthetics (30 Mil Plastic Liner) for use in Bioretention BMPs, including the following: 1. Waterproofing Membrane: Material that is used to contain stormwater within the facility or infiltrate vertically by lining the sides. Except as herein stated, the requirements specified by Green Book Standard Specifications Section 213 "Engineering Geosynthetics (30 Mil Plastic Liner)" are applicable to this specification. MATERIALS 1. Waterproofing Membrane: shall have a thickness of 30 mil and conform to the following requirements. Table 1: Test Properties for Waterproofing Membrane Test Method Specifications Limits Thickness D5199 +/-5% Specific Gravity (min.) D 792 1.20 100% Modulus (psi, min.) D 882 100030 (lb. force/in width, min.) Tensile (psi, min.) (Ib. D 882 230073 force/in width, min.) Elongation at Break (%, D 882 380 min. Graves Tear (lb./in., min.) D 1004 3258 (lb. force/in. width, min. Resistance to Soil Burial (% G 160 change, max.) (a) Break Strength (b) Elongation (c) Modulus at 100% 5 20 20 Low Temperature Impact D 1790 -20 Pass/F Dimensional Stability (% D 1204 (212/F/15 min.) 3 change/max.) Water Extraction (%, Max. D 1239 0.15 Loss Volatile Loss %, max. D 1203 0.70 Hydrostatic Resistance (psi, D 751 100 min. Page SP-60 of 69 SUBMITTALS AND TESTING 1. Product Data: Submit most recent printed information from manufacturer for: a. Type and Source of Materials b. Qualifications of Manufacturer • Manufacturer shall have a minimum of five (5) years of experience supplying geotextile materials for stormwater applications. • Submit Manufacturer name, address, telephone and fax numbers, and contact name. • Submit certification that Manufacturer is able to provide sufficient quantities of materials for the entire project. c. Waterproofing Membrane per Table 1. • Thickness, mils • Specific Gravity • 100% Modulus, psi, pounds force/inch width • Tensile Strength, psi, pounds force/inch width • Elongation at Break, percent • Graves Tear, pounds/in, pounds force/inch width • Resistance to Soil Burial, % change • Low Temperature Impact, pass/degree Fahrenheit • Dimensional Stability, % change • Water Extraction, %, maximum loss • Volatile Loss, % • Hydrostatic Resistance, psi 2. Product Samples: Along with product data, submit representative samples to the City for review and approval. Do not order materials until the City Engineer has approved. Delivered materials shall match the approved samples. 3. Soil Tests: Submit certification that the geotextile has at least an order of magnitude (10x) higher permeability than the soil subgrade permeability as specified in the Contract Documents for infiltration practices. DELIVERY, STORAGE AND HANDLING 1. Deliver, store and handle packaged materials in strict compliance with all manufacturer's instructions and recommendations. Keep a record of all deliveries along with corresponding package labels. 2. Minimize exposure to ultraviolet (UV) degradation by keeping geotextile Page SP-61 of 69 materials out of direct sunlight at all times. Protect all materials from weather, damage, injury and theft. 3. Sequence deliveries to avoid delays and UV exposure. PRE -INSTALLATION EXAMINATION AND PREPARATION 1. Pre -Installation Examination: Prior to beginning work, the Contractor shall examine previous work, related work, and conditions under which this work is to be performed and shall notify the City in writing of all deficiencies and conditions detrimental to the proper completion of this work. This includes: a. The subgrade is at incorrect depths, lines, and dimensions for installing the geotextile fabrics. b. Overly wet conditions exist or are anticipated to occur during installation, as they will contaminate the geotextiles. c. Construction debris is present within the placement area which may damage the geotextiles; work is to be sequenced to avoid construction traffic on the exposed geotextiles at any time. PLACEMENT 1. The Contractor shall not place any geosynthetics until all work in adjacent areas is complete and approved by the City. 2. Material shall be cut and fit to the dimensions shown on the plans with a minimal amount of seams, and with excess materials removed and disposed of properly. Clean and straight cuts are required to the line and grade of the plans. 3. Geosynthetics (30 Mil Plastic Liner) shall be placed on the prepared surface of the bioretention BMP parallel to the longest side of the practice, and without dragging it across the grade. Wrinkles and folds shall be removed by stretching and pinning. 4. Waterproofing membrane shall be held in place by backfilling or other means without puncturing the material. Waterproofing membrane shall be glued continuously at seams in accordance with all manufacturers' recommendations including any required overlap. Folds shall also be secured and pulled taught. PROTECTION 1. Protect newly placed Geosynthetics (30 Mil Plastic Liner) from damage during construction, and protect them from ultraviolet (UV) degradation at all times. 2. Construction traffic on exposed geosynthetic materials is strictly prohibited. 3. After beginning work, coordinate activities with other work so that there is no disturbance or damage from traffic or other construction activities subsequent to placement. 4. Any damaged geotextile, geogrid, or waterproofing membrane shall be Page SP-62 of 69 repaired or replaced immediately upon discovery of the damage, to the satisfaction of the Engineer, at the Contractor's expense. EXCESS MATERIALS Unused material exposed to ultraviolet (UV) degradation or otherwise damaged shall also be disposed of properly. GRAVEL FOR BIORETENTION BMPs DESCRIPTION This item shall consist of constructing the gravel layer for Bioretention BMP facilities to the specified depths on a prepared foundation conforming to the lines, grades and cross sections shown in the contract documents. Except as herein stated, the requirements for control of materials, submittals, sampling, and testing items specified in Green Book Standard Specification section 4 "Control of Materials" not described in sections below, are applicable to this specification. SUBMITTALS Source Approval: Submit documentation of materials to the City as directed by the City Engineer prior to construction as follows: 1. Material Source -Certificate 2. Cleanliness — Certification that stone is double -washed per this provision. 3. Properties -Certified Test Results for: a) Gradation b) Smoothness c) Percentage of Wear 4. Sample: Prior to production and delivery of gravel, take at least one (1) initial sample in accordance with ASTM D75. Collect each sample by taking three (3) incremental samples at random locations from source material to make a composite sample. See Table 1-1 for minimum sampling requirements. Repeat sampling procedure when source of material is changed or when deficiencies or variations from specified grading of materials are found in testing. Page SP-63 of 69 Table 1-1: Minimum Sampling Requirements MATERIAL MINIMUM SAMPLE REQUIRED WORKING DAYS TO OBTAIN VERBAL TEST RESULTS Admixtures (Portland Cement Concrete) See 814 70 Pounds Aggregate, Coarse (PVV & Asphalt) 5 Aggregate, Fino Bituminous 20 Pounds 5 Blanket 10 Pounds Concrete 20 Pounds Filter 10 Pounds Mortar 10 pounds Vertical 10 pounds Aggregate, Source (new) 200 pounds 60 Anchor Bolts I specimen per lot 6 Asphalt Ccment (complete) Standard M oz_ can 5 Asphalt Cores Job Dependent I Asphalt, Cut -Back 1 quart 5 Asphalt, Emulsified 4 quarts 5 Asphalt Primer for Waterproofing 1 quart 5 Asphalt Seal Coat for Waterproofing 1 quart 5 Bituminous Mixtures 12 pounds 12 Job Mix Formulas 75 pounds 21 Bdek Building 10 specimens 12 Sewer 10 specimens 12 Burlap 3 foot length x width of roll 4 Caulking Compound I pint 20 Canvas Ceramic Tile 2 square yards 4 Concrete Mix Design 25 specimens 40 Concrete, Wet (Dunagan) 6 cubic feet 50 Dowel Bars 30 pounds Electrical Items 3 specimens 6 Expansion Joint Filler Job Dependent 16 Gravel 3 font len6=th x width + �'A inch min) High Tensile Strand (or wire) 70 pounds Load Transfer Devices 5 foot length 11 Masonry Cement I spccirno 6 Membrane (liquid) Curing 10 pounds 16 Compound 1 quarts 6 Page SP-64 of 69 Table 1-1 (continued): Minimum Sampling Requirements MATERIAL MINIMUM SAM PLE REQUIRED WORKING DAYS TO OBTAIN VERBAL TEST RESULTS Mineral Fiber Paint and Coatings (2) 5 pounds 5 Pipc Clay 4-1 quart cans 30 Concrete 2 specimens 6 Polyethylene Sheeting 2 yards x 10 inches 11 Portland Cement 10 pounds Preformed Bearing Pads 4 inch x 4 inch Prestressed Reinforcement Per Section 815.02 Reinforcing Steel Bars Ncm 2 thmugh 9 1 specimen 5 feet in length 6 Bars Iarger than No. 9 1 specimen 7 feet in length 6 Saturated Cotton Fabric 4 toot lenl,Fth x width of roll 6 Sealing Compounds Cold Poured, Emulsion I quart lb Cold Poured, Mastic I quart lb Cold Poured, Two -component I quart 20 Hot Poured 5 pounds 16 Shear Connector Studs I specimen Soils Gradation LL and PI 20 pounds 5 Gradation and Proctor 100 pounds 6 Top Soil 20 pounds 11 Subgrade Paper 3 foot length x width of roll 6 Tar (Creosote) Pri mer for Waterproofing I quart 6 Tar, Road I quart 6 Tar Seal, Coat for Waterproofing 1 quart G Tie rod assemblies 3 specimens 6 Waterproof Paper 2 square yards I I Waterstop, Rubber 2 square feet 11 Waterstop, PVC 2 square feet 30 Weld Wire Fabric 3 feet x 3 feet 6 Miscellaneous Materials and Tests Determining Thickness of Metals Representative sample 6 Determining Unit Weight of Metals Representative sample 6 Determining Thickness of Galvanizing Representative sample 6 Identification of Wrought Iron Info Red Spectrum Representative sample 2 Page SP-65 of 69 MATERIALS 1. Coarse aggregate shall be of the types designated in the Contract Documents, and shall consist of clean, tough, durable fragments of crushed stone, or crushed gravel, conforming to the gradations in Table 1-2 and shall also meet the following: a) Be double -washed, sufficient to remove dust and other coatings; and b) Be free from clay balls, organic matter, and other deleterious substances 2. Stone type used in Bioretention BMPs shall meet AASHTO No. 57. SUBGRADE PREPARATION Excavation and sub -grade preparation to the lines and grades shown on the Contract Documents shall be required: 1. Coordinate the following scarification work to eliminate subgrade compaction resultant from Construction Operations when located in Bioretention BMPs. a. General Site Subgrade Compaction Mitigation for all planting areas that are not heavily compacted: (i) Immediately prior to placing any aggregate, the entire subgrade shall be loosened to a minimum depth of 3-inches using the teeth of a backhoe or other suitable equipment. (ii) After the subgrade soils have been loosened, re -compressed and inspected, remove any stones or debris 6" or greater and dispose off of the project site. Do not bury large stones or debris. 2. Where erosion of sub -grade has caused accumulation of fine materials and/or surface ponding, this material shall be removed with light equipment and the underlying soils scarified to a minimum additional depth of 6 inches with a rake and a tracked vehicle used in combination, or equivalent. 3. Construction equipment shall not be allowed on the subgrade depending on the thickness of the section that is designed, except as noted above. HAULING Trucks meeting the same cleanliness requirements of the double washed materials shall be used during hauling. Trucks shall be inspected and cleaned prior to each use. PLACING, SHAPING AND COMPACTING 1. Upon completion of sub -grade work, the Engineer shall be notified and shall inspect the sub -grade before the Contractor continues installation. Owner or Page SP-66 of 69 Engineer shall have the option to perform infiltration testing on the subgrade to verify minimum infiltration rates, at the Contractor's expense where specified on the contract documents. 2. Any accumulation of debris or sediment which takes place after approval of sub -grade shall be removed prior to installation continuing at no extra cost. 3. Place Geosynthetics (30 Mil Plastic Liner) and aggregate as required on the contract documents immediately after approval of sub -grade in accordance with Green Book Standard Specifications section 213 "Engineering Geosynthetics". 4. Do not dump gravel in piles, but evenly spread and place aggregate on the prepared sub -grade in layers of uniform thickness without segregation. Where the gravel is constructed in more than one layer, clean previously constructed layers of loose and foreign matter prior to placing subsequent layers. 5. Moisten and roll each lift of aggregate with a 10-ton roller, keeping equipment movement over exposed sub -grades to a minimum. Roll each lift between 4 and 6 passes. If a required depth of aggregate in a lift exceeds ten (10) inches, the aggregate layer shall be rolled in ten (10) inch lifts. 6. Make adjustments in placing procedures or equipment to obtain true grades, to minimize segregation and degradation, to reduce or increase water content, and to insure a satisfactory aggregate base course. FINISHING 1. Geosynthetics (30 Mil Plastic Liner) along Edges — Geosynthetics shall be used along the edges or sides of aggregate base course materials for Bioretention BMP as specified in the contract documents. Following placement of an aggregate base course, and at the conclusion of each day's work, the liner shall be folded back and secured to protect from sediment washout along all bed edges. At least a two foot (2') strip shall be used to protect stone from adjacent bare soil. This edge strip shall remain in place until all bare soils contiguous to beds are stabilized and fully vegetated. 2. Unfinished Edges Of Base Course — In fill conditions, place earth or other approved materials along any unfinished edges of the base course in such quantity that it will compact to the thickness of the aggregate base course being constructed. In each operation, allow at least a two (2) foot width of the shoulder along all unfinished edges to be rolled and compacted simultaneously with the rolling and compacting of each layer of aggregate. SAMPLING 1. Gravel at the Source — See section (B). 2. During Construction -Take at least one (1) random sample during construction within the first 500 tons of placed aggregate material, in accordance with ASTM D 75. Collect each sample by taking three (3) incremental samples at random locations from the placed material to make a composite sample by weight of not less than 75 pounds. Page SP-67 of 69 3. Sample Identification -Place each sample in a clean container, securely fastened to prevent loss of material. Tag each sample for identification and with the following information: Contract No._ Sample No. Date of Sample Sampler Source Intended Use For Testing 4. Repeat Sampling — Repeat the above sampling when a material source is changed or when unacceptable deficiencies or variations from a specified gradation of materials is found in testing. ACCEPTANCE TESTING Contractor is responsible for quality control and the City is responsible for acceptance testing to verify the contractor's quality control process. Assurance testing by an independent third party may be necessary. Testing responsibilities will be performed by the Contractor's testing agency or a City -approved lab at the Contractor's expense. Materials approval testing may be performed by the City. Failure to detect defective work or materials early will not prevent rejection if a defect is discovered nor shall it obligate the owner for final acceptance at any time. Submit all Test Reports to the Engineer. 1. Gradation -Test each sample of aggregate base course material for gradation in accordance with ASTM C 136 and with the sampling described in Section (1). 2. Thickness— Measure each 100 square yards of each layer of aggregate base course placement. Make depth measurements by test holes, at least 3 inches in diameter, through the base course. Where base course deficiency is more than '/2 inch, correct by scarifying, adding mixture of proper gradation, re-blading, and re -compacting. Where the measured thickness is more than '/2 inch thicker than indicated, consider it as the indicated thickness plus 1/2 inch for determining the average. The average thickness is the average of the depth measurements for the entire area, and shall not under -run the thickness indicated in the Contract Documents without written approval from the Engineer. Page SP-68 of 69 PROTECTION Protection work will be performed by the Contractor at the Contractor's expense. 1. As construction is completed, maintain and protect the aggregate base course, except where a portion of the succeeding course is under construction thereon. Maintenance includes drainage, rolling, shaping, and watering, as necessary, to maintain the course in proper condition. Correct deficiencies in thickness, composition, and construction which develop during the maintenance, to conform to the requirements specified herein. Maintain sufficient moisture by light sprinkling with water at the surface to prevent a dusty condition. 2. In addition, runoff onto an aggregate base course shall be minimized until the site is fully stabilized. Diversion ditches or other approved types of erosion and sediment control measures shall be placed at the toe of slopes which are adjacent to Bioretention BMP areas, to prevent sediment from washing into areas aggregate base course at all times during and after construction. Any sediment accumulation into the aggregate base course shall be removed immediately by cleaning or replacement of the aggregate by the Contractor at no cost to the owner. SPLASH PADS FOR BIORETENTION BMPs This item shall consist of constructing splash pads for Bioretention BMP facilities to the specified areas and depths as shown on the contract documents. Except as herein stated, the requirements for control of materials, submittals, sampling, and testing items specified in Green Book Standard Specification section 4 "Control of Materials" are applicable to this specification. NON -FLOATING MULCH FOR BIORETENTION BMPs This work includes placing non -floating mulch within Bioretention BMPs as shown on the plans. A hardwood mulch is to be used at for all bioretention BMPs. The contractor is to provide a one -pound sample of the proposed mulch to the City before proceeding. CONCRETE CHECK DAMS This work includes installation of concrete check dams within the Bioretention BMPs per the project plans and details. Refer to Greenbook Section 201 "Concrete, Mortar & Related Materials" and Section 303 "Concrete & Masonry Construction" for applicable construction materials and methods respectively. More specifically, concrete shall be per Greenbook Standard Specifications Section 201-1.1.2 "Concrete Specified by Class and Alternate Class". PVC UNDERDRAIN SYSTEM This work includes installation of the underdrain/subdrain system associated with the reservoir layers of the Bioretention BMPs per the project plans and details. Refer to Greenbook Section 207-17 "PVC Gravity Pipe" for materials, testing, selection, and acceptance. Page SP-69 of 69 Appendix 1 Mitigation Monitoring and Reporting Program MITIGATION MONITORING AND REPORTING PROGRAM SUPERIOR AVENUE PEDESTRIAN AND BICYCLE BRIDGE AND PARKING LOT PROJECT Newport Beach, CA (Orange County) Prepared for: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, CA 92660 Prepared by: to,�� CHAMBERS GROUP 5 Hutton Centre Drive, Suite 750 Santa Ana, California 92707 November 2019 MITIGATION MONITORING AND REPORTING PROGRAM Public Resources Code, Section 21081.6 (Assembly Bill 3180) requires that mitigation measures identified in environmental review documents prepared in accordance with California Environmental Quality Act (CEQA) are implemented after a project is approved. Therefore, this Mitigation Monitoring and Reporting Program (MMRP) has been prepared to ensure compliance with the adopted mitigation measures during the construction phase of Superior Avenue Pedestrian And Bicycle Bridge And Parking Lot Project. The City of Newport Beach (City) is the agency responsible for implementation of the mitigation measures identified in the MND. This MMRP provides the City with a convenient mechanism for quickly reviewing all the mitigation measures including the ability to focus on select information such as timing. The MMRP includes the following information for each mitigation measure: • The phase of the project during which the required mitigation measure must be implemented; • The phase of the project during which the required mitigation measure must be monitored; and • The enforcement agency. The MMRP includes a checklist to be used during the mitigation monitoring period. The checklist will verify the name of the monitor, the date of the monitoring activity, and any related remarks for each mitigation measure. MITIGATION MONITORING AND REPORTING PROGRAM SUPERIOR AVENUE PEDESTRIAN. •PROJECT Level of Verification Compliance Mitigation Measure Implementation Phase Monitoring Enforcement of Phase Agency Significance After Initial Date Remarks Mitigation Biological Resources MM BIO-1: Project -related activities likely to have the potential to disturb suitable Pre- Pre- City of Newport Beach Less than bird nesting habitat shall be prohibited from February 15 through August 31, unless Construction/Construction Construction/Construction Significant a Project Biologist acceptable to the City of Newport Beach surveys the Project area prior to disturbance to confirm the absence of active nests. Disturbance shall be defined as any activity that physically removes and/or damages vegetation or habitat or any action that may cause disruption of nesting behavior such as loud noise from equipment and/or artificial night lighting. Surveys shall be conducted weekly, beginning no earlier than 30 days and ending no later than 3 days prior to the commencement of disturbance. If an active nest is discovered, disturbance within a particular buffer shall be prohibited until nesting is complete; the buffer distance shall be determined by the Biologist in consideration of species sensitivity and existing nest site conditions. Limits of avoidance shall be demarcated with flagging or fencing. The Biologist shall record the results of the recommended protective measures described above and shall submit a memo summarizing any nest avoidance measures to the City of Newport Beach to document compliance with applicable State and federal laws pertaining to the protection of native birds. Similarly, for preserved vegetation that occurs within 50 to 100 feet of construction activities, if construction is occurring during the nesting season, preserved vegetation shall be surveyed for the presence of nesting birds. MM BIO-2: Flag or install construction fencing or silt fencing along the proposed Pre- Pre- City of Newport Beach Less than Project boundaries to delineate construction limits and to prevent encroachment Construction/Construction Construction/Construction Significant into adjacent natural communities. The limits of both the Superior and West Coast Highway wetlands will be clearly demarcated in the field and all on -site construction personnel will be informed about the wetland avoidance area prior to the commencement of construction activities. The construction contractor will install a solid protective barrier that is clearly visible to construction personnel, particularly any construction equipment operators, and that prevents any incidental discharge of soil or debris into the jurisdictional wetlands. Furthermore, a biologist will monitor the construction work to ensure that encroachment into the wetlands does not occur. MM BIO-3: Gravel bags should be placed along the tops of the v-ditches in order to Construction Construction City of Newport Beach Less than minimize erosion and to prevent construction debris and potentially hazardous Significant materials from entering the waterway during a rain event. MM BIO-4: Artemisia californica-Eriogonum fasciculatum Shrubland, a type of Coastal Sage Scrub (CSS), located within the proposed Project footprint should be avoided to the greatest extent feasible. Artemisia californica-Eriogonum fasciculatum Shrubland located within the proposed Project footprint, that may be avoided, shall be flagged or construction or silt fencing should be installed along the avoidable vegetation to delineate construction limits and to prevent encroachment into adjacent natural communities. Any impacts to Artemisia californica-Eriogonum fasciculatum Shrubland which cannot be avoided will be mitigated through one of the following, in order of priority: Onsite Mitigation: Any temporary impacts to CSS will be revegetated within the Sunset Ridge planted area, in areas that are not currently vegetated. Specifically, there is an opportunity for revegetation in an area outside of the delineated wetlands that, with approval from the Commission, could provide additive benefits to the Sunset Ridge Park planted area, immediately to the northeast of the Project site along Superior Avenue. This will provide a continuation of the CSS habitat previously revegetated onsite. The City will replant the area to be equivalent to existing conditions, which consists of superior high - quality native vegetation with coverage of primarily CSS. If this area is not approved for revegetation by the Commission, alternative onsite mitigation opportunities will be evaluated. Offsite Mitigation: Additive habitat assessment in the area adjacent to the project site within the replanted CSS would be provided to mitigate impacts from direct disturbance from the bridge structure and potential impacts from shading. MM 1310-5: Following completion of the construction activities, the City will conduct monthly monitoring of the West Coast Highway wetlands to evaluate and document the associated conditions to determine if any unforeseen impacts from the proposed construction activities are occurring. This monthly monitoring will continue for up to one year, or until such time as it can be sufficiently demonstrated that the wetlands will continue to persist in perpetuity. If it is determined during post -construction monitoring that construction has resulted in an unexpected impact to the wetlands, appropriate remedial actions will be implemented by the City. For instance, an unforeseen disruption or obstruction of subsurface hydrology to the wetlands may warrant the City's provision of an alternative water source that would continue to supply sufficient water to sustain the wetlands. Cultural and Paleontological Resources Pre- I Pre- I City of Newport Construction/Construction I Construction/Construction Less than Significant Post -Construction Post -Construction I City of Newport Beach I Less than Significant MONITORING AND REPORTING PROGRAM SUPERIORMITIGATION AVENUE PEDESTRIAN. •PROJECT Level of Verification Compliance Mitigation Mea�sure Monitoring Enforcement Implementation Phase Phase Agency of Significance After • .. te Remarks MM CUL-1: If archaeological or paleontological resources are discovered during Construction Construction City of Newport Beach Less than construction, all construction activities in the general area of the discovery shall be Significant temporarily halted until the resource is examined by a qualified monitor, retained by the Developer. The monitor shall recommend next steps (i.e., additional excavation, curation, preservation, etc.). Therefore, impacts would be less than significant with mitigation incorporated. MM CUL-2: During proposed Project construction, activities will be halted, and an Construction Construction City of Newport Beach Less than archaeologist must be available to evaluate the find. If human remains are Significant encountered, State Health and Safety Code Section 7050.5 states that no further disturbance shall occur until the County Coroner has made a determination of origin and disposition pursuant to Public Resources Code (PRC) Section 5097.98. The County Coroner must be notified of the find immediately. If the remains are determined to be Native American, the County Coroner will notify the Native American Heritage Commission (NAHC), which will determine and notify a Most Likely Descendant (MLD). With the permission of the landowner or his/her authorized representative, the MLD may inspect the site of the discovery. The MLD shall complete the inspection within 48 hours of notification by the NAHC. The MLD may recommend scientific removal and nondestructive analysis of human remains and items associated with Native American burials. MM PALEO-1: All project -related ground disturbance that could potential impact the Construction Construction City of Newport Beach Less than Monterey Formation and the Old Paralic Deposits will be monitored by a qualified Significant paleontological monitor on a full-time basis, as these geologic units are determined to have a high paleontological sensitivity. Project -related excavations that occur in surficial younger alluvial deposits (not mapped in the current study area but existing in the vicinity) will be monitored on a part-time basis to ensure that underlying paleontologically sensitive sediments are not being impacted. Excavations exceeding 5 feet in depth in Quaternary alluvium will be monitored on a full-time basis. MM PALEO-2: A qualified paleontologist will be retained to supervise monitoring of Construction Construction City of Newport Beach Less than construction excavations and to produce a Paleontological Monitoring and Significant Mitigation Plan for the proposed project. Paleontological resource monitoring will include inspection of exposed rock units during active excavations within sensitive geologic sediments. The monitor will have authority to temporarily divert grading away from exposed fossils and halt construction activities in the immediate vicinity in order to professionally and efficiently recover the fossil specimens and collect associated data. The qualified paleontologist will prepare progress reports to be filed with the lead agency. MM PALEO-3: At each fossil locality, field data forms will be used to record pertinent Construction Construction City of Newport Beach Less than geologic data, stratigraphic sections will be measured, and appropriate sediment Significant samples will be collected and submitted for analysis. MM PALEO-4: Matrix sampling would be conducted to test for the presence of Construction Construction City of Newport Beach Less than microfossils. Testing for microfossils would consist of screen -washing small samples Significant (approximately 200 pounds) to determine if significant fossils are present. If microfossils are present, additional matrix samples will be collected (up to a maximum of 6,000 pounds per locality to ensure recovery of a scientifically significant microfossil sample). MM PALEO-5: Recovered fossils will be prepared to the point of curation, identified by qualified experts, listed in a database to facilitate analysis, and reposited in a designated paleontological curation facility. The most likely repository is the SDNHM. Hazards and Hazardous Materials Construction Construction City of Newport Beach I Less than Significant MM HAZ-1: Any contaminated soils or other hazardous materials removed from the Construction Construction City of Newport Beach Less than proposed Project site shall be transported only by a Licensed Hazardous Waste Significant Haulerwho shall be in compliance with all applicable State and federal requirements, including U.S. Department of Transportation regulations under Title 49 of the CFR (Hazardous Materials Transportation Act), California Department of Transportation standards, Occupational Safety and Health Administration standards, and the Resource Conservation and Recovery Act (42 United States Code §6901 et seq.). The City of Newport Beach Public Works and Community Development Departments shall verify that only Licensed Haulers who are operating in compliance with regulatory requirements are used to haul hazardous materials. Tribal Cultural Resources MM TCR -1: Prior to issuance of any grading permit, the Applicant shall provide Pre -Construction Pre -Construction City of Newport Beach Less than satisfactory evidence that a Native American monitor (i.e., Gabrieleno Band of Significant Mission Indians-Kizh Nation), has been retained to observe ground disturbance activities during grading and excavation. In the event that tribal cultural resources are discovered, the Native American monitor shall be included in the consultation on the recommended next steps. Appendix 2 Caltrans Special Provisions Sections 86 and 87 (2018 Edition) AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA DIVISION X ELECTRICAL WORK 86 GENERAL Add to the list in the 2nd paragraph of section 86-1.02R(4): 4. Be made of metal. AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 87 ELECTRICAL SYSTEMS Replace the 1st sentence in the 9th paragraph of section 87-1.03A with: The shutdown of traffic signal systems is allowed only between the hours of 9:OOa.m. and 3:00 p.m. Add to the beginning of section 87-1.03B(3)(a): Use Type 1 conduit for underground installation. Replace the 2nd paragraph of section 87-1.03C(2)(a) of the RSS for section 87-1.03C with: Install a pull box on a bed of crushed rock. Replace the 2nd paragraph of section 87-1.03H(2) with: Use Method B to insulate a splice. Add to the end of section 87-21.03C: Modifying a signal and lighting system includes removing, adjusting, or adding: 1. Foundations 2. Pull boxes 3. Conduit 4. Conductors 5. Cables 6. Standards 7. Signal heads 8. Flashing beacons 9. Flashing beacon control assembly AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA Appendix 3 Geotechnical Report Earth Mechanics, Inc. Geotechnical & Earthquake Engineering May 13, 2021 EMI Project No. 20-106 Dokken Engineering, Inc. 1450 Frazee Road, Suite 100 San Diego, CA 92108 Attention: Mr. John Klemunes, Jr., PE Subject: Geotechnical Report Superior Avenue Pedestrian Bridge and Parking Lot Project Newport Beach, California Dear Mr. Klemunes: Attached is our Geotechnical Report for the proposed Superior Avenue Pedestrian Bridge and Parking Lot Project in the City of Newport Beach, California. This report presents the findings, conclusions, and recommendations for the design and construction of the bridge foundations, retaining wall foundations, stairway foundations and roadway and parking lot improvements. Please submit this report to the City of Newport Beach and any other participating agencies for their review. Responses to their review comments, as well as your comments, will be incorporated into a revised report. We appreciate the opportunity to provide geotechnical services for this project. If you have any questions please do not hesitate to contact us. Sincerely, EARTH MECHANICS, INC Z� -- Prathapan Ragavan PE 9240 Senior Staff Engineer RN * 1 EXP. 6-30-2021 ' * T \ C ] \' 1 F OF C / (Alahesh) A. Thurairajah, GE 3123 Project Manager PROFESS1 v m � NO. GE 3123 ps rn * EXP.9-30-2021 /-,'�r�11G1 N EER/tic K f(��,v NO.2599 y •�G, �+ �1 A * 1 EXP.01-31-2022 Michael Hoshiyama, CEG 2599\ Senior Project Geologist \POPE C Ak�G��/ 17800 Newhope Street, Suite B, Fountain Valley, CA 92708 9 Tel: (714) 751-3826 a Fax: (714) 751-3928 GEOTECHNICAL REPORT SUPERIOR AVENUE PEDESTRIAN BRIDGE AND PARKING LOT PROJECT NEWPORT BEACH, CALIFORNIA Prepared for: Dokken Engineering, Inc. 1450 Frazee Road, Suite 100 San Diego, CA 92108 Prepared by: Earth Mechanics, Inc. 17800 Newhope Street, Suite B Fountain Valley, California 92708 EMI Project No. 20-106 May 13, 2021 Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 TABLE OF CONTENTS Section Page 1.0 SCOPE OF WORK............................................................................................................1 2.0 PROJECT DESCRIPTION..............................................................................................1 3.0 FIELD INVESTIGATION................................................................................................ 4 3.1 Available Subsurface Information................................................................................... 4 3.2 Supplemental Field Investigation..................................................................................... 4 3.3 Soil Infiltration Tests........................................................................................................ 5 4.0 LABORATORY TESTING PROGRAM........................................................................ 8 5.0 SITE GEOLOGY............................................................................................................... 9 5.1 Topography and Physiography......................................................................................... 9 5.2 Stratigraphy...................................................................................................................... 9 5.3 Geologic Structure.......................................................................................................... 10 5.4 Faulting...........................................................................................................................10 5.4.1 Newport -Inglewood Structural Zone(NISZ)......................................................................12 5.4.2 San Joaquin Hills Blind Thrust...........................................................................................12 5.4.3 Pelican Hill Fault................................................................................................................13 5.5 Seismicity.......................................................................................................................13 5.6 Geology Hazards............................................................................................................ 14 6.0 SUBSURFACE CONDITIONS......................................................................................18 6.1 Subsurface Soil/Bedrock Conditions............................................................................. 18 6.2 Groundwater Conditions................................................................................................ 20 7.0 SCOUR EVALUATION................................................................................................. 20 8.0 CORROSION EVALUATION....................................................................................... 20 9.0 SEISMIC DESIGN INFORMATION AND RECOMMENDATIONS ...................... 22 9.1 Seismic Design............................................................................................................... 22 9.2 Liquefaction Potential.................................................................................................... 22 9.3 Seismically -Induced Settlement..................................................................................... 22 9.4 Lateral Spreading........................................................................................................... 22 9.5 Ground Rupture.............................................................................................................. 24 10.0 FOUNDATION RECOMMENDATIONS.................................................................... 25 10.1 Superior Avenue Bridge................................................................................................. 25 10.1.1 Foundation Type................................................................................................................. 25 10.1.2 Axial Pile Capacity............................................................................................................. 25 10.1.3 LPILE Input Parameters...................................................................................................... 27 10.1.4 Bridge Approach Embankments......................................................................................... 28 10.2 Retaining Walls.............................................................................................................. 29 10.2.1 Spread Footing Surcharge on RW 4 and RW 5.................................................................. 29 10.2.2 Soil Bearing Capacity and Settlement for RW 3, RW 4, RW 5, RW 6, and RW 7 ............ 33 10.2.3 Global Stability................................................................................................................... 34 10.3 Stairway..........................................................................................................................34 Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neen-,, 10.3.1 Soil Bearing Capacity and Settlement................................................................................. 34 10.4 Parking Lot..................................................................................................................... 35 11.0 PAVEMENT STRUCTURAL SECTION DESIGN ..................................................... 37 11.1 Subgrade R-Values......................................................................................................... 37 11.2 Recommended Pavement Structural Sections................................................................ 37 12.0 SOIL INFILTRATION RATES..................................................................................... 38 13.0 CONSTRUCTION CONSIDERATIONS..................................................................... 39 13.1 Earthwork.......................................................................................................................39 13.2 Temporary Excavations.................................................................................................. 40 13.3 Groundwater Control...................................................................................................... 40 13.4 CIDH Pile Construction................................................................................................. 41 13.5 Backfill and Drainage Requirements for Abutment Walls and Caltrans Standard Plan RetainingWalls ......................................................................................................................... 42 13.6 Review of Construction Plans........................................................................................ 42 13.7 Geotechnical Observation and Testing.......................................................................... 42 14.0 LIMITATIONS................................................................................................................ 45 15.0 REFERENCES.................................................................................................................46 TABLES Page Table 1. Site -Specific Soil Exploration Information...................................................................... 4 Table 2. Infiltration Test Locations................................................................................................ 6 Table 3. Explanation of Laboratory Tests Performed..................................................................... 8 Table 4. Idealized Soil Profiles and Strength Parameters............................................................. 18 Table 5. Soil Corrosion Test Results............................................................................................ 20 Table 6. Key Parameters for Determining Design PGA............................................................... 22 Table 7. Foundation Design Data Sheet....................................................................................... 25 Table 8. Foundation Factored Design Loads................................................................................ 26 Table 9. Foundation Design Recommendations........................................................................... 26 Table10. Pile Data Table.............................................................................................................. 27 Table 11. LPILE v2019 Input Parameters.................................................................................... 27 Table 12. Spread Footing Data for Retaining Walls..................................................................... 33 Table 13. Spread Footing Data for Stairway................................................................................ 35 Table 14. R-Value, No. 200 Wash, and Plasticity Index Test Results ......................................... 37 Table 15. Recommended Flexible Pavement Structural Sections ................................................ 37 Table 16. Soil Infiltration Rates.................................................................................................... 38 Earth Mechanics, Inc. Geotechnical 6 Earinquake Enp,neer-, FIGURES Page Figure1. Site Location Map........................................................................................................... 2 Figure 2. Bridge and Retaining Walls Locations............................................................................ 3 Figure 3. Boring Location Map...................................................................................................... 7 Figure 4. Regional Geologic Map................................................................................................. 11 Figure5. Regional Fault Map....................................................................................................... 15 Figure6. Seismic Hazard Map...................................................................................................... 17 Figure 7. Design ARS Curve for Superior Avenue Bridge.......................................................... 23 Figure 8. Spread Footing Surcharge on Retaining Wall 4............................................................ 31 Figure 9. Spread Footing Surcharge on Retaining Wall 5............................................................ 32 Figure 10. Bridge Abutment Wall Backfill................................................................................... 44 APPENDICES Appendix A. Log -of -Test -Boring Sheets, As -Built Boring Logs of Sunset Ridge Park and Subsurface Cross Section A -A' Appendix B. Laboratory Test Results Appendix C. Soil Infiltration Test Data Appendix D. Settlement Mitigation Memorandum by Dokken Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 1.0 SCOPE OF WORK This Geotechnical Report has been prepared to provide the findings and conclusions of a geotechnical study conducted by Earth Mechanics, Inc. (EMI) for the Superior Avenue Pedestrian Bridge and Parking Lot Project in the City of Newport Beach. The purpose of the geotechnical study was to obtain information on subsurface soils and conditions, and develop design and construction recommendations to assist Dokken Engineering, Inc. (Dokken) in preparing the project Plans, Specifications, and Estimates (PS&E). The geotechnical services provided for this project included the following tasks: • Collection and review of existing geologic and groundwater information; • Geotechnical field exploration including drilling and logging of exploratory borings, and performance of cone penetrometer test soundings; • Laboratory testing of selected subsurface soil samples; • Engineering analysis to develop design and construction recommendations for bridge and wall foundations, embankments, and pavement structural sections; and • Preparation of this report presenting our findings, conclusions, and recommendations. 2.0 PROJECT DESCRIPTION The City of Newport Beach proposes the construction of a pedestrian and bicycle bridge over Superior Avenue and a new larger parking lot with 130 parking spaces. The proposed bridge will connect Sunset Ridge Park to the new asphalt parking lot located at the northeast corner of Pacific Coast Highway and Superior Avenue. The project site is shown in Figure 1. The proposed pedestrian bridge spans over Superior Avenue and is approximately 210 feet long and 18 feet wide. The proposed bridge will be a single -span thrust arch bridge supported on 78- inch diameter Cast -In -Drilled -Hole (CIDH) piles. The project improvements also include four Caltrans Type IA retaining walls, one Caltrans Type 5 retaining wall, two Segmental walls, a Staircase, and a parking lot. The bridge and retaining wall locations, addressed in this report, are shown in Figure 2. Earth Mechanics, Inc. Geotechnical 6 Earinquake Enp,neenng 4 3.0 FIELD INVESTIGATION 3.1 Available Subsurface Information The as -built boring logs prepared by Leighton Consulting, Inc. (2009) for Sunset Ridge Park were reviewed. According to these as -built boring logs, two hollow -stem auger borings (B-2 and B-3) were performed near the proposed Abutment 2 of the Superior Avenue Pedestrian Bridge, in December, 2007. Top -of -hole elevations at the time of the investigation were +38.5 and +45.0 feet. The depth of the boreholes B-2 and B-3 were 50.0 and 61.5 feet, respectively. The logs for borings B-2 and B-3 show that perched groundwater was encountered at about elevations +12 and +29 feet, respectively. Static groundwater was encountered in Boring B-2 at about elevation -9 feet. The boring logs are included in Appendix A. 3.2 Supplemental Field Investigation In April 2020, EMI conducted a site -specific geotechnical field investigation consisting of five (5) rotary -wash borings, two (2) hollow -stem auger borings and three (3) cone penetration test (CPT) soundings. The exploratory locations are shown in Figure 3. Soil exploration information is summarized in Table 1 and the Log -Of -Test -Borings (LOTB) sheets are included in Appendix A. Table 1. Site -Specific Soil Exploration Information Boring No. Boring Type Approx. Northing Approx. Easting Approx. Ground Surface El. (feet) Approx. Bottom of Hole El. (feet) Approx. Groundwater El. During Drilling (feet) CPT-20-001 CPT 2174748 6047488 +39.0 -19.8 NA R-20-002A RW 2174623 6047511 +12.0 -89.5 +0.5 R-20-003 RW 2174597 6047568 +12.0 -89.5 +1.0 CPT-20-004 CPT 2174517 6047645 +17.5 +62.7 +3.5 R-20-101 RW 2174441 6047758 +23.5 -38.0 -1.5 CPT-20-102 CPT 2174424 6047885 +27.0 -23.3 NA R-20-103 RW 2174568 6047797 +22.0 -19.5 -1.5 A-20-104 HSA 2174406 6048105 +58.5 +7.0 NE A-20-105 HSA 2174496 6048204 +76.0 +14.5 NE R-20-106 RW 2174520 6047713 +21.0 -40.5 +4.0 Notes: (1) Ground Surface Elevations were estimated from topographic plans provided by Dokken. (2) CPT = Cone Penetrometer Test, RW = Rotary Wash, HSA = Hollow -Stem Auger; NE = Not Encountered. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng G Rotary -wash borings were drilled using a truck -mounted drill rig equipped with 4-inch diameter drill rods, and hollow -stem auger borings were drilled using a track -mounted drill rig (CME 75) equipped with 8-inch diameter hollow -stem augers. Subsurface soil conditions were logged and samples of soils and bedrock were collected for laboratory testing. Disturbed and relatively undisturbed soil and bedrock samples were collected from borings generally at 5-foot intervals using the Standard Penetration Test (SPT) sampler and the Modified California Drive (MCD) sampler, respectively. The SPT sampler is unlined and has an inside diameter of 1.4 inches and the MCD sampler is lined with a series of 1-inch tall brass rings with an inside diameter of 2.4 inches. Bulk samples were also collected from selected borings. Blowcounts from the SPT and MCD samplers were recorded during the exploration. The samplers were driven using a 140-lb hammer falling 30 inches to penetrate the sampler down a total depth of 18 inches or until refusal. The rotary -wash drill rigs was equipped with an auto -trip safety hammer with a rated efficiency of 79%, and the hollow -stem auger drill rig was equipped with an auto -trip safety hammer with a rated efficiency of 81% (hammer efficiencies were provided by the drilling contractors). The blowcounts for the last 12 inches or less of penetration were recorded and are shown in the LOTBs included in Appendix A. The CPT soundings were performed using an electronic cone penetrometer in general accordance with current ASTM Standards (ASTM D5778 and ASTM D3441). The CPT equipment consisted of a cone penetrometer assembly mounted at the end of a series of hollow sounding rods. The cone penetrometer assembly consisted of a conical tip with a 60' apex angle and a projected cross sectional area of 2.33 in2 (15 cm2) and a cylindrical friction sleeve with a surface area of 34.88 in (225 cm2). The interior of the cone penetrometer is instrumented with strain gauges that allow simultaneous measurements of cone tip and friction sleeve resistance during penetration. The cone penetrometer assembly is continuously pushed into the soil by a set of hydraulic rams at a standard rate of 0.79 inch per second (20 min per second) while the cone tip resistance and sleeve friction resistance are recorded every 0.984 inch (25 mm) and stored in digital form. A specially designed all -wheel drive 30-ton truck provides the required reaction weight for pushing the cone assembly and is also used to transport and house the testing equipment. The computer generated graphical logs include tip resistance, friction resistance, and friction ratio. Soil behavior type interpretations are based on guidelines by Robertson (2009). 3.3 Soil Infiltration Tests Civil designers identified the locations and depths for soil infiltration testing. Two shallow borings (wells) were drilled for permeability testing. The wells were spaced sufficiently far apart to prevent any interaction that might affect flow rate measurements. Approximate locations of these wells are shown in Figure 3 and are summarized in Table 2. Wells were drilled to approximately 4 feet below the proposed invert elevation and the bottom few feet (up to 4 feet) was backfilled with loosely placed commercial pea gravel with a maximum size (3/4 inch) meeting ASTM C-33. An open 4-inch diameter Schedule 40 PVC standpipe (ID = 3.813 inches) was placed on the gravel section. Groundwater was not present in any of the test wells prior to testing. At each well, up to about 30 gallons of imported clean water was introduced into the PVC pipes to pre -saturate gravel and surrounding soil in the vadose zone prior to conducting the well tests. Earth Mechanics, Inc. W ITT Gegtecnnicai 6 Earinquake Enp,neenng 6 Table 2. Infiltration Test Locations Approx. Approx. Approx. Boring No. Approx. Approx. Ground Bottom of Groundwater El. Northing Easting Surface El. Hole El. During Drilling (feet) (feet) (feet) I-20-001 2174509 6048010 +45.0 +36.0 NE I-20-OOIA 2174507 6048040 +47.0 +38.0 NE Note: NE = Not Encountered. In -hole permeability testing was conducted in each well in general accordance with the 1985 US Bureau of Reclamation method (1985). A percolation test float device fitted with a needle valve was set on the gravel and attached to a 1/4-inch diameter feed line connected to 55-gal water storage drums. The water was placed in each well and the flow quantities were monitored over a period of up to 4 hours. The incremental flow rates were plotted over time to determine that the stabilized infiltration rate. Soil infiltration tests results are included in Appendix C, and the results are summarized in Section 12.0. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 8 4.0 LABORATORY TESTING PROGRAM Selected soil and bedrock samples were tested to determine classification and physical and engineering properties. A list of laboratory tests performed, the corresponding test methods, and purpose of testing is presented in Table 3. The laboratory tests were conducted in general accordance with California Test (CT) methods or American Society for Testing and Materials (ASTM) standards. The test results are presented in Appendix B. The locations where tests were performed are shown on the boring logs and LOTB sheets included in Appendix A. Table 3. Explanation of Laboratory Tests Performed Type of Test Applicable Test Method Purpose Dry Density ASTM D 2937 Estimate in -situ soil/bedrock density Moisture Content ASTM D 2216 Estimate in -situ soil/bedrock moisture content No. 200 Wash ASTM D 1140 Estimate percentage of gravel, sand, and fines content Atterberg Limits ASTM D 4318 Evaluate plasticity of fine grained particles Direct Shear ASTM D 3080 Estimate strength parameters UU Triaxial ASTM D 2850 Determine stress -strain relationship of cohesive soil and bedrock Consolidation ASTM D 2435 Estimate vertical deformation with time R-Value ASTM D2844 Measure strength of subgrade for pavements Soil pH CT 532/643 Determine corrosion potential Minimum Resistivity CT 532/643 Sulfate Content CT 417 Chloride Content CT 422 Earth Mechanics, Inc. i . Gegtecnnicai 6 Earinquake Eng,neenng =�F _ 0 5.0 SITE GEOLOGY 5.1 Topography and Physiography Topography. The project site is located along the southern edge of Newport Mesa. Newport Mesa is an uplifted mesa bounded on the west, south, and east by steep bluffs. The project is located at the intersection of Superior Avenue and Pacific Coast Highway. The project site includes both the uplifted mesa and steep bluff at the northwest corner of Superior Avenue and Pacific Coast Highway (Sunset Ridge Park). The proposed bridge will connect this uplifted terrace and bluff with the existing Sunset View Park across Superior Avenue which extends down to the beach level adjacent to Pacific Coast Highway. The elevations range from +40 feet up along Sunset Ridge Park down to +10 feet down near Pacific Coast Highway and Sunset View Park. The Newport Bay was originally formed as the lower reach of the Santa Ana River, which was eventually structurally re -aligned in 1915. The Newport Bay is now currently fed by the San Diego Creek which drains into the Upper Newport Bay. The Santa Ana River drainage is now located a few miles northwest of the site. Physiography. The project site is located along the southern boundary of Newport Mesa. Regionally, the area is along the southwestern margin of the Los Angeles physiographic basin, a large, relatively flat, low-lying, coastal plain surrounded by mountains on the north, east, and southeast. The basin is bounded on the north by the Santa Monica Mountains, on the east by the Repetto-Puente-Santa Ana ranges, and on the south by San Joaquin Hills. The western margin of the basin is bordered by the sea and the Palos Verdes Hills. The floor of the basin slopes gradually southwesterly from about 300-650 feet elevation along the margins of the surrounding hills to sea level along the coastline. The generally flat -lying nature of the Los Angeles Basin floor is disrupted by an alignment of northwest -southeast trending, low -elevation hills along the Newport -Inglewood Structural Zone (NISZ). The areas on either side of the Newport -Inglewood Structural Zone are essentially flat and comprise the Downey -Tustin Plain on the northeast and the Torrance Plain on the southwest. Major rivers within the basin are the Los Angeles, San Gabriel, and Santa Ana Rivers which enter the basin through gaps in the surrounding mountains and drain southerly across the basin floor. 5.2 Stratigraphy The geologic formations in the area, following the nomenclature of Morton and Miller (1981) shown in Figure 4, in descending stratigraphic order are: • Artificial Fill, Holocene (Af); • Old Paralic/Terrace Deposits, Pleistocene (Qop/Qvop); and • Monterey Formation, Miocene, (Tm). Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 10 The site is generally immediately underlain by artificial fill associated with the existing roadway and park areas as well as marine terrace deposits that fall under the old paralic deposits according to Morton and Miller (2006). The artificial fill generally consists of brown clay to sandy clay. The old paralic or terrace deposits generally consist of silty sand to poorly graded sand. Underlying the fill and old paralic/terrace deposits is the Monterey Formation, which outcrops along the base of the bluffs along the northside of Pacific Coast Highway just west of the project area. The Monterey formation comprises Miocene -age, marine, sedimentary, grey to dark grey, soft to moderately soft diatomaceous mudstone and siliceous siltstone with organics that can be broken by hand and carved or gouged with a knife. The upper part of the formation (10-20 feet) is commonly weathered and locally decomposed into clay and silt. These clays and silts are difficult to differentiate from the floodplain clay and silt beds in the alluvium, but commonly can be differentiated by thickness and homogeneity. A subsurface cross section is presented in Appendix A showing the site stratigraphy. 5.3 Geologic Structure The regional structure of the vicinity is a result of the Newport Inglewood Structural Zone. Newport Mesa is a large uplifted geomorphic feature created by faulting along the NISZ that is adjacent to Newport Bay. The geological structure at the site consists of slightly to moderately folded bedrock of the Monterey Formation overlain by horizontally bedded Pleistocene -age paralic/terrace deposits (Morton et al., 1974). According to regional data, geologic structure within the site vicinity generally dips between 5 to 15 degrees toward the southwest, west, and northwest. Locally the Monterey Formation was observed to be massive with no to very little structure. 5.4 Faulting The project site is located within the Salinas Basin region of the Coast Ranges Geomorphic Province. The region consists of numerous active and potentially active faults including the Newport -Inglewood Structural Zone, the Pelican Hill fault and the San Joaquin Hills fault. Of these faults, the NISZ is the nearest fault identified as an Alquist-Priolo (AP) Earthquake Fault Zone defined by the Alquist-Priolo Earthquake Hazards Act of 1972 revised in 1994. The AP faults not only represent earthquake shaking hazards, but have a potential for surface ground rupture. The type and magnitude of the seismic hazard affecting the site are dependent on the distance and causative faults and the intensity and magnitude of the seismic event. Other potentially active faults may not be identified as AP Earthquake Fault Zones because their locations are not well defined and/or they have not generated earthquakes in historical time. Locally, smaller faults exist within the valley floor within the vicinity of the site location as well. The project site is not located within any AP fault zones and does not cross any active fault traces. The nearest mapped active fault is approximately 400 feet west-northwest of the project site (Figure 5). Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng Qes Very young estuarine deposits (late Holocene) —Unconsolidated, active, sandy, silty, and clayey organic -rich estuarine deposits (Newport Beach 7.5' quadrangle) Qop Old paralic deposits, undivided (late to middle Pleistocene)—Pazalic deposits _ • - ` - consisting of poorly sorted, moderately permeable, reddish -brown, interfmgered `• i.:.• - _ strandline, beach, estuarine and colluvial deposits composed of silt, sand and --_ --�:• cobbles. These deposits rest on now emergent wave cut abrasion platforms— ' •-• : 'ram - - preserved by regional uplift (photos 418 and 419). Where more than one number - shown (e.g. Qopid) those deposits are undivided. Qops is found in the - Oceanside 1: 1 00,000-scale quadrangle to the south, but is not known to occur in Santa Ana quadrangle. Includes: (� Qvop Very old paralic deposits (middle to early Pleistocene)—Pamlic deposits consisting �0pla of interfingered strandhne, beach, estuarine and colluvial deposits. Mostly poorly sorted, moderately permeable, reddish -brown silt, sand and cobbles. - These deposits rest on now -emergent wave -cut abrasion platforms preserved by regional uplift QOPfa Monterey Formation (Miocene) —Siliceous and diatomaceous marine siltstone and sandstone correlated with Monterey Formation (Blake, 1856; Kew, 1923; Bramlette, 1946) of central California. Predominantly siltstone and sandstone. Interbedded white to pale brown, thinly laminated siltstone and tan, fine- to • ° medium -grained feldspathic sandstone. Contains abundant foraminifera and fish - remains; locally contains diatom fragments. In Capistrano area, lower part of (� j^ Puente Formation grades laterally southward into Monterey Formation (Vedder • QY% and others, 1957) ' • QoPfa sutstone; wraespreaa in ban Joaquinrumryly s area. amea oy wooatora ttc) ror exposures of marine strata near city of San Juan Capistrano. In Santa Ana quadrangle, includes one member and one separately mapped facies: Tco Oso Member —White to light gay, massive, medium- to coarse -grained, friable QQP sandstone. Contains scattered matrix -supported pebbles and cobbles. Named by Vedder and others (1957) for marine sandstone in coastal Orange County. Upper part contains foraminifers of Kleinpell's upper Mohnian or Delmontian Stage (Vedder and others, 1957), and in area of San Juan Capistrano to Dana QQPfSC 'e ■ Point, late Miocene and early Pliocene 971, 1972; > shark teeth, echinoids, and whalebones (White, 1956, 1971; Ingle, 1971, 1972; Vedder, 1972) Si@stone facies—White to pale gray, massive to crudely bedded, friable, siltstone and mudstone. Informally designated by Morton and Miller (1981) for exposures in southern Orange County. Contains sandstone and calcareous mudstone beds, and sparse diatomaceous and tuffaceous beds. Up to 730 in thick QVop fO ® 00P 10 Project Location Tes P2 Newport•• Beach es 29 Qi 6 • `. - 2 t 1 p3-6 . 0 REFERENCE: Morton, P.K., and Miller, R.V., 2006, Geologic map of the San Bernardino and Santa Ana i 30' x 60' quadrangles, California. U.S. Geological Survey: Open -File Report 2006-1217. Earth Mechanics, Inc. SUPERIOR AVENUE PEDESTRIAN Eff Geotechnlcaland Earthquake Engineering BRIDGE AND PARKING LOT Project No. 20-106 1 Date: September 2020 Q, 5,000 10,000 FEET Regional Geologic Map 12 5.4.1 Newport -Inglewood Structural Zone (NISZ) The Newport Inglewood Structural Zone (NISZ) is a northwest -trending structural zone expressed by a series of discontinuous low-lying hills along the surface. The onshore portion extends approximately 44 miles (70 km) long between Culver City to the north and Newport Beach to the south. The NISZ comprises a zone of faults and folds transecting the Los Angeles Basin. The NISZ is believed to continue offshore south of Newport Bay to about the Dana Point area where it is believed to coincide with the Rose Canyon fault. The fault zone is generally considered to be a right -lateral strike -slip. The NISZ has had numerous earthquakes occur within recent time including the Long Beach earthquake in 1933, Inglewood in 1920, Gardena in 1941, and Torrance -Gardena in 1941. The NISZ is designated as an Alquist Priolo Earthquake Fault Zone, though only the portions that can be mapped at the surface are actually zoned. The project site lies between the onshore and offshore sections of the fault. The nearest mapped trace of the NISZ is located approximately 400 feet west-northwest of the project site where the fault extends offshore near the mouth of the Santa Ana River. It should be noted that previously the NISZ had been mapped along the southwest boundary of the project site, but as part of a more recent investigation the mapped trace extending along the southwestern portion of Newport Mesa was later deemed to not meet the criteria of "sufficiently active" and "well defined" (Hart, 1985). The recent investigations had conducted trenches along the previously mapped trace and found no evidence of Holocene displacement along the faults originally recommended for AP zoning (Bryant, 1986). The site is located approximately 0.7 miles east of the nearest mapped active trace of the NISZ. 5.4.2 San Joaquin Hills Blind Thrust The San Joaquin Hills fault is a blind thrust fault located northeast of the project site beneath the San Joaquin Hills. The exact location of the fault is unknown, though it is believed to be connected to the Newport -Inglewood fault. The recent uplift of the San Joaquin Hills has been interpreted to be the result of slip along the San Joaquin Hills blind thrust fault. Research by Grant et al. (1999, 2002) on the age and rate of uplift of the San Joaquin Hills included a postulation that uplift of the hills was due to the presence of the buried, low -angle, blind, thrust fault below the San Joaquin Hills and, furthermore, that the fault is capable of generating magnitude 6.8 to 7.3 earthquakes. They postulate that the fault dips westerly from about 1-mile depth under the east side of the San Joaquin Hills to about 5-miles depth where the fault would intersect the Newport -Inglewood fault. They did not discuss the difficult and critical issue of how the two faults interact where they intersect. There is no direct evidence for a subsurface thrust fault under the San Joaquin Hills. For example, there are no boreholes showing a fault, no geophysical evidence (seismic reflection/refraction), and no seismological evidence indicating such a fault. A recent small earthquake in the area was predominantly a strike -slip rupture of the type expected on the NISZ rather than a thrust -type event that one would expect from the postulated subsurface fault. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 13 The fault is shown as a dotted line on Figure 5. This line represents the updip edge of the fault below the surface. As visualized by Grant et al (2002), the fault would dip southwesterly such that it would not directly underlie the site but at its closest point to the site would be about 3 miles in the subsurface. The fault is not recognized as an active fault according to the Alquist Priolo Earthquake Fault zone maps. The fault is recognized as part of Caltrans ARS Online (Merriam, 2012). 5.4.3 Pelican Hill Fault The Pelican Hill fault is a right -lateral strike slip fault that is located approximately 3.7 miles northeast of the project site. The fault is considered potentially active though its latest activity is believed to have occurred between the early Miocene and late Pliocene. 5.5 Seismicity The project site is in seismically active southern California. The present-day seismotectonic stress field in the Los Angeles region is one of north -northeasterly compression. This is indicated by the geologic structures, earthquake focal -mechanism solutions, and geodetic measurements. These data suggest compression rates of between 0.20 and 0.35 inch/year across the greater Los Angeles area. Historical epicenter maps show widespread seismicity throughout the region. Although historical earthquakes occur in proximity to known faults, they are difficult to directly associate with mapped faults. Part of this difficulty is due to the fact that the basin is underlain by several subsurface thrust faults (blind faults). Earthquakes in the region occur primarily as loose clusters along the Newport -Inglewood Structural Zone, along the southern margin of the Santa Monica Mountains, the southern margin of the Santa Susana and San Gabriel Mountains, and in the Coyote Hills -Puente Hills area. There is no clustering or alignment of earthquakes in proximity to the site. There are fewer earthquakes in the site region than anywhere else in the Los Angeles Basin area. This apparent lack of earthquake activity suggests that the site area is tectonically stable and suggests that there are no unrecognized active faults at the site. The largest historical earthquake within the Los Angeles Basin was the 1933 Long Beach earthquake of MW = 6.4 (ML = 6.3) which is generally believed (e.g. Benioff, 1938) to have been associated with the Newport -Inglewood Structural Zone (NISZ). The association was based on abundant ground failures along the NISZ trend but no unequivocal surface rupture was identified. Hauksson and Gross (1991) reevaluated the seismicity data and relocated the 1933 earthquake hypocenter to a depth of about 6 miles below the Huntington Beach -Newport Beach city boundary. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 14 Other damaging earthquakes in the Los Angeles region include the 1971 San Fernando, the 1987 Whittier, and the 1994 Northridge events. The 1971 San Fernando (ML = 6.4, MW = 6.7) earthquake occurred along the northern margin of the San Fernando Valley and produced a surface rupture which coincided partly with a zone of mapped surface faults along the mountain valley margin. The more -recent 1987 Whittier earthquake (ML = 5.9, MW = 5.9) and the 1994 Northridge (ML = 6.4, MW = 6.7) earthquake were not associated with surface faulting. The Whittier event occurred at a depth of about 10 miles on a thrust fault dipping northerly from the Coyote Hills area, under the Repetto and Puente Hills, to below the San Gabriel Valley. The Northridge event occurred at a depth of about 12 miles on a south -dipping reverse fault below the San Fernando Valley. A significant historical earthquake in the Orange County region was the 1812 earthquake which caused damage at the San Juan Capistrano Mission. The location and magnitude of the 1812 earthquake are unknown but geological studies (Jacoby et al, 1988; Fumal et al, 1993; Weldon et al., 2004) postulated that it did not occur in the Capistrano area but, rather, was a large (M> 7.0) distant event on the San Andreas Fault in the Wrightwood area of the San Gabriel Mountains. The earliest documented earthquake in the region was reported by the Portola expedition as they camped near the Santa Ana River in 1769. This event has been attributed by various geoscientists to just about every fault in the region but it could very well have been a distant event that shook a wide area as did the 1812 event, the 1971 San Fernando, the 1987 Whittier, and the 1994 Northridge events, as well as many other more -distant events (for example, 1992 Landers event). 5.6 Geology Hazards Geological hazards relevant to the project area include slope stability, slope erosion, earthquake shaking, tsunamis, and localized liquefaction. The site consists of a slope along the northwest corner of Superior Avenue and Pacific Coast Highway that wraps around both Superior Avenue and Pacific Coast Highway. Based on previous reports by Leighton (2009) for the Sunset Ridge Park, these slopes have been graded to a 2H:1 V or flatter slope grade and have been engineered and analyzed for slope stability. Slope stability analysis is further discussed in Sections 10.2 and 10.3. Terrestrial slope erosion is a process caused by gravitational failure abetted by water saturation of bluff materials and mass loading at the top of the bluff. Surface and groundwater hydrology combined with the geologic nature of the bluff control the effectiveness of terrestrial erosion. Based on site observations, the bluff/slope face did not appear to be saturated or over irrigated. Seepage has been observed along the bluff face and within existing soil within the Sunset Ridge Park area on top of the bluff. Perched water seems to accumulate within the upper 5 to 10 feet. Seepage is also evident based on the amount of existing vegetation along the slope face. This does provide some added stability to the slope face by way of reducing soil saturation and added tensile strength to the surficial soil layer. The Sunset Ridge Park maintains site drainage that controls the run-off and limits the amount of run-off flow onto the slope face. Due to the existing slope geometry, bluff lithology, controlled drainage at the top of the bluff, and existing vegetation along the slope face, the hazard associated with bluff erosion should be considered minimal for this area of the site assuming site maintenance and drainage control is sustained. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 4' 4 __ nn Bea I/7�Yy �-r70rt,...�5' tiIICS Jy l s' ige l r4 . � r'. - \ .'- Westr-"t G',er ;♦S -xi I Aria:. - - � �j}� J rra�f7. ii ~A •a•`• � ` ��T � � �: �:- �'r:� 'fir—"' C� �\ � 2010 FAULT ACTIVITY MAP OF CALIFORNIA �1 , � ;.'I:::•,, •, ', fly 0. California Geological Su , 41' `, y *...... r-,t 1- : i vey. Geologic Data Map No. fi t tip•' 1 LAP. Forest Compilation and Interpretation Charles iN. Jennings and William R. F }1 4 •t _ f Bryant.. portI , B�"` s � r.'r•1•I-- and Laguna %- x Graphics b Milind Patel- Ellen Sander Jim Thompson Barbara Wanish and Milton Fonseca Project Location 1 _ Viejo �` i,ea : I. Ex lanatinn �� Ir} —ftbocsson land—indi—dbysolidli... ` r�l' 15 'f•I r'I"'yrl' 'ill wM1ere well locatetl, by tl,— lines wh., approximately Ior d or iff—d ano by d,ft d lines —re ceal,, by younger rods or by lakes or bays. Fault traces are guerietl where continuation or existence is i FAULTCLASSIFICATIONCOLOR CODE \155 flntlirating Recency of Movement) Fault along wM1icM1 M1istodc (last 200 years) tlisplacament M1es ocearretl ` 0. 1 `\\ �./ -;:I.. i.i a. Ll n n :J='f. C.7pISir2f]G Y Holocene fault displaoemen d,img past 11,700 witM1oul M1istoric record. Late Quaternary fault displacement (during past 700,000 years) � � - I. Il 1 I 4 , h , Q Qualernaryfaull gage undifferentiated) 11 \ Pre -Quaternary fault (older that 1.6 million years) or fault I wiUmut racoo—d Quafemary displecamant A MOTIONAL FAULT SYMBOLS '-} ( �t+• ,4!I 'Plo fre I1 •• Sr each +,r Bar and ball on downO,,n side (,I,tive or app,,nt). macafe Arrows along fawt relatroe or apparem abeor�on or latarel movement Anav an fault indicates tll—n of dip. Low Angle Feutt lbarb os nuppar plate) Earth Mechanics Inc. -Wif ' SUPERIOR AVENUE PEDESTRIAN Regional Fault Map BRIDGE AND PARKING LOT Geotechnical and Earthquake Engineering Project No. 20-106 1 Date: September 2020 Figure 5 16 Tsunamis, or seismic sea waves, are large oceanic waves generated by earthquakes, submarine volcanic eruptions or large submarine landslides. They are capable of traveling long distances across ocean basins, and can force large quantities of water up onto shore at high velocities. The forces involved with tsunamis are of such large magnitude that the only positive means of protection is to avoid areas subject to tsunamis. The largest tsunami reported in California followed the 1812 earthquake, in which sea waves as large as 30 to 35 feet reached Santa Barbara. The project site is located at the southwest edge of Newport Mesa. The lower portions of the site are located within a tsunami inundation according to published inundation maps (CGS, 2009). The probability and severity of tsunami inundation cannot be estimated based on current available information. There are no known active surface faults within the project limits so ground rupture is not a factor. The site is within proximity to the NISZ and the nearest active trace is located approximately 0.7 miles west of the site. The nearest mapped trace of the NISZ is located approximately 400 feet from the project site (Figure 5), though the fault trace is delineated as a Late Quaternary (<130,000 years) according to USGS (2017). As a result moderate to intense ground shaking should be anticipated at the site in the event of an earthquake. According to the Seismic Hazard Map (CGS, 1997-1998) shown in Figure 6, some near -surface alluvial sediments within the project area are susceptible to liquefaction due to moderate to intense ground shaking. Based on site conditions observed, the potential for liquefaction should be considered low due to the presence of fine-grained soft rock near the. Further analysis and potential for liquefaction is discussed in more detail in Section 9.2. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng � "' Ji " •. �J y tii '� CC�IINT �gIRGRO N 5 VIM an eM1 'w l� VOSE 4IE§ kiw. ail�° ■ I - - � � S A 01 �,1, ' 4P y < I�`L� M4tF ?....,,1E sue,/ I A -'�- -1C N "\Ml � a grq �JI,/ /' a• Mrs' �yII+.. ,r�ti� yl I S9 � .r ire I1 Igr o f it r c I pI mdk o � 4 IA k al I I(.. I "Y,i-i} I� 'gyp ✓✓✓,,, � }_<�� ��� , ��+ ? >.: Y.t \ \ Project Location r ram, 00yal 8 � Light Harbor -�� r a1C0UNTA P 33 W 34 LiRnl y�caun. aeR�oa _ h NEWPORT BEACH.; �OxT 4¢` "Light i iE> MAP EXPLANATION Zones of Required Investigation: A Ur_ Liquefaction > Areas where historic occurrence of liquefaction, or local geological, geotechnical and groundwater conditions indicate a potential for '�_,✓ permanent ground displacements such that mitigation as defined in a, Public Resources Code Section 2693(c) would be required. `x Earthquake -Induced Landslides Areas where previous occurrence of landslide movement, or local topographic, geological, geotechnical and subsurface water conditions " Indicate a potential for permanent ground displacements such that `- mitigation as defined in Public Resources Code Section 2693(c)would be required. 0 4,000 8,000 FEET REFERENCE: Califomia Geological Survey, 1997 end 1998, Seismic H—,,l Zones, Newport Beach Qaed,angle Califomia SCAM 1 �� = 4, 000 Division of Mines and Geology, 01116.l Map, April 17 and April 15. Earth Mechanics Inc. SUPERIOR AVENUE PEDESTRIAN BRIDGE AND PARKING LOT Seismic Hazard Map Eff GeutechnicatEarthquake Engineering and Figure 6 Project No. 20-106 1 Date: September 2020 18 6.0 SUBSURFACE CONDITIONS 6.1 Subsurface Soil/Bedrock Conditions The available subsurface information indicates that the project site is underlain by artificial fill, alluvial deposits and diatomaceous Monterey Formation. The fill consists predominately of silty sand, silt and sandy clay. The terrace/paralic deposits underneath the fill composed predominately of silty sand, sandy silt, sand with silt, and elastic silt. As noted on the LOTB sheets, strong odor of petroleum/hydrocarbon was encountered in the soil/bedrock samples collected throughout the project site. In addition, organics were encountered in the Monterey bedrock. It should be noted that the above description is general and is intended to describe the subsurface in very broad terms. The description above should not be constructed to mean that the subsurface profile is uniform and is homogeneous within the project area. Details on stratigraphy at each borehole and CPT location are provided on the LOTB sheets and boring logs presented in Appendix A. Idealized soil/bedrock profiles and design strength parameters for geotechnical analyses and foundation design were developed using the available subsurface information, and are presented in Table 4. The shear strength parameters for sandy soils were estimated using laboratory test data and correlations with field blowcounts (Lam and Martin, 1986). In locations where a discrepancy was observed between blowcount correlations and laboratory test results, the design strength parameters were selected using the blowcount correlations considering that the blow count correlations provide the best indication of in -situ soil strength. The shear strength parameters of fine-grained soil/bbedrock were estimated based on the laboratory test results. In Table 4, a factor of 0.65 was used to convert Modified California Drive sampler blowcounts to Standard Penetration Test sampler blowcounts. Table 4. Idealized Soil Profiles and Strength Parameters Approximate Range of Friction Cohesion or Total Elevation Predominant Soil/Bedrock Type SPT N60 Blowcount Angle Undrained Shear Unit Weight (feet) (Blows/ft) (degrees) Strength (psf) (pcf) Abutment 1, Staircase Support, and RW3 Monterey Formation 5 to (24) +21 to +17 (Sand with Silt / Sandy 0 1,500 90 Silt) Average = 13 +17 to -25 Monterey Formation (Silt 9 to (>50) 0 2,000 90 / Elastic Silt) Average = 23 -25 to -50 Monterey Formation 20 to (>50) 0 3,500 100 (Elastic Silt) Average = 37 -50 to -90 Monterey Formation (Silt 16 to (>50) 0 3,000 100 with Sand / Elastic Silt) Average = 31 Earth Mechanics, Inc. W ITT Gegtecnnicai 6 Earinquake Enq,neenng 19 Approximate Range of Friction Cohesion or Total Elevation Predominant SPT N60 * Angle Undrained Unit (feet) Soil/Bedrock Type Blowcount (degrees) Shear Weight (Blows/ft) Strength (psf) (pcf) Abutment 2 (23) to (46) +39 to +21 Silty Sand / Sand 34 100 90 Average = 31 Monterey Formation 5 to (24) +21 to +17 (Sand with Silt / Sandy 0 1,500 90 Silt) Average = 13 +17 to -25 Monterey Formation (Silt 9 to (>50) 0 2,000 90 / Elastic Silt) Average = 23 -25 to -50 Monterey Formation 20 to (>50) 0 3,500 100 (Elastic Silt) Average = 37 -50 to -90 Monterey Formation (Silt 16 to (>50) 0 3,000 100 with Sand / Elastic Silt) Average = 31 RW4, RW5, RW6 and RW7 +76 to +40 Sand / Silty Sand / Sandy 17 to (>50) 34 100 110 Silt Average = 36 +40 to +30 Sand / Silty Sand 36 >50 50 36 50 110 +30 to +5 Monterey Formation (Silt 10 to (>50) 0 3,000 100 with Sand / Elastic Silt) Average = 36 *Values in () are MCD sampler blowcounts converted to equivalent SPT blowcounts by adjusting for sampler size. It should be noted that the idealized soil profiles and shear strength parameters in Table 4 were developed primarily for the design of bridge and retaining wall foundations addressed in this report. Direct application of the same idealized soil profiles and shear strength parameters for other design elements not specifically addressed in detail in this report are likely to be invalid. This is because selecting idealized soil profiles and shear strength parameters, to some extent, is influenced by the preferred design methodologies associated with bridge and wall foundations. The same is true for the laboratory test results: the type and distribution of testing were tailored to bridge and wall foundation design. Selective usage of one or multiple sets of test results for other design elements not specifically addressed in detail in this report will likely provide an erroneous interpretation of onsite soil/bedrock properties. For design elements not specifically addressed herein, we recommend supplemental field exploration and laboratory tests be performed to establish suitable and representative geotechnical design data for the specific design element. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 20 6.2 Groundwater Conditions During the field investigation performed by EMI for the project, groundwater was encountered between elevations -1.5 and +4 feet (approximately 8 to 13.5 feet below Superior Avenue grade at the proposed bridge location). The geotechnical report prepared by Leighton Consulting, Inc. (2009) for Sunset Ridge Park indicated static ground water was encountered between elevation 0 and -10 feet in 2007. This report also indicated that perched groundwater was encountered between elevations +12 and +29 feet. The California Statewide Groundwater Elevation Monitoring (CASGEM) Online System was reviewed for additional groundwater level readings, but no well was found in the vicinity of the project site. Based on the above data, a design groundwater table was placed at an elevation of +4 feet (about 8 feet below the existing grade at Superior Avenue) for foundation design. It should be noted that the groundwater elevation is subject to seasonal rainfall fluctuation and runoff amount, local irrigation practices, extraction and recharge of local and regional aquifers, and other manmade conditions. Therefore, the groundwater elevation during construction may be different from the design groundwater elevation provided above. 7.0 SCOUR EVALUATION The project does not cross an unlined channel or basin; therefore, scour potential is not considered a design issue. 8.0 CORROSION EVALUATION Seven (7) soilibedrock samples were tested to determine corrosivity including minimum resistivity, pH, soluble sulfate content, and soluble chloride content; the test results are summarized in Table 5. Table 5. Soil Corrosion Test Results Sample Sample Minimum Chloride Sulfate Boring No. No. Depth USCS Soil Type Resistivity pH Content Content (feet) (ohm -cm) (ppm) (ppm) R-20-002A D-2 10 Elastic Silt (MH) 375 7.8 2,622 938 R-20-003 D-1 5 Elastic Silt (MH) 475 7.2 3,120 2,015 R-20-101 D-1 5 Elastic Silt (MH) 285 3.8 1,182 5,530 R-20-103 D-2 10 Elastic Silt (MH) 520 7.2 2,154 2,051 R-20-104 D-8 40 Elastic Silt (MH) 570 6.4 1,038 3,804 A-20-105 D-6 30 Poorly -graded Sand with Silt 770 7.1 9,382 956 (SP-SM) A-20-106 D-4 20 Elastic Silt (MH) 350 7.4 5,612 248 Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 21 According to the Caltrans Corrosion Guidelines V3.0 (Caltrans, 2018c), soils are considered corrosive if the pH is 5.5 or less, or chloride concentration is 500 parts per million (ppm) or greater, or sulfate concentration is 1,500 ppm or greater. Based on the above corrosion test results and the Caltrans criteria, the on -site earth materials within the project area are classified to be corrosive to concrete and bare metals. The minimum concrete cover should be in accordance with Table 5.10.1-1 of the California Amendments to the AASHTO LRFD Bridge Design Specifications (Caltrans, 2019a) for chloride concentration between 5,001-10,000 ppm. Corrosion resistant concrete mix designs that address corrosive conditions are specified in Section 90-1.02H of the Caltrans Standard Specifications (2018a). Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 22 9.0 SEISMIC DESIGN INFORMATION AND RECOMMENDATIONS 9.1 Seismic Design The design ARS curve for the proposed bridge and peak ground acceleration (PGA) for the retaining walls were determined using the Caltrans ARS Online V3.0.2 (2020) and following the procedures described in Caltrans Seismic Design Criteria Version 2.0 (SDC 2.0) (2019c) and the October 2019 Interim Revisions to SDC 2.0 (2019b), and using the site -specific small -strain shear wave velocity for the upper 100 feet (V,30)• The V,30 was estimated using the information presented in the site -specific LOTB sheets included in Appendix A and the SPT correlations provided in the Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations (Caltrans, 2012). The key parameters for determining the design ARS curve and PGA are listed in Table 6. Table 6. Key Parameters for Determining Design PGA Site Latitude Site Longitude 33.62340 -117.93890 Shear Wave Velocity, Vs30 771 feet/sec (235 m/sec) The design ARS curve is presented in Figure 7. The design magnitude (M) is 6.6 and the design PGA is 0.48g. 9.2 Liquefaction Potential As stated in Section 6.2, the design groundwater table for geotechnical analyses was placed at an elevation of +4 feet (approximately 8 feet below Superior Avenue grade the proposed bridge location). Due to predominantly fine-grained soils and shallow bedrock below the design groundwater elevation, liquefaction potential is expected to be low at the project site. 9.3 Seismically -Induced Settlement Since liquefaction potential is anticipated to be low, seismically -induced settlement is expected to be small, and therefore not expected to impact the proposed improvements. 9.4 Lateral Spreading Since liquefaction potential is anticipated to be low, site soils are not expected to suffer significant loss of strength during design earthquakes. Therefore, lateral spreading is not considered a design issue. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 1.4 1.2 1.0 0.8 a 0.6 a� a Cn 0.4 0.2 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 Period (s) Bridge Design ARS Curve Latitude: 33.6234 Longitude:-117.9389 Shear Wave Velocity Mao) = 235 m/s Design Magnitude (M) = 6.6 Peak Ground Acceleration (PGA) = 0.48g 5% Damping Spectral Coordinates: Period sec Acc. Period sec Acc. 0.00 0.48 1.00 0.75 0.10 0.83 2.00 0.39 0.20 1.12 3.00 0.25 0.30 1.24 4.00 0.17 0.50 1.16 5.00 0.13 0.75 0.93 Earth Mechanics, Inc. Geotechnical and Earthquake Engineering Project Number : 20-106 1 Date: June 2020 1 AND PARKING LOT �Fi ure 7 Design Acceleration Response Spectrum I g 24 9.5 Ground Rupture No major faults traverse through the project site. The California Division of Mines and Geology has not identified Alquist-Priolo Fault Zones through the site. Therefore, the risk of ground surface rupture and related hazards at the project site are expected to be low. According to Caltrans Memo To Designers 20-10 (Caltrans, 2013b), since the project site does not fall within an Alquist-Priolo Earthquakes Fault Zone or within 1,000 feet of an unzoned fault that is Holocene or younger in age, further fault studies will not be needed. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 25 10.0 FOUNDATION RECOMMENDATIONS 40.1 Superior Avenue Bridge 10.1.1 Foundation Type Based on the available subsurface information, the near -surface site soils are not anticipated to have sufficient bearing resistance to support the proposed structure on spread footings; therefore, deep foundations are recommended. Of the deep foundation alternatives, site soils are conducive to both driven and drilled piles. Due to the potential for petroleum and hydrocarbon in the subsurface earth materials, driven piles are preferred over Cast -In -Drill -Hole (CIDH) piles at the bridge supports. However, it is our understanding that, based on the discussion between Dokken and City of Newport Beach, 78-inch CIDH piles are proposed at the proposed bridge abutments. 10.1.2 Axial Pile Capacity Per Caltrans policy, Load Resistance Factor Design (LRFD) is used for foundation design. The foundation design data sheet and foundation factored design loads were provided by Dokken following the latest Caltrans Memo to Designers 3-1 (Caltrans, 2014b), and are shown in Table 7 and Table 8, respectively. Table 7. Foundation Design Data Sheet Finished Cut-off Pile Cap Size Permissible Number Support Pile Type Grade Elevation (feet) Settlement of Piles No. Elevation under Service per (feet) (feet) B L Load (inch) Support Abutment 1 78-inch +32.68 +21.50 8.0 25.0 1 2 CIDH 78-inch Abutment 2 +37.72 +26.50 8.0 25.0 1 2 CIDH Based on the information provided by Dokken, the on -center spacing between two piles is slightly more than 2.7 pile diameters. Based on California Amendments to AASHTO LRFD Bridge Design Specifications — Eighth Edition (Caltrans, 2019a) and the pile spacing provided by Dokken, a group reduction factor is not required in the axial pile capacity calculations. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 26 Table 8. Foundation Factored Design Loads Service -I Limit State Strength/Construction Limit State Extreme Event Limit State (kips) (Controlling Group, kips) (Controlling Group, kips) Total Compression Tension Compression Tension Support No. Load Permanent Loads Per Per Max. Per Max. Per Max. Per Max. Per Support PP Support Support Per Support Per Support Per Support Per Pile Pile Pile Pile Abutment 1 1,400 1,300 1,900 950 - - 1,300 11100 - - Abutment 2 1,400 11300 1,900 950 - - 1,300 1 1,100 - - The axial capacities of CIDH piles were estimated using the computer program SHAFT v2017 (Ensoft, 2017). The axial pile capacities are based on soil resistance only and may be further limited by the pile -head connection details and structural material strength. Since organics were encountered in the subsurface, long-term (secondary) consolidation settlement on the order of 0.5 inch can occur at Abutment-1 during the design life of the structure. Therefore, calculations to determine the axial capacity of the Abutment-1 piles have incorporated the effects of static downdrag forces induced by soil settlement caused by long-term (secondary) consolidation. The calculated pile tip elevations are presented in Table 9. The pile data table is presented in Table 10. Table 9. Foundation Design Recommendations Service -I Nominal Resistance (kips) Limit State Total Spec. Sup. Pile Cut-off Load per Permissible Strength / Extreme Event Design Tip No. yP Type El. Support (kips) Support Construction Tip El. El. (feet) Settlement (in.) (feet) (feet) Comp Tens Comp Tens Total Perm cp=0.7 cp=0.7 cp=1 cp=1 -43(a-I) Abut 1 +21.50 1,400 1,300 1 1,360 - 1,100 - -36(a-II) -70 78- -70(c) inch CIDH -41(a-I) Abut 2 +26.50 1,400 1,300 1 1,360 - 1,100 - -34(a-II) -41 -34(c) Notes: (1) Design tip elevations are controlled by: (a -I) Compression (Strength Limit), (b-I) Tension (Strength Limit), (a -II) Compression (Extreme Event), (b-II) Tension (Extreme Event), (c) Settlement, (d) Lateral Load. (2) Design Tip Elevations for Lateral Load will be determined by the Structural Designers. (3) The Specified Tip Elevation shall not be raised. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenno 27 Table 10. Pile Data Table Nominal Resistance Design Tip Specified Tip Support No. Pile Type (kips) Elevation Elevation Compression Tension (feet) (feet) Abutment 1 78 inch CIDH 1,360 0 -43�a� -70 Abutment 2 1,360 0 -41 -34(a) Notes: (1) Design Tip Elevations are controlled by the following demands: (a) Compression, (b) Tension, (c) Settlement, and (d) Lateral Loads. (2) Design Tip Elevations for Lateral Load will be determined by the Structural Designers. (3) The Specified Tip Elevation shall not be raised. 10.1.3 LPILE Input Parameters At the request of Dokken, soil input parameters for LPILE v2019 (Ensoft, 2019) are presented in Table 11. P-multipliers for group effects will be determined by the bridge designers. Table 11. LPILE v2019 Input Parameters Top of Bottom of Effective Friction Pile p-y Curve Soil Soil Layer Soil Layer Unit Cohesion k Eso Type Model Elevation Elevation Weight (Degl) (psf) (Pei) (feet) (feet) (pcf) Abutment 1 Stiff Clay w/o Free +21 +17 90 - 1,500 - 0.0085 Water (Reese) Stiff Clay w/o Free +17 +4 90 - 2,000 - 0.007 Water (Reese) 78-inch Stiff Clay w/o Free +4 -25 27.6 - 2,000 - 0.007 CIDH Water (Reese) Stiff Clay w/o Free -25 -50 37.6 - 3,500 - 0.0055 Water (Reese) Stiff Clay w/o Free -50 -90 37.6 - 3,000 - 0.006 Water (Reese) Abutment 2 API Sand (O'Neil) +26 +21 90 34 - 170 - 78-inch Stiff Clay w/o Free +21 +17 90 - 1,500 - 0.0085 CIDH Water (Reese) Stiff Clay w/o Free +17 +4 90 - 2,000 - 0.007 Water (Reese) Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 28 Top of Bottom of Effective Friction Pile p-y Curve Soil Soil Layer Soil Layer Unit Angle Cohesion k E so Type Model Elevation Elevation Weight (Deg.) (psf) (pci) (feet) (feet) (pcf) Stiff Clay w/o Free +4 -25 27.6 - 2,000 - 0.007 Water (Reese) Stiff Clay w/o Free -25 -50 37.6 - 3,500 - 0.0055 Water (Reese) Stiff Clay w/o Free -50 -90 37.6 - 3,000 - 0.006 Water (Reese) 10.1.4 Bridge Approach Embankments Settlement and Settlement Period. New fills will be placed to construct the embankment at Abutment 1. Based on the plans provided by the civil designers, up to 18 feet of fill will be placed at Abutment 1; Abutment 2 will be constructed in a cut area. Based on the calculations, the maximum static ground settlement of the embankment near Abutment-1 is expected to be about 3.8 inches with a relatively long settlement period. Several options were presented to Dokken to mitigate the settlement magnitude and settlement period and they included using lightweight fill, surcharging along with vertical wick drains, deep overexcavation, and ground improvement using jet grouting, deep soil mixing, or Rammed Aggregate columns (Geopier). A memorandum was prepared by Dokken and was submitted to the City of Newport Beach, dated January 6, 2021, to present the settlement and settlement period mitigation options. This memorandum is included in Appendix D. Based on our discussion with Dokken, it is our understanding that the City of Newport Beach decided not to mitigate the settlement and settlement period with this project construction. Since organic materials were encountered in the subsurface near Abutment 1, long-term (secondary) consolidation settlement on the order of 0.5 inches expected to occur during the design life of the bridge structure, resulting in differential settlement on the order of 0.25 inch. As a result, we recommend placing a seismic approach slab to minimize the differential settlement at the embankment/bridge interface. Even with the installation of the seismic approach slab, we anticipate some maintenance will be required to level uneven surfaces due to long-term differential settlement. It should be noted that because of variability in subsurface soil conditions, the disturbance of soil samples inherent in the collection process, and the limitations of one-dimensional laboratory consolidation tests, the calculated theoretical settlement magnitudes and time periods are only estimates and are not absolute values. The actual settlement magnitude and time period can be significantly different than the analytical values. Global Stability. Global stability analyses were performed using the computer program Slide 2 (Rocscience, 2020). Abutment-1 and Abutment-2 embankment cross -sections were analyzed at the maximum design height. Earth Mechanics, Inc. Gegtecnnicai 6 Eerinquake Enp,neenng 29 Slope stability analyses were conducted for the static condition including a 2-foot soil surcharge to represent traffic loading. In accordance with Caltrans guidelines (2014a), stability analysis for the seismic condition was performed using the pseudo -static approach with a seismic coefficient of 0.16, which is equal to one-third the peak horizontal acceleration. According to the results of the analyses, the abutment embankments meet the minimum required factor -of -safety for deep-seated failure of 1.5 for the static condition and 1.1 for the pseudo -static condition per Caltrans guidelines (2014a). 10.2 Retaining Walls As discussed in Section 2.0, there are two Segmental walls (RW 1 and RW 2), one Caltrans Type 5 (Case 2) wall (RW3), and four Caltrans Type IA (Case 1) walls (RW 4, RW 5, RW 6, and RW 7). The locations of these walls are shown in Figure 2. Since the design PGA at the project site is less than 0.6g, Caltrans standard plan walls are applicable. Design recommendations for Segmental walls (RW 1 and RW 2) are not included in this report. Based on our discussion with Dokken, we understand that the segmental wall foundation design will be performed by Soil Retention Design Inc (Verdura Wall Vendor). EMI recommends that this report and LOTB sheets should be provided to the wall designers, so they will know the potential issues with the project (settlement, expansive fine-grained materials, organic soils, potential for petroleum and hydrocarbon in the subsurface earth materials) and can design the segmental walls accordingly. 10.2.1 Spread Footing Surcharge on RW 4 and RW 5 Based on the plans provided by Dokken, RW 5 and RW 6 spread footings will induce surcharge loading on RW 4, and RW 6 spread footings will induce surcharge loading on RW 5. Retaining Wall 4: When constructed, the closest edge of the spread footing supporting Retaining Wall 5 has a horizontal and vertical clearance of 12 and 2 feet, respectively, from retaining wall 4, and the closest edge of the spread footing supporting Retaining Wall 6 has a horizontal and vertical clearance of 26 feet and 10 feet, respectively, from retaining wall 4. Boussinesq equations (AASHTO, 2017) were used to determine the footing surcharge on the vertical face of Retaining Wall 4, and the results are presented in Figure 8. The horizontal footing surcharge on Retaining Wall 4 is equal to a uniform stress of 0.3q, where "q" is the footing demand. Retaining Wall 5: When constructed, the closest edge of the spread footing supporting Retaining Wall 6 has a horizontal and vertical clearance of 14 and 2 feet, respectively, from Retaining Wall 5. Boussinesq equations (AASHTO, 2017) were used to determine the footing surcharge on the vertical face of Retaining Wall 4, and the results are presented in Figure 9. The horizontal footing surcharge on Retaining Wall 5 is equal to a uniform stress of 0.2q, where "q" is the footing demand. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenno 30 Based on our discussion with Dokken, it is our understanding that the Caltrans Standard Plan wall details for Type IA (Case 1) are checked for these additional footing surcharge, and Type IA (Case 1) are still applicable for these retaining walls. Also, the backfill for these walls are in a limited sloping condition, and Dokken mentioned that they already checked and "Case 1" condition is still applicable for these walls. Earth Mechanics, Inc. ,00141 Gegtecnnicai 6 Earinquake Enp,nee-9 RW 26 feet RW 10 eet r2 feet 11 12 feet RW 4— L 7.25' q=1 r — — — 7.25' — I q=1 I 0.3q orizontal Surcharge NO SCALE Earth Mechanics, Inc. Superior Avenue Pedestrian Bridge and Parking Lot Spread Footing Surcharge on Retaining Wall 4 Gea[echnical and Earthquake Engineering -- Figure 8 Project No. 20-106 Date: May 2021 RW 12 feet ij 2 f et RW 7.25' q=1 F - - - - - I I 0.2q orizontal Surcharge NO SCALE Earth Mechanics, Inc. Superior Avenue Pedestrian Bridge and Parking Lot Spread Footing Surcharge on Retaining Wall 5 Figure 9 Gea[echnical and Earthquake Engineering -- Project No. 20-106 Date: May 2021 33 10.2.2 Soil Bearing Capacity and Settlement for RW 3, RW 4, RW 5, RW 6, and RW 7 Based on the subsurface information collected from the exploratory borings, we recommend that remedial overexcavation be performed below the wall footings. The minimum depth of overexcavation for each wall design height is provided in Table 12. The horizontal limits of the overexcavation should begin 1 foot from each edge of footing bottom, and extending downward at a 45-degree imaginary plane until this plane intersects the recommended minimum overexcavation depth. If the 45-degree imaginary plane intersects any temporary shoring, then this imaginary plane will continue downward along the shoring until the plane intersects the recommended minimum overexcavation depth. Caltrans Structure Backfill with a minimum Sand Equivalent (SE) of 20 (matching the gradation used for backfill behind retaining walls) should be used to backfill the overexcavation. Caltrans Structure Backfill should be compacted to a minimum relative compaction of 95% of maximum density as determined by Caltrans Test Method 216. The overexcavation bottom should be proof rolled prior to backfilling. Further, the bottom of the overexcavation should be inspected by a qualified geotechnical engineer or technician to confirm the presence of an unyielding and competent subgrade. Soil bearing capacity and settlement calculations were performed using the footing elevations shown on the wall plans and the recommended minimum overexcavation and recompaction depth. The Spread Footing Data for the retaining walls is presented in Table 12. It should be noted that the calculations were performed using the footing dimensions included in the Caltrans Standard Plan Sheets for Type 5 (Case 2) and Type I (Case 1) walls. Table 12. Spread Footing Data for Retaining Walls Strength Extreme Event Minimum Service Factored Factored Gross Design Depth of Permissible Net Gross Nominal Nominal Height Overex. Below Contact Stress Bearing Bearing (feet) Footing Bottom Resistance Resistance (feet) (ks (�)=0.55) (+=0.8) (ksf) (ksf) RW 3 8 2 1.8 6.0 8.6 RW 4 8 1 1.3 5.8 7.8 10 2 1.6 5.4 7.7 RW 5 8 1 1.3 4.4 6.0 RW 6 8 1 1.3 4.4 6.0 Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 34 Strength Extreme Event Minimum Service Factored Factored Gross Design Depth of Permissible Net Gross Nominal Nominal Height Overex. Below Contact Stress Bearing Bearing (feet) Footing Bottom Resistance Resistance (feet) (ksf)((�=0.55) ((�=0.8) (ksf) (ksf) RW 7 6 1 1.0 6.6 7.7 8 1 1.3 5.8 7.8 10 2 1.6 5.4 7.7 10.2.3 Global Stability Global stability analyses were conducted for both static and pseudo -static conditions for potential deep-seated failures. The analysis was performed using the computer program Slide 2 (Rocscience, 2020). The engineered structure backfill was modeled with a friction angle of 34' and cohesion of 100 psf. One cross-section was analyzed at the maximum design height for RW 3 and RW 7. The global stability of RW 4, RW 5, and RW 6 was performed as a combined analysis. Slope stability analyses were conducted for the static condition including a 2-foot soil surcharge to represent traffic loading. In accordance with Caltrans guidelines (2014a), stability analysis for the seismic condition was performed using the pseudo -static approach with a seismic coefficient of 0.16, which is equal to one-third the peak horizontal acceleration. According to the results of the analyses, the approach embankments meet the minimum required factor -of -safety for deep-seated failure of 1.5 for the static condition and 1.1 for the pseudo -static condition per Caltrans guidelines (2014a). 10.3 Stairway Based on the available subsurface information and the information provided by Dokken, the near -surface site soils are anticipated to have sufficient bearing resistance to support the proposed Stairway on spread footings. 10.3.1 Soil Bearing Capacity and Settlement Based on the subsurface information collected from the exploratory borings, we recommend that remedial overexcavation be performed below the footings. The minimum depth of overexcavation for each support is provided in Table 13. The horizontal limits of the overexcavation should begin 1 foot from each edge of footing bottom, and extending downward at a 45-degree imaginary plane until this plane intersects the recommended minimum overexcavation depth. If the 45-degree imaginary plane intersects any temporary shoring, then this imaginary plane will continue downward along the shoring until the plane intersects the recommended minimum overexcavation depth. Caltrans Structure Backfill with a minimum Sand Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 35 Equivalent (SE) of 20 (matching the gradation used for backfill behind retaining walls) should be used to backfill the overexcavation. Caltrans Structure Backfill should be compacted to a minimum relative compaction of 95% of maximum density as determined by Caltrans Test Method 216. The overexcavation bottom should be proof rolled prior to backfilling. Further, the bottom of the overexcavation should be inspected by a qualified geotechnical engineer or technician to confirm the presence of an unyielding and competent subgrade. Soil bearing capacity and settlement calculations were performed using the footing elevations shown on the plans and the recommended minimum overexcavation and recompaction depth. The Spread Footing Data for the stairway is presented in Table 13. It should be noted that the calculations were performed using the footing dimensions provided by Dokken. Table 13. Spread Footing Data for Stairway Strength Extreme Event Minimum Service Factored Factored Gross Support Depth of Permissible Net Gross Nominal Nominal Location Overex. Below Contact Stress gearing Bearing Footing Bottom Resistance Resistance (feet) (ks ((�=0.45) (+=1.0) (ksf) (ksf) Bottom of 1 0.9 5.3 11.8 Stairway Landing 2 1.8 5.8 12.8 Top of N/A 1.0 4.9 10.8 Stairway 10.4 Parking Lot Based on the plans provided by the civil designers, up to 18 feet of embankment fill will be placed to construct the parking lot. The width of the embankment varies between 40 and 165 feet. The east side of the parking lot area will require up to about 24 feet of cut. The maximum calculated settlement due to fill is about 4.5 inches with a relatively long settlement period. The City of Newport Beach hired Geocon West, Inc. (Geocon) to perform an independent settlement analyses, and Geocon concluded that they agree with our settlement estimate of 4.5 inches. Several options were presented to Dokken to mitigate the settlement magnitude and settlement period and they included using lightweight fill, surcharging along with vertical wick drains, deep overexcavation, and ground improvement using jet grouting, deep soil mixing, or Rammed Aggregate columns (Geopier). A memorandum was prepared by Dokken and was submitted to the City of Newport Beach, dated January 6, 2021, to present the settlement and settlement period mitigation options. This memorandum is included in Appendix D. Based on our discussion with Dokken, it is our understanding that the City of Newport Beach decided not to mitigate the settlement and settlement period with this project construction. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 36 It should be noted that because of variability in subsurface soil conditions, the disturbance of soil samples inherent in the collection process, and the limitations of one-dimensional laboratory consolidation tests, the calculated theoretical settlement magnitudes are only estimates and are not absolute values. The actual settlement magnitude can be significantly different than the analytical values. Asphalt pavement is recommended for the parking lot because this type of pavement material is more flexible than concrete pavement. Hardscape placed on the finished surface should consist of frequent construction joints to accommodate differential settlement. The pavement, buried utilities, and any settlement -sensitive structures should be constructed to accommodate long-term settlement. Over the life of the facility, some maintenance will be required to level uneven surfaces due to long-term differential settlement. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 37 11.0 PAVEMENT STRUCTURAL SECTION DESIGN 11.1 Subgrade R-Values Two near -surface soil samples, collected from the upper 5 feet of subgrade from the existing parking lot, were tested to determine their R-value. The R-value, the percent passing the No. 200 Sieve, and the Plasticity Index along with the USCS soil type are presented in Table 14. Table 14. R-Value, No. 200 Wash, and Plasticity Index Test Results Boring No. Sample Sample Depth USCS Soil Type R-Value No. 200 Plasticity No. (feet) sash (%) Index (%) R-20-101 B-0 0-5 Clayey Sand 46 32 10 R-20-103 B-0 0-5 Clayey Sand 51 36 3 Based on the above test results, a design R-value of 40 is recommended for pavement sections constructed atop native soils on the parking lot. In locations where structural pavement sections will be constructed atop import fill (Select) Material, the Select Material placed within four feet of the grading plane should have a minimum R-Value of 40 and a Plasticity Index of less than or equal to 12%. Otherwise, remedial removals will need to be performed to replace the subgrade soils with materials possessing the quality requirements described above. 11.2 Recommended Pavement Structural Sections Rigid pavement sections are not recommended due to potential long-term settlement. Flexible pavement sections were designed using the Ca1FP-Web v3.DD001.3 web based program developed by Caltrans and the methodology given in Chapter 630 of Caltrans Highway Design Manual (2020). The flexible pavement sections were determined for a 20-year design life and Traffic Indices (TIs) ranging from 5.0 to 6.5 as provided by Dokken. The recommended flexible pavement structural sections are presented in Table 15. Table 15. Recommended Flexible Pavement Structural Sections Location Design Life (Years) Design R-Value TI Recommended Pavement Sections Superior Ave Parking Lot 20 40 5.0 0.30' HMA-A / 0.35' AB 5.5 0.30' HMA-A / 0.35' AB 6.0 0.30' HMA-A / 0.40' AB 6.5 0.30' HMA-A / 0.55' AB Note: HMA-A = Hot Mix Asphalt (Type A); AB = Aggregate Base (Class 2). Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 38 12.0 SOIL INFILTRATION RATES As discussed in Section 3.0, in -situ soil infiltration tests were performed at the locations identified by the civil designers. Approximate locations of these tests are shown in Figure 3. Site soils near these infiltration testing locations and near the test depths were generally described as dry during sampling and consisted of material with a USCS classification of SM, SP-SM, and CL, and a HSG classifications of B and D (Caltrans, 2020). Soil infiltrations rates were evaluated using the U.S. Bureau of Reclamation Groundwater Manual (1985). These methods apply to bell -shaped flow pattern emanating radially and horizontally outward from the boring walls within the pervious gravel section and then converging downward to a vertical flow pattern. The well discharged data and infiltration rates are provided in Appendix C, and the soil infiltration data is summarized in Table 16. Those individual rates were determined from quantity versus time plots based on a series of consecutive readings taken during a period of up to 4 hours. Table 16. Soil Infiltration Rates Test Location Existing Ground Surface El. (feet) Proposed Invert Depth (feet) Controlling Soil Type Measured Soil Infiltration Rate (in/hr) USCS HSG I-20-001 +45.0 CL D 0.004 5.0 I-20-OOIA +47.0 SC B 2.10 Note: USCS = Unified Soil Classification System, HSG = Hydrologic Soil Groups per Caltrans HDM Table 819.7D (2017). Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 39 13.0 CONSTRUCTION CONSIDERATIONS 13.1 Earthwork Earthwork should be performed in accordance with Section 19 of the Caltrans Standard Specifications (2018a). Appropriate measures should be taken to prevent damage to adjacent existing structures and utilities. In areas where compacted fill will be placed, complete removal of compressible surficial materials including vegetation, topsoil, loose or soft alluvium, dry or saturated soil, wet, unstable, or otherwise unsuitable material is required prior to fill placement. Except for design elements specifically addressed in this report, a minimum overexcavation and recompaction of 24 inches is recommended within all areas to receive compacted fill, and the overexcavation depth is measured from existing grade. The overexcavation should extend horizontally a minimum distance of 24 inches from edges of new fills. In cut areas, the minimum overexcavation and recompaction depth is 12 inches, relative to the grading plane (finish subgrade). Actual depths and extent of remedial removals should be determined in the field by qualified geotechnical personnel during earthwork activities. Bottoms of overexcavations should be scarified to a depth of about 8 inches, conditioned to near optimum moisture content, and compacted in place to at least 90% relative compaction based on maximum densities determined by California Test (CT) 216. All overexcavations should be observed by qualified geotechnical personnel to verify that firm and unyielding bottoms are exposed before receiving fill. Onsite bedrock is diatomaceous and required compaction will be difficult to achieve. Therefore, onsite bedrock should not be re -used as compacted fill. Other excavated onsite soils may be reused as compacted fill unless otherwise specified in the geotechnical report, contract plans or specifications. Based on the information reported herein, near -surface materials exhibit relatively high in -situ moisture contents and these materials could experience pumping, making compaction of the subgrade difficult to achieve. If the required compaction cannot be achieved due to wet subgrade, then the subgrade bottom will require stabilization. One conventional approach to solving a pumping subgrade problem is to overexcavate the subgrade soils, place woven filter fabric on the overexcavated bottom, and place Aggregate Base on top of the fabric to create a stable subgrade. When using this approach, it may be prudent to construct test areas with various overexcavation depths, to determine a suitable depth. Thus, determining the overexcavation depth may become an iterative procedure. Another approach to mitigating pumping conditions is to scarify/aerate the soils in the upper one to two feet. However, this is a sensitive operation because scarifying and recompacting the surface soils can cause pumping of the underlying soils. This approach also requires time in the schedule to scarify and dry out the upper soils and therefore may not be a feasible alternative. Cold, rainy, and cloudy weather will cause soil to retain moisture. Also, the size and weight of the construction equipment influences whether or not pumping will occur. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 40 Based on the field investigation, some subsurface materials at the project site exhibit strong odor of petroleum/hydrocarbon. A hazardous materials specialist should be present onsite during earthwork activities to advise on the handling and disposal of these materials. 43.2 Temporary Excavations Design of temporary construction slopes and shoring is the contractor's responsibility during construction. Heavy construction equipment should not be used immediately adjacent to shoring due to large lateral pressures induced by such equipment unless the shoring is designed to accommodate such pressures. Excavated soil and construction materials should not be stockpiled adjacent to shoring or open excavations. Stockpiled soil and construction materials should be set back a distance at least equal to the height of the excavation. It should be noted that it is the responsibility of the contractor to oversee the safety of the workers in the field during construction. The contractor should conform to all applicable occupational safety and health standards, rules, regulations, and orders established by the State of California. If a trench shoring design plan is required, the geotechnical consultant should review the plan to confirm that recommendations presented in this report have been applied to the design. The contractor is responsible for evaluating the ease/difficulty of installing and extracting structural elements for temporary shoring walls in contact with the ground. 13.3 Groundwater Control During the field investigation performed by EMI for the project, groundwater was encountered between elevations -1.5 and +4 feet (approximately 8 feet to 13.5 feet below grade). Based on Leighton Consulting, Inc. Geotechnical report (2009) for Sunset Ridge park project, ground water was encountered between elevation 0 and -10 feet in 2007. This report also indicated that perched groundwater was encountered between elevations +12 and +29 feet near Abutment 2. Groundwater elevations can fluctuate due to a number of reasons. Therefore, groundwater level during foundation construction may be higher or lower than those levels recorded and shown in exploratory boring logs. Should groundwater be encountered during abutment footing construction, it should be controlled in accordance with Section 19-3.03B(5) of the Caltrans Standard Specifications (2018a). Any seepage or groundwater removed from an excavation should be tested and disposed of in compliance with all applicable local, state and federal requirements. It should be made the contractor's responsibility to control subsurface and surface water. The contractor should dewater the site as necessary to facilitate construction, if groundwater is encountered. Contractor should also be cognizant that any dewatering activities could induce ground subsidence which affects adjacent surface and subsurface structures and utilities. Water should not be allowed to stand in any excavations. If excavations become flooded, at -least the bottom 8 inches of soil should be removed and replaced, and re -compacted to a minimum 90 percent relative compaction. Additional removals may be required at the discretion of the resident engineer or geotechnical personnel. A hazardous materials specialist should be present onsite during groundwater control activities to provide guidance on handling and disposing of groundwater. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 41 13.4 CIDH Pile Construction Construction of CIDH piles should follow Section 49-3.02 of the Caltrans Standard Specifications (2018a). Per Caltrans Memo To Designers 3-1 (2014b), a minimum 5-inch of concrete cover over reinforcement should be provided to improve the construction of the 78-inch diameter CIDH piles. Loose soils should be cleaned from the bottom of the drilled excavations. Pile borings should be inspected and approved by the geotechnical engineer prior to the installation of reinforcement. Extreme care in drilling, placement of steel, and the pouring of concrete is essential to avoid excessive disturbance of pile boring walls. Concrete placement by pumping or tremie tube to the bottom of the pile borings will be required. Sufficient space should be provided in the pile reinforcing cage during fabrication to allow the insertion of a tremie tube for concrete placement. Based on recent soil borings, a wet method of construction will be required. As a standard Caltrans practice for "wet" construction, PVC tubings must be installed within the reinforcement cage of the CIDH pile for gamma -ray testing per Caltrans Memo To Designers 3-1 (2014b). Strong odor of petroleum/hydrocarbon was encountered in the soil samples collected throughout the project site. Therefore, the contractor should be ready to dispose the contaminated soil cuttings and groundwater. For wet pile construction, the contractor should be required to maintain a minimum 10 feet head of slurry over the piezometric surface at all times during CIDH pile construction. The minimum 10 feet head of slurry should be required during shaft excavation to prevent a "quick" condition at the bottom of the CIDH pile excavation. Water should not be allowed as slurry, even if full length casing is used during shaft excavation. Onsite soils are susceptible to caving. Contractor is responsible for evaluating the use of casing, drilling fluid or other means to control caving. Casings, when used, shall conform to Section 49- 3.02 of Caltrans Standard Specifications (2018a). A full-length temporary casing can be allowed for controlling caving. The contractor is responsible for evaluating the soil conditions to determine the minimum plug inside the temporary casing necessary to prevent migration of material from outside the casing into the shaft excavation. In the event that any boring becomes bell -shaped and cannot be advanced, all loose material should be removed from the bottom of the boring and the caved region filled with a low strength sand -cement slurry. Drilling may continue when the slurry has reached its initial set. The above information is not meant to direct the pile contractor to excavate and build the CIDH piles; any construction means and methods remain the responsibility of the pile contractor. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 42 13.5 Backfill and Drainage Requirements for Abutment Walls and Caltrans Standard Plan Retaining Walls Caltrans Structure Backfill should be used as backfill material behind the bridge abutment walls (see Figure 10) and retaining walls. Backfill should be compacted in accordance with Section 19- 5 of the Caltrans Standard Specifications (2018a). Backfill should be placed in loose lifts not exceeding 8 inches thick, moisture -conditioned to near optimum moisture content, and compacted to at -least 95 percent relative compaction. The relative compaction should be based on the maximum density determined by California Test Method 216. Jetting or flooding to compact backfill is not recommended. Heavy compaction equipment, such as vibratory rollers, dozers, or loaders, should not be used adjacent to the abutment walls or retaining walls in order to avoid damaging the walls due to large lateral earth pressures. Backdrains should be installed behind abutment walls and retaining walls to relieve hydrostatic pressure. Backdrains should be constructed in accordance with Bridge Detail 3-1 on Sheet BO-3 per Caltrans Standard Plans (2018b) or the geocomposite drain alternative per Section 6 of the Caltrans Bridge Design Details (1992). 13.6 Review of Construction Plans Recommendations contained herein are based on current design information. The geotechnical consultant should review the final construction plans and specifications in order to confirm that the general intent of the recommendation contained in this report have been incorporated into the final construction documents. Recommendations presented in this report may require modification or additional recommendations may be necessary based on the final design. 13.7 Geotechnical Observation and Testing Qualified geotechnical personnel should perform inspections and testing during the following stages of construction: • Grading operations, including temporary and permanent excavations and placement of compacted fill. • Placement of reinforcement and backfill for Segmental walls. • Backdrain installation and backfilling of retaining walls. • Placement of subdrain pipes and prefabricated geocomposite drains. • Shoring installation, if necessary. • Footing excavations. • Construction of CIDH piles. • Preparation of foundation subgrades. • Removal of existing pavement structural sections, curb and gutter, and concrete sidewalk. • Preparation of pavement subgrade. • Placement of aggregate base and surface course. Earth Mechanics, Inc. Geotechnical 6 Earinquake Enp,neenng 43 • Removal or installation of support of buried utilities or structures. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng FG Earth Mechanics, Inc. Geotechnical and Earthquake Engineering SUPERIOR AVENUE PEDESTRIAN BRIDGE AND PARKING LOT Project No. 20-106 1 Date: May 2021 ABUTMENT NO SCALE BRIDGE ABUTMENT WALL BACKFILL FIGURE 10 45 14.0 LIMITATIONS This report is intended for use by Dokken Engineering, Inc. and the City of Newport Beach for improvements proposed for the Superior Avenue Bridge and Parking Lot Project. This report is based on the project as described herein and the information obtained from the exploratory borings and CPT soundings at the approximate locations shown in Figure 3. The findings and recommendations contained in this report are based on the results of the field investigation, laboratory tests, and engineering analyses. Soils, bedrock, and subsurface conditions encountered in the exploratory borings and CPTs are presumed to be representative of the project site; however, subsurface conditions and characteristics of soils and bedrock between exploratory borings and CPTs can vary. Findings reflect an interpretation of the direct evidence obtained. Recommendations presented herein are based on the assumption that an appropriate level of quality control and quality assurance (inspections and tests) will be provided during construction. EMI has no responsibility for errors and incompleteness of available design drawings and assumptions made by EMI due to these errors and incomplete information. EMI should be notified of any pertinent changes in the project plans or if subsurface conditions are found to vary from those described herein. Modifications to the project plans or variations in subsurface conditions may require re-evaluation of the recommendations contained in this report. The data, opinions, and recommendations contained in this report are applicable to the specific design element(s) and location(s) which is (are) the subject of this report. They have no applicability to any other design elements or to any other locations, and any and all subsequent users accept any and all liability resulting from any use or reuse of the data, opinions, and recommendations without the prior written consent of EMI. EMI has no responsibility for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the construction, for the acts or omissions of the CONTRACTOR, or any other person performing any of the construction, or for the failure of any worker to carry out the construction in accordance with the Final Construction Drawings and Specifications. Services performed by EMI have been conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. No other representation, expressed or implied, and no warranty or guarantee is included or intended. isti Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 46 15.0 REFERENCES American Association of State Highway and Transportation Officials (AASHTO), 2017, AASHTO LRFD Bridge Design Specification, 8th Edition, Washington, DC. American Society for Testing and Materials (ASTM), 2017, Annual Book of Standards. Soil and Rock; Vol. 04.08. Benioff, H., 1938, The Determination of the Extent of Faulting with Application to the Long Beach Earthquake: Bulletin of the Seismological Society of America, v. 28, p. 77-84. Bryant, W.A., 1985, Southern Newport -Inglewood fault zone, southern Los Angeles and northern Orange Counties; California Division of Mines and Geology; Supplement 1 to Fault Evaluation Report FER-172 California Department of Transportation (Caltrans), California Test Methods, various dates. 2020, ARS Online Web Tool V3.0.2, https:Harsonline.dot.ca.gov/ 2019a, California Amendments to AASHTO LRFD Bridge Design Specifications — Eighth Edition, April. 2019b, October 2019 Interim Revisions to Seismic Design Criteria Version 2.0, October. 2019c, Seismic Design Criteria, Version 2.0, April. 2018a, Standard Specifications. 2018b, Standard Plans. 2018c, Corrosion Guidelines, Version 3.0: Division of Engineering Services, Materials Engineering and Testing Services, Corrosion Branch, March. 2017, Highway Design Manual, November. 2014a, Geotechnical Manual — Embankments, December. 2014b, Memo To Designers 3-1, June. 2013b, Memo To Designers 20-10, January. 2012, Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, November. 1992, Bridge Design Details, Section 6, November. California Geological Survey, 1997 and 1998, Seismic Hazard Zones, Newport Beach Quadrangle, California Division of Mines and Geology, Official Map, April 17 and April 15. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 47 California Geological Survey, 2009. Tsunami Inundation Map for Emergency Planning, Newport Beach Quadrangle, State of California, County of Orange, Dated March 15. California Statewide Groundwater Elevation Monitoring (CASGEM) Online System, https://www.casgem.water.ca. ov/OSS/,S(kgklgexibgwcygrkjerht0cn) /GIS/PopViewM ap.aspx?Public=Y Ensoft Inc., 2019, Computer Program LPILE v2019, A Program for Analyzing Stress and Deformation of Individual Piles or Drilled Shafts under Lateral Loading. 2017, Computer Program SHAFT v2017, A Program for Analyzing the Axial Capacity and Short -Term Settlement of Drilled Shafts under Axial Loading. Fumal, T.E., Pezzopane, S.K., Weldon, R.J. II, and Schwartz D.P., 1993, A 100-year average recurrence interval for the San Andreas fault at Wrightwood, California: Science, v. 259, p. 199-203. 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, v. 27, p.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 the Seismological Society of America, v. 92, p 590-599. Hart, E.W., 1985, Fault -rupture hazard zones in California; California Division of Mines and Geology Special Publication 42. Hauksson, E. and Gross, S., 1991. Source Parameters of the 1933 Long Beach Earthquake: Bulletin of the Seismological Society of American, v. 81, p. 81-98. Jacoby, G., Sheppard, P., and Sieh, K., 1988, Was the 8 December 1812 California earthquake produced by the San Andreas fault? Evidence from trees near Wrightwood: Seismological Research Letters, v. 58, p. 14. (Also in Science, v. 241, p. 196). Lam, I.P., and Martin, G.R., 1986, Seismic Design of Highway Bridge Foundations, Volume 2, Design Procedures and Guidelines, FHWA Report No. FHWA/RD-86/102. Leighton Consulting, Inc., 2009, Geotechnical Study for the Proposed Sunset Ridge Park Project for the Environmental Impact Report (EIR), Superior Avenue and Pacific Coast Highway, City of Newport Beach, California, Leighton Project Number 602089-001, dated August 19, 2009. Merriam, M., 2012, Caltrans Fault Database (V2b) for ARS Online, California Department of Transportation, Sacramento, CA. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,neenng 48 Morton, P.K. and Miller, R.V., 2006, Geologic map of the San Bernardino and Santa Ana 30' x 60' Quadrangles, California: USGS, California Geological Survey, Open File Report 2006-217. Morton, P.K., and Miller, R.V., 1981, Geologic map of Orange County, California showing mines and mineral deposits: California Division of Mines and Geology Bulletin 204 Morton, P.K., Edgington, W.J., and Fife, D.L., 1974, Geology and engineering geological aspects of the San Juan Capistrano quadrangle, Orange County, California: Division of Mines and Geology, Special Report 112. Robertson, P.K., 2009, Interpretation of Cone Penetration Tests — A Unified Approach, Canadian Geotechnical Journal Volume 46: 1337-1355. Rocscience, 2020, Computer Program Slide 2, 2D Limit Equilibrium Slope Stability Program. 2019, Computer Program SETTLE 3 Settlement and Consolidation Analysis U.S. Bureau of Reclamation (USBR) (1985), Groundwater Manual, US Dept. of the Interior, US Government Printing Office, Denver, CO. U.S. Geological Survey and California Geological Survey, 2017. Quaternary Fault and Fold Database for the United States. Weldon, R., Scharer, K., Fumal, T., and Biasi, G., 2004, Wrightwood and the earthquake cycle: what a long recurrence record tells us about how faults work: Geological Society of America, GSA Today, v. 14, no. 9, p. 4-10. Earth Mechanics, Inc. Gegtecnnicai 6 Earinquake Enp,nee-9 APPENDIX A LOG -OF -TEST -BORING SHEETS, AS -BUILT BORING LOGS OF SUNSET RIDGE PARK AND SUBSURFACE CROSS SECTION A -A' LOG -OF -TEST -BORING SHEETS NOTES: (1) This LOTB sheet (Boring Record) was prepared in accordance with Caltrans Soil and Rock Logging, Classification and Presentation Manual (2010). (2) 1.4" samples were taken using a Standard Penetration Sampler and 2.4'' samples were taken using a California Modified Sampler. (3) An automatic trip hammer system consisting of a hammer weight of 140 Ibs falling a distance of 30" was used to advance samplers. (4) For Soil Legend, see Caltrans Standard Plans e and e . (5) Strong odor of petroleum/hydrocarbon was encountered in the soil samples collected through out the project site. 20 10 20 10 0 -10 -20 -30 -40 -50 -60 -70 -80 -90 Z . CPT-20-001 Friction Ratio (%) Tip Bearing (tsf) Terminated at El. -19.8 4/15/20 o CPT-20-001 N CL Abut 2 R-20-002A RIOR AVENUE \ SNPE R-20-003 \X R-20-103 RW No.4 RW No.3 4c," R-20-106 �RW No.1 RW NO.5 IC CL Ab t 1 RW No.6 , c�4 x ST C T-20-004 °° A-20-105 //IC4 R-20-101 -4 y 4 CPT-20-102 RW No o A-20-104 RW No.7 ❑4 PI AM RW No.2 R-20-002A Asphalt Concrete 6 ; Aggregate Base 12 SEDIMENTARY BEDROCK Interbedded SILT STONE/MUDSTONE Monterey Formation (Tm); dark gray; very soft to soft; massive to poorly bedded; high plasticity; consists O PI UU of interbedded diatomaceous mudstone and siliceous siltstone with organics; (Elastic SILT (MH); dark gray; moist; few fine SAND; mostly high plasticity UW fines; strong odor of petroleum/hydrocarbon). M UW (Very stiff; trace SAND; PP=3.0 tsf; strong odor of petroleum/hydrocarbon). (Very dark olive gray; PP>4.5 tsf; strong odor of petroleum/hydrocarbon). (PP=4.0 tsf; strong odor of petroleum/hydrocarbon). PI UU UW O O O (Hard; Interbedded SILTY SAND (SM) lenses; PP=4.5 tiff odor of petroleum/hydrocarbon). Very stiff; odor of petroleum/hydrocarbon ). >4.5 tsf; odor of petroleum/hydrocarbon). (PP=3.5 tsf; odor of petroleum/hydrocarbon). OUW (Hard; PP>4.5 tsf; odor of petroleum/hydrocarbon). (Very stiff; PP=3.5 tsf; odor of petroleum/hydrocarbon). UU UW (Hard; PP>4.5 tsf). (Very stiff; PP=4.0 tsf). UW (Hard; PP>4.5 tsf). (Very stiff; PP=3.0 tsf). UW (Hard; PP>4.25 tsf). (Very stiff; PP=3.5 tsf). UW (PP=4.0 tsf). (PP=3.0 tsf). (PP=3.0 tsf). Terminated at El. -89.5 ft Drilled on 4/2/2020 Hammer Energy Ratio (ERi=79%) (PP=3.0 tsf). PDnr_l1 C go] Noi 20 7� R-20-003 El. +12.0 ft 4 Asphalt Concrete 7 ; Aggregate Base 18 . _ SEDIMENTARY BEDROCK Interbedded SILTSTONE/MUDSTONE 212.4 OC CR M PI Monterey Formation (Tm); dark gray; very soft to soft; massive to poorly bedded; high plasticity; consists +1.0 ft of interbedded diatomaceous mudstone and siliceous /3/2020 7 1.4 UW siltstone with organics; (Elastic SILT (MH); dark gray; moist; few fine SAND; mostly high plasticity 2 2.4 DS OM UW fines; strong odor of petroleum/hydrocarbon). (Hard; very dark olive gray; PP>4.5 tsf; odor of petroleum/hydrocarbon). 9 1.4 Very stiff; PP=3.0 tsf; odor of petroleum/hydrocarbon1 Hard; PP=4.5 tsf; odor of petroleum/hydrocarbon). 2 2 4 OC OM UW Stiff; odor of petroleum/hydrocarbon). Hard; PP=4.25 tsf; odor of petroleum/hydrocarbon). 111.4 (Stiff; odor of petroleum/hydrocarbon). 3 2.4 OM P] UU UW petroIeumstiffhydrocarbon). odor of 2 1.4 (PP=2.5 tsf; odor of petroleum/hydrocarbon). 6 2.4 OM UW (Hard; PP>4.5 tsf; odor of petroleum/hydrocarbon). MT 1.4 (Hard drilling; rig chattered from elevation -37 feet tc -38 feet; 1 foot thick cemented / concretionary layer). 4 2 4 OC OM UW (Elastic SILT (MH); very stiff; very dark olive gray; moist; few fine SAND; mostly high plasticity fines). 1 1.4 (Hard; PP>4.5 tsf). (Very stiff; PP=3.5 tsf). 5 2.4 OM UU UW (Hard; PP>4.5 tsf). FTTTA (Very stiff; PP=3.0 tsf). 4 2.4 O UW (Hard; PP>4.5 tsf). 2 1.4 (Very stiff; PP=2.5 tsf). 1 1.4 (PP=3.0 tsf). 2 1.4 (PP=3.0 tsf). VERTICAL 1" = 10' Terminated at El. -89.5 ft Drilled on 4/3/2020 Hammer Energy Ratio (ERi=79%) (PP=3.0 tsf). M 0 -40 -50 -60 -70 -80 -90 Jx CPT-20-001 NOTES: (1) This LOTB sheet (Boring Record) was prepared° in accordance with Caltrans Soil and Rock Logging, Classification and Presentation Manual (2010). CL Abut 2 (2) 1.4" samples were taken using a Standard Penetration Sampler and 2.4'' samples were taken using a California Modified Sampler. (3) An automatic trip hammer system consisting of a hammer weight of R-20-002A 140 Ibs falling a distance of 30'' was used to advance samplers. 4 \ ER I OR Q (4) For Soil Legend, see Caltrans Standard Plans e and e . SU P (5) Strong odor of petroleum/hydrocarbon was encountered in the soil R-20-003 U R-20-103 RW No.4 samples collected through out the project site. RW No.3 �RW 4c," R-20-106 No.1 RW NO.5 IC CL Ab t 1 RW No.6 , c�4 x ST C T-20-004 °° A-20-105 //IC4 R-20-101 -4 y 4 CPT-20-102 A A-20-104 RW No.7 RW No I ❑4 PLAN RW No.2 1'' = 50' 30 20 10 0 -10 -20 -30 -40 -50 -60 -70 Z A CPT-20-0( I. +17.5 ft Friction Ratio (%) Tip Bearing (tsf) Terminated at El. -62.7 ft 4/2/20 Asphalt Concrete (8"); Aggregate Base (12''). SEDIMENTARY BEDROCK Interbedded SILTSTONE/MUDSTONE Monterey Formation (Tm); dark gray; very soft to soft; massive to poorly bedded; high plasticity; consists of interbedded diatomaceous mu tone and siliceous siltstone with organics; (Fat CLAY (CH); dark gray; moist; trace fine SAND; mostly high plasticity fines; strong odor of petroleum/hydrocarbon). (Medium stiff; strong odor of petroleum/hydrocarbon). (Elastic SILT (MH); hard; very dark gray; M PI moist; trace fine GRAVEL; max. 3/4 in. dia.; few G UW fine SAND; mostly high plasticity fines; PP>4.5 tsf; odor of petroleum/hydrocarbon). Very stiff; odor of petroleum/hydrocarbon). =3.75 tsf; odor of petroleum/hydrocarbon). UU UW rd; PP=4.25 tsf; odor of petroleum/hydrocarbon). (Very stiff; odor of petroleum/hydrocarbon). (Hard; PP=4.25 tsf; odor of petroleum/hydrocarbon). (Very stiff; odor of petroleum/hydrocarbon). UW (PP=3.5 tsf). Terminated at EI. -40.5 ft Drilled on 4/17/2020 Hammer Energy Ratio (ERi=79%) (Hard; PP>4.5 tsf). VERTICAL 1'' = 10' yr ti0 �o C"J LO 30 z � R-20-103 El. +22.0 ft 20 4 Asphalt Concrete 8 9 Aggregate Base 12 . PA PI O SILTY SAND mist; tine 8 1.4 in. d a.;S62Ybrown; 3/8 f e toocoarse/SAND; 36AVf1nes. SEDIMENTARY BEDROCK Interbedded SILTSTONE/MUDSTONE 1 2.4 O CR M PI UW Monterey Formation (Tm); dark gray; very massive to poorly bedded; high plasticity; of interbedded diatomaceous mudstone soft to soft; consists and siliceous 10 g 1 1.4 siltstone with organics; (Elastic SILT (MH); stiff; rc very dark gray; moist; few fine SAND; mostly 3 2.4 OC OM P] UU medium plasticity fines). (Very stiff° PP=3.0 tsf). d -1.5 ft UW PP>4.5 tsfj. 0 E 16/2020 1 A 1.4 61 2.4 OM UW (Hard; PP>4.5 tsf). -10 211.4 (Very stiff). F m� q 2.4 O UW (Hard; PP>4.5 tsf). -20 r M ° D o Terminated at El. -19.5 ft o Drilled from 4/16/2020 z Hammer Energy Ratio (ERi=79%) 0 30 -40 -50 -60 -70 NOTES: CPT-20-001 0 ) This LOTB sheet (Boring Record) was prepared in accordance with Caltrans Soil and Rock Logging, Classification and Presentation Manual (2010). (L Abut 2 (2) 1.4" samples were taken using a Standard Penetration Sampler and 2.4'' samples were taken using a California Modified Sampler. (3) An automatic trip hammer system consisting of a hammer weight of R-20-002A 140 Ibs falling a distance of 30" was used to advance samplers. 4 \ ER I OR Q (4) For Soil Legend, see Caltrans Standard Plans e and e . SU P (5) Strong odor of petroleum/hydrocarbon was encountered in the soil \X R-20-1( samples collected through out the project site. R-ZO-003 RW No.3 qC', /C QL Ab t 1 R-20-106 CO �� o 00 ❑4 4 ST C T-20-004 h'ICy�q Y V v v N 30 20 10 0 -10 } t-20 Z O_ H >-30 W J W -40 -50 -60 -70 Ii �RW No.1 R-20-101 4 CPT-20-102 RW No.1 o A-20-104 ❑4 PLAN RW No.2 1" = 50' v� "a V 0: yr I� d �C N � Z � �z RW No.4 RW No.5 RW No.6 A-20-105 RW No. CPT-20-102 30 20 -60 I T 0 a -70 _ NOTES: (1) This LOTB sheet (Boring Record) was prepared in accordance with Caltrans Soil and Rock Logging, Classification and Presentation Manual (2010). (2) 1.4" samples were taken using a Standard Penetration Sampler and 2.4'' samples were taken using a California Modified Sampler. (3) An automatic trip hammer system consisting of a hammer weight of 140 Ibs falling a distance of 30'' was used to advance samplers. (4) For Soil Legend, see Caltrans Standard Plans e and e . (5) Strong odor of petroleum/hydrocarbon was encountered in the soil samples collected through out the project site. 80 70 60 50 40 30 20 10 0 A-20-104 o CPT-20-001 CL Abut 2 R-20-002A N R-20-003 4c," IC A Co CL b 4SI, C . h'IC4 Y Poorly graded SAND with SILT SP-SM ; white; dry.to moist; mostly fine to medium SAND; few nonplastic fines; encountered GRAVEL down to elevation +55.5 feet. SILT with SAND ML ; very stiff; white; dry to moist; little fine SAND; mostly non lastic fines. UW Poorly graded SAND with SILTT SP-SM ; medium dense; light olive brown; dry to moist; mostly fine to medium SAND; few nonplastic fines. OUW Dense. SILTY SAND SM ; dense; light olive; moist; mostly fine SAND; some nonplastic fines. UW SEDIMENTARY BEDROCK Interbedded SILTSTONE/MUDSTONE Monterey Formation (Tm); dark gray to dark olive gray; very soft to soft; massive to poorly bedded; high plasticity; consists of interbedded diatomaceous \ O O O mudstone and siliceous siltstone with organics; PI UU UW (SILT with SAND (ML); hard; gray; moist; little fine SAND; mostly nonplastic fines; PP=4.25 tsf); hard drilling at elevation +24.0 feet. (Elastic SILT (MH); very stiff; very dark olive gray; moist; few fine SAND; mostly high plasticity fines.) J UW (PP>4.5 tsf). (Hard; PP>4.5 tsf). PP=4.25 tsf). Terminated at El. +7.0 ft Drilled on 4/16/2020 Hammer Energy Ratio (ERi=81%) Groundwater not encountered PROFILE VERTICAL 1'' = 10' � UPERIOR AVENUE R-20-1( RW No.3 t 1 R-20-106 ' xoo ❑4 f-20-004 PLAN 1'' = 50' R-20-101 ii �RW No.1 RW No.4 W No.5 —RW No.6 ql� A-20-105 4 CPT-20-102 RW Noe1 o A-20-104 RW No. ❑4 RW No.2 �-20-105 SILTY SAND with GRAVEL SM ; yellowish brown; moist; little fine GRAVEL; max. 1/2 in. dia.; mostly fine to medium SAND; some nonplastic fines. Dense; yellowish brown to brown. UW SANDY lean CLAY CL ; hard; dark brown; moist; some fine SAND; mostly medium plasticity fines; PP=4.5 tsf. Poorly -graded SAND with SILT SP-SM ; medium dense; white; moist; mostly fine SAND; few nonplastic fines. O UW Dense; light olive gray; fine to medium SAND. Medium dense. UW Very dense. Medium dense; fine SAND. Very dense; encountered thin layer of lean CLAY (CL); strong brown. SILT with SAND ML ; stiff; olive gray; wet; little fine SAND; mostly low plasticity fines. PI UU UW SEDIMENTARY BEDROCK itnterlDedded SILTSTONE/MUDSTONE Monterey Formation (Tm); very dark olive gqray.; very soft to soft; massive to poorly bedded; high plasticity; consists of interbedded diatomaceous mudstone and siliceous siltstone with organics; (Elastic SILT UW (MH); stiff; very dark olive gray; moist; few fine SAND; mostly high plasticity fines). Very stiff; PP=3.25 tsf). Terminated at El. +14.5 ft Hard; PP=4.25 tsf). Drilled on 4/16/2020 PP=4.5 tsf). Hammer Energy Ratio (ERi=81%) Groundwater not encountered 90 80 70 60 m 50 r 0 40 z 30 20 10 0 AS -BUILT BORING LOGS OF SUNSET RIDGE PARK GEOTECHNICAL BORING LOG B-2 Date 12-13-07 Sheet 1 of Project Sunset Ridge Park Project No. Drilling Co. Martini Drilling Corp. Type of Rig Hole Diameter 8" Drive Weight 140 lb Autohammer Elevation Top of Hole 38.5' Location See Boring Location Map 602089-001 CME-75 Drop 30" DESCRIPTION °JI�r tU ,U E _mycn"U My 0.0 LL CL M-I mcL O LLLG 20 o:D Logged By CDL Q. CL U �— Sampled By CDL 0 Marine Terrace Deposits B1 17 @ 21: Silty SAND, tan brown, damp, dense, fine to medium grained R-1 21 SM sand, medium angular gravel composed of coarse grained concreted' 35 32 sand. 5 11 @ 5': SAND, light grey white, damp, medium dense, fine grained sand. R-2 16 88.8 5.3 SP 20 7 @ 7': SAND, light grey white, damp, medium dense, fine grained sand. R-3 12 SP 30 18 @ 8.3': Silty SAND, tan, damp, medium dense, fine grained sand. 132 SM 10 7 @ 10': Silty SAND, light grey white to tan, moist, fine grained sand. R-4 11 90.4 8.7 SM 16 25 15 20 20 SM @ 20': Silty SAND, orange brown, very moist, fine grained sand. 15 25 CL @ 26': Sandy CLAY, dark grey, wet, fine grained sand. Perched water encountered. 10 30 SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR CS CORROSION SUITE AL ATTERBERG LIMITS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY COL COLLAPSE POTENTIAL El EXPANSION INDEX 49 B BULK SAMPLE CN CONSOLIDATION -200 200 WASH RV R-VALUE T TUBE SAMPLE SU SULFATE CONTENT Date 12-13-07 Project Drilling Co. Hole Diameter Elevation Top of Hole W GEOTECHNICAL BORING LOG B-2 Sheet 2 Sunset Ridge Park Project No. Martini Drilling Corp. Type of Rig Drive Weight 140 lb Autohammer 38.5' Location See Boring Location Map of 2 602089-001 CME-75 Drop 30" o 0 z cn (n d� tn-- DESCRIPTION Cn L to C Cv- j +' �� U ~ ca �,3— d� �� �J X_ 00 0 CL O c Ufn o w Q c my i my �°n? Logged By CDL CL a Sampled By CDL 30 3 @ 30': Clayey SILT, dark grey, moist, stiff, with fine grained AL, SA S-1 5 ML micaceous sand, strong organic odor, 2 laminated beds of sand. 3 5 35 4 @ 35': CLAY, dark grey, moist, stiff, with fine grained micaceous S-2 6 41.7 CL sand, strong organic odor. 9 0 40 4 @ 40': CLAY grades with depth to CLAYSTONE, moist, mottled with S-3 6 CL small nodules of fine grained sandstone. 4 -5 45 4 Bedrock: S-4 50/2" n : ,ravelly CLAYSTONE, dark brown, wet, gravel is composed of fractured claystone. -10 50 a 47': Groundwater encountered. -15 Total depth of boring: 50 feet bgs. Perched water at 26 feet bgs. Groundwater encountered at 47 feet bgs. 55 Boring was backfilled with soil cuttings. -20 60 SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR CS CORROSION SUITE AL ATTERBERG LIMITS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY COL COLLAPSE POTENTIAL El EXPANSION INDEX B BULK SAMPLE CN CONSOLIDATION -200 200 WASH RV R-VALUE T TUBE SAMPLE SU SULFATE CONTENT GEOTECHNICAL BORING LOG B-3 Date 12-13-07 Project Sunset Ridge Park Drilling Co. Martini Drilling Corp. Hole Diameter 8" Drive Weight 140 lb Autohammer Sheet 1 of 3 Project No. 602089-001 Type of Rig CME-75 Drop 30" Elevation Top of Hole 45.0' Location See Boring Location Ma N �� N� DESCRIPTION N 3— -�_ 126 d� _0 QU- Izoocn L-J � Q X �� 0 CL O C UVj O W Q M � Z 2 0 (off Logged By CDL CL li Sampled By CDL f- 45 0 Marine Terrace Deposits 14 @ 2': Silty SAND, light grey white, damp, medium dense, fine grained R-1 18 SM sand. 26 40 5 7 @ 5': Silty SAND, light grey white, damp, medium dense, fine grained R-2 11 91.7 5.5 SM sand. 19 9 @ T: Silty SAND, light grey, damp, medium dense, fine grained sand, R-3 16 SM slightly oxidized. 22 35 10 5 @ 10': Silty SAND, fight grey, very moist, medium dense, fine grained S-1 9 SM sand. 10 30 15 13 @ 15': Silty SAND, orange brown, very moist, medium dense, fine DS R-4 18 96.5 26.3 SM grained sand. 25 @ 16.5': Perched water encountered. 25 20 CL @ 20': Sandy CLAY, turquoise grey, wet, fine grained sand. 20 25 15 30 SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR CS CORROSION SUITE AL ATTERBERG LIMITS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY COL COLLAPSE POTENTIAL El EXPANSION INDEX B BULK SAMPLE CN CONSOLIDATION -200 200 WASH RV R-VALUE T TUBE SAMPLE SU SULFATE CONTENT GEOTECHNICAL BORING LOG B-3 Date 12-13-07 Project Sunset Ridge Park Drilling Co. Martini Drilling Corp. Hole Diameter 8" Drive Weight 140 lb Autohammer Elevation Top of Hole 45.0' Location Sheet 2 of Project No. _ Type of Rig See Boring Location 602089-001 CME-75 Drop 30" a w �� DESCRIPTION a 0 - m t 0... mt� N >3 Z ut ut _ wy a m H >-- U CLO �: :C ooU o E g 'o� Logged By CDL f 0 U Cn a Sampled By CDL 15 30 Samples were not taken from 20 feet to 50 feet. 10 35 5 40 0 45 @ 47': Encountered hard zone. -5 50 7 (cD 50': Sandy CLAY, dark brown, moist, very stiff, fine grained sand, R-5 15 72.5 49.1 CL strong organic odor. 26 -10 55 6 @ 55': SILT, dark brown, moist, stiff, high plastic, strong organic odor. AL, DS R-6 10 95.3 59.1 MH 17 -IS 60 SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR CS CORROSION SUITE AL ATTERBERG LIMITS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY COL COLLAPSE POTENTIAL El EXPANSION INDEX B BULK SAMPLE CN CONSOLIDATION -200 200 WASH RV R-VALUE T TUBE SAMPLE SU SULFATE CONTENT GEOTECHNICAL BORING LOG B-3 Date 12-13-07 Project Drilling Co. Hole Diameter Elevation Top of Hole 91 45.0' Sheet 3 Sunset Ridge Park Project No. Martini Drilling Corp. Type of Rig Drive Weight 140 Ib Autohammer Location See Boring Location Map of 3 602089-001 CME-75 Drop 30" DESCRIPTION o s a� Z hu w L wy OU. �J •• >3 2 X_ O CL N« UN yLL w C7 Q E °�N E 0 On Logged By CDL Q. ti ) o U ch-- Sampled By CDL 60 -15 60': CLAY, dark brown, moist, stiff, strong organic odor. R-7 8 CL Total depth of boring: 61.5 feet bgs. Perched water at 16.5 feet bgs. Boring was bacldilled with soil cuttings. -20 65 -25 70 -30 75 -35 80 -40 85 -45 90 - SAMPLE TYPES: TYPE OF TESTS: S SPLIT SPOON G GRAB SAMPLE DS DIRECT SHEAR CS CORROSION SUITE AL ATTERBERG LIMITS R RING SAMPLE C CORE SAMPLE MD MAXIMUM DENSITY COL COLLAPSE POTENTIAL El EXPANSION INDEX B BULK SAMPLE CN CONSOLIDATION -200 200 WASH RV R-VALUE Wi T TUBE SAMPLE SU SULFATE CONTENT SUBSURFACE CROSS SECTION A -A' N 20OW I N 380W I N 860W 120 — 120 B-2 (Projected 90 53' Northeast) 90 .R ill; -30 CPT-20-001 ected 15' Southwest) Existing Grade Superior Avenue SM (53) SM R-20-002A SP S36 (Projected 14' Northeast) SM Qop (Medium Dense to Dense Silty SAND) Tcs' 13 Tcs 15 (Clayey SILTSTONE) 10 �,5� — i TD = 50' TD = 58.8' CPT-20-004 (Projected 3' South) Existing Grade (to be removed) Proposed Grade R-20-101 R-20-106 (Projected (Projected 11' South) 65' North) Af Af —CIL (28) -----------— Tcs4 cs —__________� Tcs 12 REF) (26) 9 13 13 �2) (29) 14 19 1:(31) (35) (35) 14 12 Tm 17 (31) (36) (Diatomaceous Mudstone and Siliceous Siltstone with organics) (58) 16 14 17 (56) (38) (51) 19 18 21 (51) 21 (42) 61) TD = 61.5' ?a TD = 61.5' 17 TD = 76.5' 0 100 200 Along Cross Section Line A -A' (Feet) Legend - Artificial Fill ? Geologic Contact 22 SPT Blowcount (Measured) (queried where uncertain) (Blows per foot) Qop Old Paralic/Terrace Deposits (17) California Modified Blowcount (Measured) ET- Monterey Formation (Blows per foot) 300 400 I KIJ 1❑ -30 Sheet 1 of 2 120 R-20-103 (Projected 64' South) CLI, 8 (17) 12 (33) 17 1421 1) 3) TD = 41.5' -30 500 CPT-20-102 (Projected 73' North) Af ---------- CL SM Tcs TD = 50.34' Leaend .11 Af N 860W A-20-104 Existing Grade (Projected 76' North) (to be removed) Proposed Grade --------------------- S (Medium Dense to Dense Silty SAND to Poorly graded SAND with SILT) - Artificial Fill �� ? Geologic Contact 22 SPT Blowcount (Measured) (queried where uncertain) (Blows per foot) Qop Old Paralic/Terrace Deposits (17) California Modified Blowcount (Measured) ET- Monterey Formation (Blows per foot) Tm (Diatomaceous Mudstone and Siliceous Siltstone with organics) 700 Along Cross Section Line A -A' (Feet) N 860W A-20-105 (Projected 21' N( —' (52) __ ---�— SP-SM 18 _------ (54) —bl 19 17 P-SM (34) (71) 12 18 (39) (50/6") SM 27 (30) 16 21 (40) 46) 22 TD = 61.5' _(58) TD = 51.5' :1/ 120 60 30 0 -30 Sheet 2 of 2 APPENDIX B LABORATORY TEST RESULTS TABLE B-1 SUMMARY OF LABORATORY TEST RESULTS Project No. : 20-106 Project Name : Dokken, Superior Avenue Pedestrian Bridge and Parking Lot Soil Identification Moisture Soil -Soluble Soil -Moisture Total Unit Grain Size Sand Atterberg Soil -Minimum Sample (group symbol) Content Soil- pH Sulfate Free Chloride Boring No . Pocket Torvane Sample Depth Weight ASTM Distribution Equivalent (CT- Limits ASTM Resistivity CT - No. ASTM ASTM Penetrometer Shear CT-643 Content CT- Content CT- D2488/D2487 D2216 D2937 GR:SA:FI 217) D4318 643 417 422 ft ( % ) (pef) (tst) (tst) (%) (LL/PL/PI) (ohm -cm) (PP-) (PP-) R-20-002A D-2 10 MH 57.3 94.6 75/50/25 375 7.8 938 2622 R-20-002A D-4 20 MH 67.8 93.0 4.5 R-20-002A D-6 30 MH 68.7 96.1 77/56/21 R-20-002A D-8 40 MH 60.8 97.2 R-20-002A D-10 50 MH 48.1 103.3 R-20-002A D-12 60 MH 69.0 101.7 R-20-002A D-14 70 MH 54.5 107.8 R-20-002A D-16 80 MH 67.3 95.1 R-20-003 D-1 5 MH 83.0 89.2 4.0 98/71/27 475 7.2 2015 3120 R-20-003 D-3 15 MH 97.8 86.2 4.5 R-20-003 D-5 25 MH 83.9 89.0 4.25 R-20-003 D-7 35 MH 54.9 100.8 61/46/15 R-20-003 D-9 45 MH 56.6 101.0 R-20-003 D-11 55 MH 52.9 101.6 R-20-003 D-13 65 MH 65.0 93.9 R-20-003 D-15 75 MH 55.9 102.8 R-20-101 8-0 0 SM 14:54:32 35/25/10 R-20-101 D-1 5 MH 50.9 102.7 4.5 56/46/10 285 3.8 5530 1182 R-20-101 S-2 10 MH 55.3 56/43/13 R-20-101 D-3 15 MH 71.3 95.3 2.75 78/52/26 R-20-101 D-5 25 MH 61.6 97.9 R-20-101 S-6 30 MH 63.1 71/52/19 R-20-101 D-7 35 MH 93.6 88.6 4.5 R-20-101 D-9 45 MH 77.2 90.4 >4.5 R-20-101 D-11 55 MH 50.9 102.0 >4.5 R-20-103 8-0 0 SM 2:62:36 31/28/3 R-20-103 D-2 10 MH 67.7 91.8 3.0 75/52/23 520 7.2 2051 2154 R-20-103 D-4 20 MH 58.7 1 99.1 >4.5 73/49/24 R-20-103 D-6 30 MH 53.0 104.3 >4.5 R-20-103 D-8 40 MH 56.9 101.7 >4.5 R-20-104 D-2 10 SP-SM 5.2 111.6 R-20-104 D-4 20 SP-SM 1.7 106.3 R-20-104 D-6 30 ML 27.4 128.1 4.25 R-20-104 D-8 40 MH 60.0 98.1 71/49/22 570 6.4 3804 1038 R-20-104 D-10 50 MH 48.6 103.0 4.25 R-20-105 D-2 10 CL 11.4 137.9 4.5 R-20-105 D-4 20 SP-SM 4.6 105.3 R-20-105 D-6 30 SP-SM 6.6 106.1 4.25 770 7.1 956 9382 R-20-105 D-10 50 MH 69.3 93.3 73/54/19 R-20-105 D-12 60 MH 68.6 94.5 4.5 R-20-106 D-2 10 MH 62.1 110.3 >4.5 R-20-106 D-4 20 MH 96.4 93.0 3.75 111/78/33 350 7.4 248 5612 R-20-106 D-6 30 MH 63.0 96.8 4.25 74/54/20 R-20-106 D-8 40 MH 59.0 98.4 4.25 R-20-106 D-10 50 MH 55.3 100.5 3.5 R-20-106 D-12 60 MH 49.4 103.6 >4.5 0.0 1.0 2.0 3.0 4.0 LM = 5.0 6.0 aI c 7.0 U c 8.0 m U L a 9.0 10.0 11 0 0.0545 0.0550 s �P.0555 c 0.0560 R E ,9).0565 m 0.0570 0.0575 00580 Natural Moisture --a-- Sample Submerged - t - Rebound .% 0.1 1C-ompressive Stress in (ksf 0.0 100.0 Log of Time (minutes) Square Root of Time (minutes) tttHrt at 1 ksf 0 1 10 100 1000 10000 0.052 s u c c 0.054 2 1� E 0.055 0 d 00-11 0.057 0.058 0 at 1 ksf 10 20 30 40 50 60 Boring No. : R-20-003 Liquid Limit : Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-1 Plastic Limit : (pct) F "/.) Depth (ft) 5.0 6.5 Plastic Index : Initial 90.36 46.89 7.38 94.03 2.59 (m) 1.53 1.98 Specific Gravity: 2.70 Final 90.94 48.41 7.62 98.94 2.48 Description : Very dark brown, Elastic SILT (MH) Earth Mechanics, Inc. "E Geotechnical and Earthquake Engineering Project No.: 20-106 05122120 Dokken, Superior Avenue Pedestrian Bridge and Parking Lot CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 1.0 2.0 t 3.0 2 m 4.0 c� t U 5.0 m U L (L 6.0 7.0 0.1 0.0690 0.0695 0.0700 s 2).0705 5.0710 &.0715 L t.0720 C 0.0725 0.0730 0.0735 0 0740 0 Natural Moisture ♦ Sample Submerged ♦♦ - t - Rebound ♦ ♦ Log of Time (minutes) 1 10 100 1C-ompressive Stress in (ksf 0.0 Square Root of Time (minutes) at 4 ksf 0.067 0.068 s c 0.069 c is 0.070 E L 0.071 0.072 0.073 0 074 100.0 at 4 ksf 1000 10000 0 10 20 30 40 50 60 Boring No. : R-19-003 Liquid Limit: Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-11 Plastic Limit : (pct) (-i-) Depth (it) 55.0 56.5 Plastic Index: - Initial 54.50 65.40 10.29 93.27 1.58 (m) 16.78 17.23 Specific Gravity: 2.70 Final 57.17 65.55 10.32 98.22 1.57 Description : Very dark olive gray, Elastic SILT (MH) Earth Mechanics, Inc. "E Geotechnical and Earthquake Engineering ,-%JL- Project No.: 20-106 05122120 Dokken, Superior Avenue Pedestrian Bridge and Parking Lot CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 0.0 1.0 2.0 3.0 4.0 LM 5.0 = 6.0 c 7.0 aI 8.0 t U 9.0 c 1 10.0 m (L 11.0 12.0 130 0.0695 R).0705 c rfl.0710 0 1.0715 0 °�.0720 0.0725 0.0730 00735 0 Natural Moisture +Sample Submerged -♦-- Rebound .% 0.1 Log of Time (minutes) 1 10 100 1C"ompressive Stress in (ksf 0.0 Square Root of Time (minutes) 0.0695 �J[0118A -r.-0.0705 c 00.0710 .r R 00.0715 0 w d 00.0720 'IWAII I 0.0730 0 0735 1000 10000 0 100.0 at 2 ksf 10 20 30 40 50 60 Boring No. : R-20-003 Liquid Limit: Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-5 Plastic Limit : (pct) F "/.) Depth (it) 25.0 26.5 Plastic Index: - Initial 90.07 46.78 7.36 93.41 2.60 (m) 7.63 8.08 Specific Gravity: 2.70 Final 90.44 48.56 7.64 98.81 2.47 Description : Olive gray, Elastic SILT (MH) Earth Mechanics, Inc. "E Geotechnical and Earthquake Engineering Project No.: 20-106 05122120 Dokken, Superior Avenue Pedestrian Bridge and Parking Lot CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 0.0 1.0 2.0 t 3.0 2 4.0 c c� t U 5.0 m U m a 6.0 7.0 0.1 0.0550 0.0555 s U C &.0560 E 0 .0565 ,06-YAAR 0.0575 + 0 --- @- Natural Moisture --a-- Sample Submerged - t - Rebound % 14 .� 1C-ompressive Stress in (ksf 0.0 Log of Time (minutes) Square Root of Time (minutes) 1 10 0.055 0.055 s u C 0.056 c 0 0.056 0 d 0.057 0.057 0 058 100.0 at 1 ksf 100 1000 10000 0 10 20 30 40 50 60 Boring No. : R-20-101 Liquid Limit : Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-1 Plastic Limit : (pct) (-i-) Depth (ft) 5.0 6.5 Plastic Index : Initial 52.83 66.53 10.47 93.02 1.53 (m) 1.53 1.98 Specific Gravity: 2.70 Final 53.32 67.60 10.64 96.39 1.49 Description : Very dark gray, Elastic SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and �E Geotechnical and Earthquake Engineering Parking Lot Project No.: 20-106 05122120 CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 0.0 1.0 2.0 3.0 4.0 2 5.0 m c 6.0 c� t U 7.0 c m m 8.0 (L 9.0 100 0.0645 0.0650 s 2).0655 c 0.0660 R E ,9).0665 In 0.0670 0.0675 00680 Moisture :Natural +mple Submerged bound 0.1 1C-ompressive Stress in (ksf 0.0 Log of Time (minutes) Square Root of Time (minutes) at 2 ksf 0 1 10 100 1000 10000 0.065 0.065 s c 0.066 c 0 0.066 E L 0.067 0.067 0.068 0 068 100.0 at 2 ksf 0 10 20 30 40 50 60 Boring No. : R-20-101 Liquid Limit : Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-3 Plastic Limit : (pct) (-i-) Depth (ft) 15.0 16.5 Plastic Index: - Initial 75.83 52.88 8.32 93.60 2.19 (m) 4.58 5.03 Specific Gravity: 2.70 Final 75.88 54.17 8.53 97.02 2.11 Description : Olive gray, Elastic SILT (MH) Earth Mechanics, Inc. "E Geotechnical and Earthquake Engineering Project No.: 20-106 05122120 Dokken, Superior Avenue Pedestrian Bridge and Parking Lot CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) -1.0 0.0 1.0 2.0 3.0 t LM 4.0 2 5.0 m 6.0 c� U 7.0 8.0 L (L 9.0 10.0 11 0 0.0495 %�17.7171i 2.0505 c d1.0510 0 1.0515 L °�.0520 0.0525 0.0530 00535 --- @- Natural Moisture --a- Sample Submerged --*--Rebound 0.1 1C_ompressive Stress in (ksf 0.0 Log of Time (minutes) Square Root of Time (minutes) tali I I at 1 ksf 0 1 10 100 1000 10000 0.049 0.050 s 0.050 u c c 0.051 0 0.051 E L 0 0.052 d 0.052 0.053 0.053 0 054 100.0 at 1 ksf 0 10 20 30 40 50 60 Boring No. : R-20-103 Liquid Limit : Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-2 Plastic Limit : (pct) "/.) Depth (ft) 10.0 11.5 Plastic Index: - Initial 70.28 56.43 8.88 95.48 1.99 (m) 3.05 3.51 Specific Gravity: 2.70 Final 70.19 58.01 9.13 99.45 1.91 Description : Very dark gray, Elastic SILT (10H) Earth Mechanics, Inc. "E Geotechnical and Earthquake Engineering Project No.: 20-106 05122120 Dokken, Superior Avenue Pedestrian Bridge and Parking Lot CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 1.0 2.0 t 3.0 LM 2 4.0 a� cw 5.0 t U 6.0 U L (L 7.0 0.0535 !i1x 118 :�?.0545 0 & 0550 c 0 :W.0555 E P.0560 90.0565 0.0570 0.0575 00580 --@- Natural Moisture +Sample Submerged -♦-- Rebound 1C_ompressive Stress in (ksf 0.0 100.0 Log of Time (minutes) Square Root of Time (minutes) i at 2 ksf 0 1 10 100 1000 10000 U. UU'f 0.054 u 0.055 c 0.055 c 0 0.056 E L 0 0.056 d 0.057 0.057 0.058 0 058 at 2 ksf 0 10 20 30 40 50 60 Boring No. : R-20-103 Liquid Limit : Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-4 Plastic Limit : (pct) "i-) Depth (it) 20.0 21.5 Plastic Index: - Initial 60.19 62.13 9.78 94.86 1.71 (m) 6.10 6.56 Specific Gravity: 2.70 Final 62.46 62.76 9.88 100.03 1.69 Description : Olive gray, Elastic SILT (MH) Earth Mechanics, Inc. "E Geotechnical and Earthquake Engineering Project No.: 20-106 05122120 Dokken, Superior Avenue Pedestrian Bridge and Parking Lot CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 0.0 wom 2.0 t 3.0 0 2 4.0 m aI cw 5.0 t U 6.0 U L (L 7.0 0.075 wX8111 s ��—,0.077 c 0 E 0.078 0 m 0 0.079 0.080 0.081 0 Natural Moisture Sample Submerged — t - Rebound ♦ ♦ ♦ ♦ ♦♦ I I I I I I I 1C_ompressive Stress in (ksf 0.0 Log of Time (minutes) Square Root of Time (minutes) 1 10 0.073 0.074 0.075 c 0 0.076 E 0.077 0 d 0 0.078 0.079 0.080 0 081 100.0 i i i i rt at 4 ksf 100 1000 10000 0 10 20 30 40 50 60 Boring No. : R-19-106 Liquid Limit: Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-10 Plastic Limit : (pct) cwvi.'l Depth (ft) 50.0 51.5 Plastic Index: - Initial 57.46 63.32 9.97 93.34 1.66 (m) 15.25 15.71 Specific Gravity: 2.70 Final 58.94 64.07 10.09 97.59 1.63 Description : Very dark olive gray, Elastic SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and �E Geotechnical and Earthquake Engineering Parking Lot Project No.: 20-106 05122120 CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 0.0 1.0 2.0 3.0 4.0 LM 5.0 = 6.0 c 7.0 aI 8.0 t U 9.0 c 1 10.0 m (L 11.0 12.0 130 0.0690 0.0695 0.0700 cs .0705 c_ �).0710 0 �R).0715 E V.0720 w &.0725 0.0730 0.0735 0.0740 0 0745 Natural Moisture +Sample Submerged -♦-- Rebound .% 0.1 Vompressive Stress in (ksf 0.0 100.0 Log of Time (minutes) Square Root of Time (minutes) 0 1 10 100 1000 10000 0.069 0.070 0.070 s 0.071 0 0.071 is 0.072 E 0 0.072 m 0.073 0.073 0.074 0.074 0.075 0 10 20 30 40 50 60 Boring No. : R-20-106 Liquid Limit: Moisture Content (%) Dry Density Percent Saturation Void Ratio Sample No. D-4 Plastic Limit : (pct) "/.) Depth (it) 20.0 21.5 Plastic Index: - Initial 94.62 45.12 7.10 93.39 (m) 6.10 6.56 Specific Gravity: 2.70 Final 95.21 46.84 7.37 98.92 Description : Olive gray, Elastic SILT (MH) Earth Mechanics, Inc. "E Geotechnical and Earthquake Engineering Project No.: 20-106 05122120 Dokken, Superior Avenue Pedestrian Bridge and Parking Lot CONSOLIDATION TEST (ASTM D-2435 / CT-219 ) 4.0 3.5 3.0 w N � 2.5 N y 2.0 r f� m 1.5 m s 1.0 0.5 0.0 3.0 3.5 4.0 4.5 0.0 0.5 1.0 1.5 2.0 2.5 Normal Stress (ksf) Ultimate : O Shear Type: Ondisturbed Peak Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot Geotechnicaland Earthquake Engineering DIRECT SHEAR TEST (ASTM D- Project No.20-106 : Date: 3080) Figure No. 4.0 3.5 3.0 --- y Y- 2.5 - -- N � 2.0 R Boring No. : R-20-002A Strength Intercept (C) 1.33 (kst) Peak 0.11 (kst) Ultimate Sample No. : D-4 63.78 (kPa) 5.46 (kPa) Depth (rvm) : 20.0 0.00 Friction Angle 30.16 Degree 34.80 Degree Description :Very dark olive gray, Elastic SILT (MH) Shear Rate (i°cwnuo°te) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (pet) 3) (kN/m (kst) (kPa) (kst) (kPa) (kst) (kPa) � 81.37 48.21 7.59 2.50 1.00 47.88 1.68 80.44 0.85 40.79 68.85 54.93 8.65 2.07 2.00 95.76 2.84 136.17 1.44 68.95 A 76.53 50.27 7.91 2.35 4.00 191.52 3.54 169.50 2.92 139.62 6.0 5.5 --- --- --- --- --- --- --- --- --- 5.0 --- --- --- --- --- --- --- --- - 4.5 w --- --- --- --- --- --- --- - --- --- Y 4.0 --- --- --- --- 3.5 0 --- --- --- --- - --- --- --- --- ' ayi3.0 L --- --- -- --- --- --- --- -- - --- U) �� L � W t2.0 --- --- --- --- ' :- --- --- --- --- 1.5 --- --- - --- --- --- --- --- 1.0 --- --- -- --- --- --- --- --- -- 0.5 -- --- --- --- -- --- --- --- --- 0.0 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 5.5 6.0 6.5 7.0 7.5 8.0 8.5 Normal Stress (ksf) Ultimate: O I Shear Type : I Field Moisiture Undisturbed I Peak: W4iA iM ilii�iiMEW- it, Arm .. Boring No. R-20-002A Sample No. : D-8 Strength Intercept (C) 2.15 (ksf) Peak 0.38 (ksf) Ultimate 103.13 (kPa) 18.10 (kPa) Depth (ftim) : 40.0 0.00 Friction Angle ( ) : 21.84 Degree 23.30 Degree Description : Very dark olive gray, Elastic SILT (MH) Shear Rate (inch/minute) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS (ksf) F (kPa) PEAK STRESS ULTIMATE STRESS (pcf) (W.) (ksf) (kPa) (ksf) (kPa) 57.01 62.24 9.80 1.71 2.00 95.76 2.75 131.57 1.18 56.31 58.79 60.71 9.56 1.78 4.00 191.52 4.07 194.78 2.20 105.14 56.18 60.96 9.60 1.77 8.00 383.04 5.26 251.66 3.79 181.56 Earth Mechanics, Inc. Geotechnical and Earthquake Engineering Dokken, Superior Avenue Pedestrian Bridge and Parking Lot DIRECT SHEAR TEST (ASTM D- Project No.: 20-106 1 Date : Figure No. 4.0 3.5 3.0 w N � 2.5 N i 2.0 f� m 1.5 m s 1.0 0.5 0.0 3.0 3.5 0.0 0.5 1.0 1.5 2.0 2.5 4.0 4.5 Normal Stress (ksf) Ultimate : O Shear Type: Ondisturbed Peak It Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot Geotechnicaland Earthquake Engineering DIRECT SHEAR TEST (ASTM D- Project No.20-106 : Date: 3080) Figure No. 4.0 3.5 3.0 - y Y- 2.5 N d 2.0 R Boring No. : R-20-003 Strength Intercept (C) 1.91 (kst) Peak 0.46 (kst) Ultimate Sample No. : D-3 91.36 (kPa) 22.12 (kPa) Depth (rvm) : 15.0 0.00 Friction Angle 24.68 Degree 32.91 Degree Description :Very dark olive gray, Elastic SILT (MH) Shear Rate (i°cmnuo°te) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (pet) (kN/m3) (kst) (kPa) (kst) (kPa) (kst) (kPa) � 92.07 43.33 6.82 2.89 1.00 47.88 2.15 102.85 1.03 49.41 88.82 44.67 7.03 2.77 2.00 95.76 3.16 151.11 1.87 89.63 A 90.55 43.59 6.86 2.87 4.00 191.52 3.64 174.09 3.01 144.21 3.5 3.0 ci=, 2.5 N C 2.0 N N f� 1.5 m m U) 1.0 0.5 0.0 3.0 3.5 4.0 4.5 0.0 0.5 1.0 1.5 2.0 2.5 Normal Stress (ksf) Ultimate : O Shear Type: Inundate( undisturbed Peak Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot Gwtechnical and Earthquake Engineering DIRECT SHEAR TEST (ASTM D- Project No.20-106 : Date : 3080) Figure No. 3.5 3.0 --- 2.5 N ' Boring No. : R-20-104 Strength Intercept (C) : 0.14 (kst) Peak 0.14 (kst) Ultimate Sample No. : D-4 6.61 (kPa) 6.61 (kPa) Depth (rum) : 20.0 0.00 Friction Angle 37.18 Degree 28.79 Degree Description :Light olive brown, Poorly -graded SAND with SILT (SP-SM) Shear Rate ((°cwnuo°te) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (pet) (kN/m3) (kst) (kPa) (kst) (kPa) (kst) (kPa) � 1.71 103.05 16.22 0.64 1.00 47.88 1.01 48.26 0.62 29.88 1.65 106.25 16.72 0.59 2.00 95.76 1.49 71.25 1.33 63.78 A 1.61 105.70 16.64 0.59 4.00 191.52 3.23 154.56 2.30 110.32 3.5 3.0 c;=, 2.5 N Y 7f n3 N U) 1.0 0.5 00 0.0 0.5 1.0 1.5 2.0 2.5 3.0 Normal Stress (ksf) Ultimate : O Shear Type: Inundate( Undisturbed 3.5 3.0 2.5 - - N Y_ •9 2.0 N N N m 1.5 t 1.0 0.5 --- 0.0 0.00 Horizontal Deformation (inch) 3.5 4.0 4.5 Peak : Boring No. R-20-105 Strength Intercept (C) : 0.20 (kst) Peak 0.14 (kst) Ultimate Sample No. D-4 9.77 (kPa) 6.61 (kPa) Depth (fum) : 10.0 0.00 Friction Angle 34.71 Degree 31.07 Degree Description : Light olive gray, Poorly -graded SAND with SILT (SP-SM) Shear Rate (inch/minute) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (pcf) (kN/m) (kst) (kPa) (kst) (kPa) (kst) (kPa) 4.57 100.30 15.79 0.68 1.00 47.88 0.97 46.54 0.71 33.90 3.65 100.38 15.80 0.68 2.00 95.76 1.48 70.67 1.39 66.65 3.25 95.77 15.07 0.76 4.00 191.52 3.01 144.21 2.53 121.23 Earth Mechanics, Inc. Geotechnicaland Earthquake Engineering Project No.: 20-106 Date Dokken, Superior Avenue Pedestrian Bridge and Parking Lot DIRECT SHEAR TEST (ASTM D- 3080) Figure No. 5.0 4.0 Y N aNi 3.0 in s 2.0 1.0 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-002 D-10 50 Dark olive gray, Elastic 69.9 48.06 3.60 8.02 91.9 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. : Project No.: 20-106 Date : 05/12/20 4.0 3.5 3.0 y 2.5 NV) 2.0 N L 1.5 s 1.0 0.5 0.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-002 D-2 10 Dark olive gray, Elastic 62.4 57.28 1.19 7.84 91.0 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. Project No.: 20-106 Date : 05/12/20 4.0 3.5 3.0 y 2.5 NV) 2.0 N L (D 1.5 U) 1.0 0.5 0.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-002 D-6 30 Dark olive gray, Elastic 56.4 68.67 1.80 6.78 93.3 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. Project No.: 20-106 Date : 05/12/20 6.0 5.0 N Y 4.0 N N N U) 3.0 m s 1.0 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-003 D-13 65 Dark olive gray, Elastic 57.0 64.98 4.50 9.85 89.6 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. Project No.: 20-106 Date : 05/13/20 3.5 3.0 2.5 N Y 2.0 N N N 1.5 M m s N 1.0 0.5 ....... ...... 0.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-003 D-7 35 Dark olive gray, Elastic 65.0 54.92 2.79 5.37 93.1 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. Project No.: 20-106 Date : 05/13/20 4.5 ..... ...... 4.0 3.5 y 3.0 y N 2.5 L 2.0 d s y 1.5 1.0 0.5 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-101 D-5 25 Dark olive gray, Elastic 60.6 61.61 2.99 6.91 93.3 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. Project No.: 20-106 Date : 05/13/20 4.5 4.0 3.5 y 3.0 y N 2.5 L 2.0 d s y 1.5 1.0 0.5 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-103 D-4 20 Very dark olive gray, 62.2 58.71 2.39 7.45 92.7 Elastic SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure V°.: Project No.: 20-106 1 Date: 05/08/2f 4.5 ..... ...... ..... ...... 4.0 3.5 y 3.0 y N 2.5 L 2.0 d s y 1.5 1.0 0.5 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-104 D-8 40 Dark olive gray, Elastic 61.2 60.00 4.79 6.35 92.3 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. Project No.: 20-106 Date : 05/12/20 4.5 ..... ...... ..... ...... 4.0 3.5 y 3.0 y N 2.5 Z7 L 2.0 R d s y 1.5 1.0 0.5 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-105 D-10 50 Dark olive gray, Elastic 55.4 69.26 3.59 6.79 91.6 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No. Project No.: 20-106 Date : 05/13/20 5.0 ....................... 4.0 Y N aNi 3.0 in s 2.0 1.0 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 Normal Stress (ksf) Dry Moisture Conf. Initial Boring Sample Depth Soil Type Density Content Stress Max Dev. Saturation No. No. (ft) Stressksf ) ( pcf % ksf R-20-106 D-6 30 Dark olive gray, Elastic 58.9 63.00 2.79 9.19 91.3 SILT (MH) Earth Mechanics, Inc. Dokken, Superior Avenue Pedestrian Bridge and Parking Lot _ Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No.: Project No.: 20-106 Date : 05/13/20 APPENDIX C SOIL INFILTRATION TEST DATA WELL INFORMATION Project: Superior Avenue Pedestrian Bridge and Parking Lot Well location: 1-20-001 Water Reservoir Well installed on: 4/16/2020 By: CP 4" dia. PVC\ Depth to top of gravel (Htop): 3.0 ft Height of gravel (Hgravei): 2.00 ft Total well height (Htot): 5.00 ft Ht.p Float Mass of gravel used: 34 kg (1 kg=2.2048 Ibs) Device Depth to GW or shallow Water Level impervious stratum): 4.0 ft _______1 a.s SOIL LOG Depth Soil Description 0' - 2' Silty Sand (SM), strong brown. 2' - 4' Silty Sand (SM), yellow brown. 4'- 5' Lean Clay with Sand (CL), brown. Htot ' �"`�• Top of Gravel 1 Hgravel Bottom of Gravel[Well --------------------------- QWater Table or Impervious Stratum WELL TEST MEASUREMENTS Interval Start (hh:mm:ss) Interval End (hh:mm:ss) Tank Water Added Before (gal) Tank Reading (gal) Water Temperature °F Time Interval (min) Water Increment (gal) Water flow (gal/min) 6:48:00 6:48:00 20.3 20.3 65 0 0 0.00 6:48:00 6:58:00 19.6 65 10 0.70 0.07 6:58:00 7:08:00 19.6 65 10 0.04 0.00 7:08:00 7:18:00 19.5 65 10 0.04 0.00 7:18:00 7:28:00 19.5 65 10 0.04 0.00 7:28700 7:38:00 19.5 65 10 0.04 0.00 7:38:00 7:48:00 19.4 65 10 0.04 0.00 7:48:00 8:08:00 19.4 66 20 0.04 0.00 8:08:00 8:28:00 19.3 66 20 0.04 0.00 8:28:00 8:48:00 19.3 66 20 0.04 0.00 8:48:00 9:18:00 19.3 66 30 0.04 0.00 9:18:00 9:48:00 19.2 66 30 0.04 0.00 9:48:00 10:48:00 19.2 68 60 0.04 0.00 WELL TEST RESULTS Calibrated Density of Gravel: 95.24 pcf Effective Well Radius: 4.22 in Interpreted Vertical Infiltration Rate: 0.00 in/hr Earth Mechanics, Inc. Geotechnical and Earthquake Faigineering Superior Avenue Pedestrian Bridge and Parking Lot INFILTRATION RATE CALCULATION Project: Superior Avenue Pedestrian Bridge and Parking Lot Well location: 1-20-001 Soil condition: 0'- 2' Silty Sand (SM), strong brown. 2'- 4' Silty Sand (SM), yellow brown. 4' - 5' Lean Clav with Sand (CL), brown. Depth to top of gravel: 3.000 ft Height of gravel: 2.000 ft Total well height: 5.000 ft Density of gravel: 95.2 pcf Mass of gravel used: 33.50 kg = 73.8 Ibs Effective well radius, r: 0.351 ft = 4.22 in Well water column, h: 2.375 ft above well bottom Water column, Tu: 1.375 ft between well water level and GW table or impervious layer Analysis date: 4/17/2020 By: CP Chk'd by: Specific yield of soil, S=1 0.200 (0.1 fine, 0.35 coarse) Design by: Mike Kapuskar Revised: 8/31 /2011 WELL TEST DATA EVALUATION PER USBR 7300-89 EVALUATION PER BOWER/JACKSON (1974) Time expired Tank Water Time Incr. Water Interval Total Time Total Water Water Water Tu>3h h<=Tu<=3h Tu<h Clock reading Tank Water reading Temp. interval quantity lost, Water flow elapsed quantity lost, Temp. Viscosity (Case 1) (Case 11) (Case III) Infiltration Rate Lw/rw Infiltration rate, K (hh:mm:ss) (hh:mm:ss) added (gal) (gal) (OF) (min) AQ (gal) (gal/min) (min) Q (gal) (°C) ratio (in/hr) (in/hr) (in/hr) (in/hr) (cm/sec) (in/hr) (cm/sec) 6:48:00 6:48:00 20.30 20.30 65 0 0.00 0.00 0 0.00 18.3 0.88 NA NA NA NA NA NA 6:48:00 6:58:00 0.00 19.60 65 10 0.70 0.07 10 0.70 18.3 0.88 0.29 0.89 0.17 0.17 1.23E-04 1.99 6:58:00 7:08:00 0.00 19.56 65 10 0.04 0.00 20 0.74 18.3 0.88 0.02 0.05 0.01 0.01 6.41E-06 2.10 7:08:00 7:18:00 0.00 19.53 65 10 0.04 0.00 30 0.77 18.3 0.88 0.02 0.05 0.01 0.01 6.41E-06 2.20 7:18:00 7:28:00 0.00 19.49 65 10 0.04 0.00 40 0.81 18.3 0.88 0.02 0.05 0.01 0.01 6.41E-06 2.30 7:28:00 7:38:00 0.00 19.45 65 10 0.04 0.00 50 0.85 18.3 0.88 0.02 0.05 0.01 0.01 6.41E-06 2.41 7:38:00 7:48:00 0.00 19.42 65 10 0.04 0.00 60 0.88 18.3 0.88 0.02 0.05 0.01 0.01 6.41E-06 2.51 7:48:00 8:08:00 0.00 19.38 66 20 0.04 0.00 80 0.92 18.9 0.88 0.01 0.02 0.00 0.00 3.21E-06 2.61 8:08:00 8:28:00 0.00 19.35 66 20 0.04 0.00 100 0.95 18.9 0.88 0.01 0.02 0.00 0.00 3.21E-06 2.72 8:28:00 8:48:00 0.00 19.31 66 20 0.04 0.00 120 0.99 18.9 0.88 0.01 0.02 0.00 0.00 3.21E-06 2.82 8:48:00 9:18:00 0.00 19.27 66 30 0.04 0.00 150 1.03 18.9 0.88 0.01 0.02 0.00 0.00 2.14E-06 2.92 9:18:00 9:48:00 0.00 19.24 66 30 0.04 0.00 180 1.06 18.9 0.88 0.01 0.02 0.00 0.00 2.14E-06 3.03 9:48:00 10:48:00 0.00 19.20 68 60 0.04 0.00 240 1.10 20.0 0.88 0.00 0.01 0.00 0.00 1.07E-06 3.13 Notes: [1] Unspecified amount of water was added to the drum during flow interval. Actual outflow into soil is unknown. OUTFLOW FLOW RATES VERTICAL SUSTAINED INFILTRATION RATES Measured flow rate in drum start Time USBR rates Bower/Jackson rates 80 min. in/hr cm/sec in/hr cm/sec Average of measurements: 0.01 gal/min = 0.03 I/min Initial rate: 0.175 1.23E-04 0.000 0.00E+00 By regression analysis : 0.00 gal/min = 0.01 I/min Maximum sustained rate: 0.005 3.21E-06 0.000 0.00E+00 Average outflow was: 31037 minutes per drum Average sustained rate: 0.004 2 .78E-06 0.000 0 . 00E+00 # drums used: 0.0 Median sustained rate: 0.004 2 . 67E-06 0.000 0. 00E+00 Minimum sustained rate: 0.002 1.07E-06 0.000 0.00E+00 1.40 0.20 0.18 1.20 y = 0.0018x + 0.7405 RZ=0916.- 0.16 1.00 �, +' 0.80 ca 0.12 c c 0 0.10 CJ 0.60 +Test Rate Sustained Rate 0.08 N ca 0.40 •- 0.06 0 0.04 0.20 0 L a) L 0.02 0.00 0.00 0 50 100 150 200 250 300 0 50 100 150 200 250 300 Time Elapsed (minutes) Time Elapsed (minutes) Earth Mechanics, Inc. Geotechnical and Earthquake Engineering Superior Avenue Pedestrian Bridge and Parking Lot Project: 20-106 1 Date: 4/17/2020 File:X:\Projects\2020\20-106 - Dokken, Superior Avenue Overcrossing and Parking Lot\Field Investigation\Infiltration Testing\I-20-001.xlsx Date: 9/22/2020 Time: 12:19 PM WELL INFORMATION Project: Superior Avenue Pedestrian Bridge and Parking Lot Well location: 1-20-001 A Water Reservoir Well installed on: 4/16/2020 By: CP 4" dia. PVC\ Depth to top of gravel (Htop): 3.0 ft Height of gravel (Hgravei): 2.00 ft Total well height (Htot): 5.00 ft Ht.p Float Mass of gravel used: 34 kg (1 kg=2.2048 Ibs) Device Depth to GW or shallow Water Level impervious stratum): 40.0 ft _______1 a.s SOIL LOG Depth Soil Description 0' - 3' Clayey Sand (SC), brown. 3' - 5' Poorly graded Sand with Silt (SP-SM), It. yell. br., fine Sand Htot ' �"`�• Top of Gravel 1 Hgravel Bottom of Gravel[Well QWater Table or Impervious Stratum WELL TEST MEASUREMENTS Clock (hh:mm:ss) Time Expired Reading (hh:mm:ss) Tank Water Added Before (gal) Tank Reading (gal) Water Temperature °F Time Interval (min) Water Increment (gal) Water flow (gal/min) 11:40:00 11:40:00 58.0 58.0 65 0 0 0.00 11:40:00 11:50:00 52.1 65 10 5.9 0.59 11:50:00 12:00:00 47.4 65 10 4.7 0.47 12:00:00 12:10:00 42.7 65 10 4.7 0.47 12:10:00 12:20:00 37.9 65 10 4.8 0.48 12:20:00 12:30:00 33.1 65 10 4.8 0.48 12:30:00 12:40:00 28.0 65 10 5.1 0.51 12:40:00 13:00:00 17.7 66 20 10.3 0.52 13:00:00 13:20:00 7.9 66 20 9.8 0.49 13:20:00 13:20:00 52.2 52.2 66 0 Note 1 Note 1 13:20:00 13:40:00 42.3 66 20 9.9 0.50 13:40:00 14:10:00 26.6 66 30 15.7 0.52 14:10:00 14:40:00 10.1 66 30 16.5 0.55 14:40:00 14:40:00 50.0 50.0 66 0 Note 1 Note 1 14:40:00 15:40:00 19.2 68 60 30.8 0.51 WELL TEST RESULTS Calibrated Density of Gravel: 95.24 pcf Effective Well Radius: 4.22 in Interpreted Vertical Infiltration Rate: 2.10 in/hr Earth Mechanics, Inc. Geotechnical and Earthquake Faigineering Superior Avenue Pedestrian Bridge and Parking Lot INFILTRATION RATE CALCULATION Project: Superior Avenue Pedestrian Bridge and Parking Lot Well location: 1-20-001 A Soil condition: 0'- 3' Clayey Sand (SC), brown. 3' - 5' Poorly graded Sand with Silt (SP-SM), It. yell. br., fine Sand. Depth to top of gravel: 3.000 ft Height of gravel: 2.000 ft Total well height: 5.000 ft Density of gravel: 95.2 pcf Mass of gravel used: 33.50 kg = 73.8 Ibs Effective well radius, r: 0.351 ft = 4.22 in Well water column, h: 2.375 ft above well bottom Water column, Tu: 37.375 ft between well water level and GW table or impervious layer Analysis date: 4/17/2020 By: CP Chk'd by: Specific yield of soil, S=1 0.200 (0.1 fine, 0.35 coarse) Design by: Mike Kapuskar Revised: 8/31 /2011 WELL TEST DATA EVALUATION PER USBR 7300-89 EVALUATION PER BOWER/JACKSON (1974) Time expired Tank Water Time Incr. Water Interval Total Time Total Water Water Water Tu>3h h<=Tu<=3h Tu<h Clock reading Tank Water reading Temp. interval quantity lost, Water flow elapsed quantity lost, Temp. Viscosity (Case 1) (Case 11) (Case III) Infiltration Rate Lw/rw Infiltration rate, K (hh:mm:ss) (hh:mm:ss) added (gal) (gal) (OF) (min) AQ (gal) (gal/min) (min) Q (gal) (°C) ratio (in/hr) (in/hr) (in/hr) (in/hr) (cm/sec) (in/hr) (cm/sec) 11:40:00 11:40:00 58.00 58.00 65 0 0.00 0.00 0 0.00 18.3 0.88 NA NA NA NA NA NA 11:40:00 11:50:00 0.00 52.10 65 10 5.90 0.59 10 5.90 18.3 0.88 2.46 0.50 0.01 2.46 1.74E-03 16.80 11:50:00 12:00:00 0.00 47.40 65 10 4.70 0.47 20 10.60 18.3 0.88 1.96 0.40 0.00 1.96 1.38E-03 30.18 12:00:00 12:10:00 0.00 42.70 65 10 4.70 0.47 30 15.30 18.3 0.88 1.96 0.40 0.00 1.96 1.38E-03 43.56 12:10:00 12:20:00 0.00 37.90 65 10 4.80 0.48 40 20.10 18.3 0.88 2.00 0.41 0.00 2.00 1.41E-03 57.22 12:20:00 12:30:00 0.00 33.10 65 10 4.80 0.48 50 24.90 18.3 0.88 2.00 0.41 0.00 2.00 1.41E-03 70.89 12:30:00 12:40:00 0.00 28.00 65 10 5.10 0.51 60 30.00 18.3 0.88 2.13 0.43 0.00 2.13 1.50E-03 85.41 12:40:00 13:00:00 0.00 17.70 66 20 10.30 0.52 80 40.30 18.9 0.88 2.15 0.43 0.00 2.15 1.52E-03 114.73 13:00:00 13:20:00 0.00 7.90 66 20 9.80 0.49 100 50.10 18.9 0.88 2.05 0.41 0.00 2.05 1.44E-03 142.63 13:20:00 13:20:00 52.20 52.20 66 0 Note 1 Note 1 100 50.10 18.9 0.88 - - - - - 142.63 13:20:00 13:40:00 0.00 42.30 66 20 9.90 0.50 120 60.00 18.9 0.88 2.07 0.42 0.00 2.07 1.46E-03 170.82 13:40:00 14:10:00 0.00 26.60 66 30 15.70 0.52 150 75.70 18.9 0.88 2.18 0.44 0.00 2.18 1.54E-03 215.51 14:10:00 14:40:00 0.00 10.10 66 30 16.50 0.55 180 92.20 18.9 0.88 2.30 0.46 0.00 2.30 1.62E-03 262.49 14:40:00 14:40:00 50.00 50.00 66 0 Note 1 Note 1 180 92.20 18.9 0.88 - - - - - 262.49 14:40:00 15:40:00 0.00 19.20 68 60 30.80 0.51 240 123.00 20.0 0.88 2.14 0.43 0.00 2.14 1.51E-03 350.17 Notes: [1] Unspecified amount of water was added to the drum during flow interval. Actual outflow into soil is unknown. OUTFLOW FLOW RATES VERTICAL SUSTAINED INFILTRATION RATES Measured flow rate in drum start Time USBR rates Bower/Jackson rates 50 min. in/hr cm/sec in/hr cm/sec Average of measurements: 0.47 gal/min = 1.80 I/min Initial rate: 2.463 1 .74E-03 0.000 0. 00E+00 By regression analysis : 0.51 gal/min = 1.96 I/min Maximum sustained rate: 2.185 1.54E-03 0.000 0.00E+00 Average outflow was: 108 minutes per drum Average sustained rate: 2.097 1.48E-03 0.000 0.00E+00 # drums used: 2.2 Median sustained rate: 2.136 1 .51E-03 0.000 0. 00E+00 Minimum sustained rate: 2.004 1.41E-03 0.000 0.00E+00 140.00 3.00 y=0.5108x-0.3105 120.00 RZ = 0.9997 2.50 L 100.00 2.00 co 80.00 a o 1.50 CJ 60.00 CU+Test Rate Sustained Rate (D co 1.00 40.00 20.00 a) 0.50 Q a� L 0.00 0.00 0 50 100 150 200 250 300 0 50 100 150 200 250 300 Time Elapsed (minutes) Time Elapsed (minutes) Earth Mechanics, Inc. Geotechnical and Earthquake Engineering Superior Avenue Pedestrian Bridge and Parking Lot Project: 20-106 Date: 4/17/2020 File:X:\Projects\2020\20-106 - Dokken, Superior Avenue Overcrossing and Parking Lot\Field Investigation\Infiltration Testing\I-20-001A.xlsx Date: 9/22/2020 Time: 12:20 PM Appendix 4 Encroachment Permit 3/14/22, 9:46 AM STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT RIDER TR-0122 (REV. 6/1999) TO: City of Newport Beach 100 Civic Center Dr, Newport Beach, CA 92660 Attn: Andy Tran (949) 644-3315 EPMS: Permit Rider Collected By Permit No. (Original) S. Chai 12-21-N-SN-0019 Rider Fee Paid Dist/Co/Rte/PM EXEMPT 12-ORA-1, PM 20.373/20.373 Date Rider Number 03/14/2022 12-22-N-RT-0173 In compliance with (your, eef) request of February 11, 2022 encroachment permit as follows: DATE Date of completion extended to: L1 NO CHANGE , PERMITTEE we are hereby amending the above numbered March 31, 2023 DATE In compliance with your request for permit rider to Encroachment Permit 1221-N-SN-0019, we are hereby amending that permit as follows: Date of completion extended to: 03/31/2023. NO OTHER CHANGES Except as amended, all other terms and provisions of the original permit shall remain in effect. COPIES TO: Pemittee File No. 21-0019 T. Shamsabadi Maintenance tiY. 03/15/22 Steve Aam , P.E. , District Permit Engineer ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. FM 91 1437 (D12 Permit App) APPROVED: Ryan Chamberlain, District Director epms.dot.ca.gov/bin/print_rider.php 1 /1 4/5/2021 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT TR-0120 (REV. 6/2012) In compliance with (Check one): ® Your application of ❑ Utility Notice No. April 2, 2021 of EPMS: Print Permit Permit No. 12-21-N-SN-0019 Dist/Co/Rte/PM 12-ORA-1, PM 20.373/20.373 Permit Approval Date 04/05/2021 Fee Paid Deposit $ EXEMPT $ EXEMPT ❑ Agreement No. of $ 0.00 Bond Company ❑ R/W Contract No. of Bond Number (1) TO: City of Newport Beach 100 Civic Center Dr, Newport Beach, CA 92660 Attn: Andy Tran (949) 644-3315 ,PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: 0.00 Number Install (1) 5 Section Signal Head and (1) 3 Section Signal Head at the intersection between Route 1 and Superior Avenue; install, maintain, and remove temporary traffic control devices within State Right of Way, near CA-1, on West Coast Highway, in the City of Newport Beach. All performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 500 (Specific Permits) of the Encroachment Permits Manual, California MUTCD latest edition, the attached Provisions and Permit Plans stamp - dated APRIL 5, 2021. Permittee its contractor shall contact TOM SHAMSABADI, State Construction Engineer, at (657) 328-6096 between 10:30 AM and 1:30 PM, a minimum of SEVEN working days prior to the start of work to schedule a pre -job meeting at the earliest mutually agreeable time and 48 hours prior to subsequent restart of work when your schedule is interrupted. Failure to THIS PERMIT IS NOT A PROPERTY RIGHT AND DOES NOT TRANSFER WITH THE PROPERTY TO A NEW OWNER. The following attachments are also included as part of this permit (Check applicable): ® Yes ❑ No General Provisions In addition to fee, the permittee will ❑ Yes ® No Utility Maintenance Provisions be billed actual costs for: ® Yes ❑ No Storm Water Special Provisions ® Yes ❑ No Review ® Yes ❑ No Special Provisions A Yes ❑ No Inspection ❑ Yes ®No A Cal -OSHA permit, if required: Permit No. ® Yes ❑ No Field Work ❑ Yes ® No As -Built Plans Submittal Route Slip for Locally Advertised Projects ❑ Yes ® No Storm Water Pollution Prevention Plan / Water Pollution Control Plan (if any Caltrans effort expended) ❑ Yes ® No The information in the environmental documentation has been reviewed and considered prior to approval of this permit. This permit is void unless the work is completed before _March 31, 2022 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all the other necessary permits and the environmental clearances have been obtained. PERMIT ENGINEER:Sydney Chai COPIES TO: Pemittee File No. 21-0019 T. Shamsabadi Maintenance APPROVED: BY: Ryan Chamberlain, District Director Z Q'".� SHAHRYAR DERAVI , P.E., District Permit E ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Management Unit at (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. FM 91 1436 (D12 Permit App.) epms.dot.ca.gov/bin/print_permit.php?id=250778 1 /1 CITY OF NEWPORT BEACH 1221-NSN-0019 April 5, 2021 In addition to the attached General Provisions (TR-0045), the following Special Provisions are applicable: Permittee shall STATUS (call) scheduled work DAILY via District's 24-hour Communication Center (DCC) at 949-936-3600 and text 10-97, 1098, or 10-22 status to the State permit inspector named on the permit (Inspector's cell phone number will be provided during the pre -job meeting). Status (call) using Closure ID No(s) and Log No(s) provided by the State inspector when work begins (first cone down, 10-97), and again when work is finished for the day (last cone removed, 10-98. If the work is cancelled on any scheduled day, Permittee shall call Caltrans DCC at 949-936-3600 and relay; "(Closure ID No., Log No) is 10-22" (cancelled). The cancellation call shall be made no later than the scheduled 10-97 time. Any delay in picking up your closure must be reported immediately to DCC at 949-936-3600 and State Permit Inspector. FAILURE TO FOLLOW THESE INSTRUCTIONS WILL RESULT IN SUSPENSION OF PERMIT. If any of the closures on these plans cause a delay or backup onto the freeway, then the closure hours are to be reduced or moved to night work as determined by the Caltrans Permit Inspector. The following advance notification procedure shall be followed for permitted work activities requiring Traffic Control within the State Right of Way: By Noon Monday, permittee shall submit a completed copy of the attached District 12 Closure Schedule Form to the assigned Permit Inspector by email (as shown on the Closure Schedule Form) or by Fax (657-328-6501) for the following week period, defined as Saturday through the following Friday. If Monday is a designated holiday, the schedule shall be submitted on Tuesday. Incomplete, illegible or inaccurate information will be returned for correction and resubmittal. Permittee/Permittee's contractor will be notified of disapproved closures or closures that require coordination with other parties as a condition of approval. If email or fax is unavailable, the schedule may be called in by calling the assigned Permit Inspector, and the completed Form be submitted to the Permit Inspector during the pre -job meeting. • ADA Compliance requirements shall be met at all times. (DIB 82-05) at http://www.dot.ca.gov/hq/oppd/dib/dib82-06.pdf • Permittee shall contact the LOCAL LAW ENFORCEMENT JURISDICTION at least 48 hours prior to implementing traffic control measures. All closures shall conform to State standards and shall follow Chapter 8 of the Safety Manual. Except for installing, maintaining and removing traffic control devices, any work encroaching within 3 feet of the edge of a travel lane for areas with a posted speed limit below 45mph, or 6 feet of the edge of a travel lane, for areas with a speed limit posted at 45mph or higher, shall require closing of that travel lane. Any work encroaching within 6 feet of the edge of the shoulder, shall require closing of that shoulder. Permittee shall notify the Department's Representative, and obtain approval of, all traffic control, lane closures or detours, at least seven (7) WORKING DAYS prior to setting up of any traffic control." Orange vests and hard hats shall be worn at all times while working within State right-of-way. By acceptance of this permit, the permittee understands and agrees to reimburse the State for all costs incurred for performing corrective work in the event that the permittee or permittee's representatives fail to install, replace, repair, restore, or remove facilities to state specifications for the immediate safe operation of the highway and satisfactory completion of all permit work. State forces may perform corrective work or it may be contracted out. Understood is that the above charges are in addition to permit fees, and an invoice will be sent to permittee for said charges after satisfactory completion of all work. The issuance of the permit shall not set as precedence for other permits approved in the future. • It is the responsibility of the permittee, permittee's agents, or contractors to comply with all provisions of this permit and instructions from the State permit inspector. Permittee shall keep the permit package or copies thereof, at the work site at all times and show it upon request to any Department representative or law enforcement officer. When the permit package is not available, then immediate suspension of permit will occur. Page 1 of 2 1221-NSN-0019 April 5, 2021 • Permittee shall furnish the necessary inspection to provide for public safety and to insure that all work within or affecting the State's right of way pursuant to this permit is in accordance with State Standards and requirements. The State permit inspectors will monitor the work authorized under this permit and the work is subject to the approval of the State permit inspectors. • Permittee shall remain solely responsible for compliance with all requirements of this permit. • Prior to performing any work pursuant to this permit, the permittee shall obtain all necessary permits and authorizations required of other governmental agencies and by law. The permittee shall make the necessary arrangements with the appropriate agencies to monitor and test performed work to ensure accordance with requirements of those agencies. • American National Standards Institute (ANSI) compliant Class II vests and hard hats shall be worn while working within State's right-of-way. Workers working at night will be required to wear ANSI Class III warning garments. Class III compliance can be achieved by combining ANSI Class E pants worn with an ANSI Class II vest. • The State permit inspector must ascertain and agree to all work details and all aspects of traffic control or no work shall begin on this permit. • If a safe passage way cannot be provided, appropriate signs and barricades shall be installed at the limits and in advance of construction at the nearest Crosswalk or Intersection to detour pedestrians to facilities across the street. • When the work area encroaches upon a sidewalk, walkway, or crosswalk area, special consideration must be given to pedestrian safety. Protective barricades, fencing, handrails and bridges, together with warning and guidance devices and signs must be utilized so that the passageway for pedestrians, especially blind and other physically handicapped is safe and well defined and shown on the approved permit plan. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. • Unless otherwise approved by the State Permit Inspector no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, and between 3:00 PM and 6:30 PM. • The full width of traveled way shall be open for use by public traffic on Saturdays, and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. • Except as specifically provided herein, all requirements of the Vehicle Code and other applicable laws must be complied with in all particulars. • No lane may be closed or obstructed at any time unless specifically allowed per the encroachment permit, shown in approved traffic control plans, and/or as directed by the Department's Representative. • The Permittee's work shall be subordinated to any operations which the Department may conduct and shall not delay, nor interfere with the Department's Forces or Department's Contractors. • Should any deviation from these procedures or conditions be observed, all work shall be suspended until satisfactory steps have been taken to ensure compliance. • In the event of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. Immediately following completion of the work permitted herein, Permittee shall fill out and fax the attached Work Completion Notice to 657-328-6501 to initiate final permit processing. Page 2 of 2 STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV. 01/2020) ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV 01/2020) 2. 3. 4. 5. 91 7 AUTHORITY: The California Department of Transportation ("Department") has authority to issue encroachment permits under Division 1, Chapter 3, Article 1, Sections 660 through 734 of the Streets and Highways Code. REVOCATION: Encroachment permits are revocable on five (5) business days' notice unless otherwise stated on the permit and except as provided by law for public corporations, franchise holders, and utilities. Notwithstanding the foregoing, in an emergency situation as determined by the Department, an encroachment permit may be revoked immediately. These General Provisions and any applicable Special Provisions are subject to modification or abrogation by the Department at any time. Permittees' joint use agreements, franchise rights, reserved rights or any other agreements for operating purposes in State of California ("State") highway right-of-way may be exceptions to this revocation. DENIAL FOR NONPAYMENT OF FEES: Failure to pay encroachment permit fees when due may result in rejection of future applications and denial of encroachment permits. ASSIGNMENT: This encroachment permit allows only the Permittee or Permittee's authorized agent to work within or encroach upon the State Highway System, and the Permittee may not assign this permit. ACCEPTANCE OF PROVISIONS: Permittee understands and agrees to accept and comply with these General Provisions, the Special Provisions, any and all terms and/or conditions contained in or incorporated into the encroachment permit, and all attachments to the encroachment permit (collectively "the Permit Conditions"), for any encroachment, work, and/or activity to be performed under this encroachment permit and/or under color of authority of this encroachment permit. Permittee understands and agrees the Permit Conditions are applicable to and enforceable against Permittee as long as the encroachment remains in, under, or over any part of the State Highway System. BEGINNING OF WORK: When traffic is not impacted (see General Provision Number 35), the Permittee must notify the Department's representative two (2) business days before starting permitted work. Permittee must notify the Department's representative if the work is to be interrupted for a period of five (5) business days or more, unless otherwise agreed upon. All work must be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this encroachment permit. STANDARDS OF CONSTRUCTION: All work performed within State highway right-of-way must conform to all applicable Departmental construction standards including but not limited to: Standard Specifications, Standard Plans, Project Development Procedures Manual, Highway Design Manual and Special Provisions. Other than as expressly provided by these General Provisions, the Special Provisions, the Standard Specifications, Standard Plans, and other applicable Departmental standards, nothing in these General Provisions is intended to give any third party any legal or equitable right, remedy, or claim with respect to these General Provisions or any provision herein. These General Provisions are for the sole and exclusive benefit of the Permittee and the Department. Where reference is made in such standards to "Contractor" and "Engineer," these are amended to be read as "Permittee" and "Department's representative," respectively, for purposes of this encroachment permit. 8. PLAN CHANGES: Deviations from plans, specifications, and/or the Permit Conditions as defined in General Provision Number 5 are not allowed without prior approval from the Department's representative. 9. INSPECTION AND APPROVAL: All work is subject to monitoring and inspection. Upon completion of work, Permittee must request a final inspection for acceptance and approval by the Department. The local public agency Permittee must not give final construction approval to its contractor until final acceptance and approval by the Department is obtained. 10. PERMIT AT WORKSITE: Permittee must keep the permit package or a copy thereof at the work site at all times and must show it upon request to any Department representative or law enforcement officer. If the permit package, or a copy thereof, is not kept and made available at the work site at all times, the work must be suspended. 11. CONFLICTING ENCROACHMENTS: Permittee must yield start of work to ongoing, prior authorized work adjacent to or within the limits of the Permittee's project site. When existing encroachments conflict with Permittee's work, the Permittee must bear all cost for rearrangements (e.g., relocation, alteration, removal, etc.). 12. PERMITS FROM OTHER AGENCIES: This encroachment permit is invalidated if the Permittee has not obtained all permits necessary and required by law, including but not limited to permits from the California Public Utilities Commission (CPUC), California Occupational Safety and Health Administration (Cal -OSHA), or any other public agency having jurisdiction. Permittee warrants all such permits have been obtained before beginning work under this encroachment permit. 13. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum continuous passageway of four (4) feet must be maintained through the work area at existing pedestrian or bicycle facilities. At no time must pedestrians be © 2018 California Department of Transportation. All Rights Reserved. STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV. 01/2020) 14 15 `[ 17 18 19 20 diverted onto a portion of the street used for vehicular traffic. At locations where safe alternate passageways cannot be provided, appropriate signs and barricades must be installed at the limits of construction and in advance of the limits of construction at the nearest crosswalk or intersection to detour pedestrians to facilities across the street. Attention is directed to Section 7-1.04, Public Safety, of the Department's Standard Specifications. PUBLIC TRAFFIC CONTROL: As required by law, the Permittee must provide traffic control protection, warning signs, lights, safety devices, etc., and take all other measures necessary for the traveling public's safety. While providing traffic control, the needs of all road users, including but not limited to motorists, bicyclists and pedestrians, including persons with disabilities in accordance with the Americans with Disabilities Act, must be an essential part of the work activity. Lane and/or shoulder closures must comply with the Department's Standard Specifications and Standard Plans for traffic control systems, and with the applicable Special Provisions. Where issues are not addressed in the Standard Specifications, Standard Plans, and/or Special Provisions, the California Manual on Uniform Traffic Control Devices (Part 6, Temporary Traffic Control) must be followed. MINIMUM INTERFERENCE WITH TRAFFIC: Permittee must plan and conduct work so as to create the least possible inconvenience to the traveling public, such that traffic is not unreasonably delayed. STORAGE OF EQUIPMENT AND MATERIALS: The storage of equipment or materials is not allowed within State highway right-of-way, unless specified within the Special Provisions of this encroachment permit. If encroachment permit Special Provisions allow for the storage of equipment or materials within the State highway right-of-way, the equipment and material storage must also comply with Section 7-1.04, Public Safety, of the Department's Standard Specifications. CARE OF DRAINAGE: Permittee must provide alternate drainage for any work interfering with an existing drainage facility in compliance with the Department's Standard Specifications, Standard Plans, and/or as directed by the Department's representative. RESTORATION AND REPAIRS IN STATE HIGHWAY RIGHT-OF-WAY: Permittee is responsible for restoration and repair of State highway right-of-way resulting from permitted work (Streets and Highways Code, section 670 et seq.). STATE HIGHWAY RIGHT-OF-WAY CLEAN UP: Upon completion of work, Permittee must remove and dispose of all scraps, refuse, brush, timber, materials, etc. off the State highway right-of-way. The aesthetics of the highway must be as it was before work started or better. COST OF WORK: Unless stated otherwise in the encroachment permit or a separate written agreement with the Department, the Permittee must bear all costs incurred for work within the State highway right-of-way and waives all claims for indemnification or contribution from the State, the Department, and from the Directors, officers, and employees of the State and/or the Department. 21. ACTUAL COST BILLING: When specified in the permit, the Department will bill the Permittee actual costs at the currently set Standard Hourly Rate for encroachment permits. 22. AS -BUILT PLANS: When required, Permittee must submit one (1) set of folded as -built plans within thirty (30) calendar days after completion and acceptance of work in compliance with requirements listed as follows: a) Upon completion of the work provided herein, the Permittee must submit a paper set of As -Built plans to the Department's representative. b) All changes in the work will be shown on the plans, as issued with the permit, including changes approved by Encroachment Permit Rider. c) The plans are to be prominently stamped or otherwise noted "AS -BUILT" by the Permittee's representative who was responsible for overseeing the work. Any original plan that was approved with a Department stamp, or by signature of the Department's representative, must be used for producing the As - Built plans. d) If construction plans include signing or striping, the dates of signing or striping removal, relocation, or installation must be shown on the As -Built plans when required as a condition of the encroachment permit. When the construction plans show signing and striping for staged construction on separate sheets, the sheet for each stage must show the removal, relocation, and installation dates of the appropriate staged striping and signing. e) As -Built plans must contain the Encroachment Permit Number, County, Route, and Post Mile on each sheet. f) The As -Built Plans must not include a disclaimer statement of any kind that differs from the obligations and protections provided by sections 6735 through 6735.6 of the California Business and Professions Code. Such statements constitute non-compliance with Encroachment Permit requirements and may result in the Department retaining Performance Bonds or deposits until proper plans are submitted. Failure to comply may also result in denial of future encroachment permits or a provision requiring a public agency to supply additional bonding. 23. PERMITS FOR RECORD PURPOSES ONLY: When work in the State highway right-of-way is within an area under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), a fee exempt encroachment permit is issued to the Permittee for the purpose of providing a notice and record of work. The Permittee's prior rights must be preserved without the intention of creating new or different rights or obligations. "Notice and Record Purposes Only" must be stamped across the face of the encroachment permit. © 2018 California Department of Transportation. All Rights Reserved. STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV. 01/2020) 24 25 NET BONDING: The Permittee must file bond(s), in advance, in the amount(s) set by the Department and using forms acceptable to the Department. The bonds must name the Department as obligee. Failure to maintain bond(s) in full force and effect will result in the Department stopping all work under this encroachment permit and possibly revoking other encroachment permit(s). Bonds are not required of public corporations or privately -owned utilities unless Permittee failed to comply with the provisions and/or conditions of a prior encroachment permit. The surety company is responsible for any latent defects as provided in California Code of Civil Procedure section 337.15. A local public agency Permittee also must comply with the following requirements: a) In recognition that project construction work done on State property will not be directly funded and paid by State, for the purpose of protecting stop notice claimants and the interests of State relative to successful project completion, the local public agency Permittee agrees to require the construction contractor to furnish both a payment and performance bond in the local public agency's name with both bonds complying with the requirements set forth in Section 3-1.05 Contract Bonds of the Department's Standard Specifications before performing any project construction work. b) The local public agency Permittee must defend, indemnify, and hold harmless the State and the Department, and the Directors, officers, and employees of the State and/or Department, from all project construction related claims by contractors, subcontractors, and suppliers, and from all stop notice and/or mechanic's lien claimants. The local public agency also agrees to remedy, in a timely manner and to the Department's satisfaction, any latent defects occurring as a result of the project construction work. FUTURE MOVING OF INSTALLATIONS: Permittee understands and agrees to relocate a permitted installation upon notice by the Department. Unless under prior property right or agreement, the Permittee must comply with said notice at the Permittee's sole expense. ENVIRONMENTAL: a) ARCHAEOLOGICAL/HISTORICAL: If any archaeological or historical resources are identified or encountered in the work vicinity, the Permittee must immediately stop work, notify the Department's representative, retain a qualified archaeologist who must evaluate the site at Permittee's expense, and make recommendations to the Department's representative regarding the continuance of work. b) HAZARDOUS MATERIALS: If any hazardous waste or materials (such as underground storage tanks, asbestos pipes, contaminated soil, etc.) are identified or encountered in the work vicinity, the Permittee must immediately stop work, notify the Department's representative, retain a qualified hazardous waste/material specialist who must evaluate the site at Permittee's expense, and make recommendations to the Department's representative regarding the continuance of work. Attention is directed to potential aerially deposited lead (ADL) presence in unpaved areas along highways. It is the Permittee's responsibility to take all appropriate measures to protect workers in conformance with California Code of Regulations Title 8, Section 1532.1, "Lead," and with Cal -OSHA Construction Safety Orders, and to ensure roadway soil management is in compliance with Department of Toxic Substances Control (DTSC) requirements. 27. PREVAILING WAGES: Work performed by or under an encroachment permit may require Permittee's contractors and subcontractors to pay appropriate prevailing wages as set by the California Department of Industrial Relations. Inquiries or requests for interpretations relative to enforcement of prevailing wage requirements must be directed to the California Department of Industrial Relations. 28. LIABILITY, DEFENSE, AND INDEMNITY: The Permittee agrees to indemnify and save harmless the State, the Department, and the Directors, officers, employees, agents and/or contractors of the State and/or of the Department, including but not limited to the Director of Transportation and the Deputy Directors, from any and all claims, demands, damages, costs, liability, suits, or actions of every name, kind, and description, including but not limited to those brought for or on account of property damage, invasion of privacy, violation or deprivation of a right under a state or federal law, environmental damage or penalty, or injury to or death of any person including but not limited to members of the public, the Permittee, persons employed by the Permittee, and/or persons acting on behalf of the Permittee, arising out of or in connection with: (a) the issuance and/or use of this encroachment permit; and/or (b) the encroachment, work, and/or activity conducted pursuant to this encroachment permit, or under color of authority of this encroachment permit but not in full compliance with the Permit Conditions as defined in General Provision Number 5 ("Unauthorized Work or Activity"); and/or (c) the installation, placement, design, existence, operation, and/or maintenance of the encroachment, work, and/or activity; and/or (d) the failure by the Permittee or anyone acting on behalf of the Permittee to perform the Permittee's obligations under any part of the Permit Conditions as defined in General Provision Number 5, in respect to maintenance or any other obligation; and/or (e) any change to the Department's property or adjacent property, including but not limited to the features or conditions of either of them, made by the Permittee or anyone acting on behalf of the Permittee; and/or (f) a defect or obstruction related to or caused by the encroachment, work, and/or activity whether conducted in compliance with the Permit Conditions as defined in General Provision Number 5 or constituting Unauthorized Work or Activity, or from any cause whatsoever. The duty © 2018 California Department of Transportation. All Rights Reserved. STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV. 01/2020) of the Permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. It is the intent of the parties that except as prohibited by law, the Permittee will defend, indemnify, and hold harmless as set forth in this General Provision Number 28 regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, on the part of: the State; the Department; the Directors, officers, employees, agents and/or contractors of the State and/or of the Department, including but not limited to the Director of Transportation and the Deputy Directors; the Permittee; persons employed by the Permittee; and/or persons acting on behalf of the Permittee. The Permittee waives any and all rights to any type of expressed or implied indemnity from or against the State, the Department, and the Directors, officers, employees, agents, and/or contractors of the State and/or of the Department, including but not limited to the Director of Transportation and the Deputy Directors. The Permittee understands and agrees to comply with the obligations of Titles II and III of the Americans with Disabilities Act in the conduct of the encroachment, work, and/or activity whether conducted pursuant to this encroachment permit or constituting Unauthorized Work or Activity, and further agrees to defend, indemnify, and save harmless the State, the Department, and the Directors, officers, employees, agents, and/or contractors of the State and/or of the Department, including but not limited to the Director of Transportation and the Deputy Directors, from any and all claims, demands, damages, costs, penalties, liability, suits, or actions of every name, kind, and description arising out of or by virtue of the Americans with Disabilities Act. The Permittee understands and agrees the Directors, officers, employees, agents, and/or contractors of the State and/or of the Department, including but not limited to the Director of Transportation and the Deputy Directors, are not personally responsible for any liability arising from or by virtue of this encroachment permit. For the purpose of this General Provision Number 28 and all paragraphs herein, "contractors of the State and/or of the Department" includes contractors and their subcontractors under contract to the State and/or the Department. This General Provision Number 28 and all paragraphs herein take effect immediately upon issuance of this encroachment permit, and apply before, during, and after the encroachment, work, and/or activity contemplated under this encroachment permit, whether such work is in compliance with the Permit Conditions as defined in General Provision Number 5 or constitutes Unauthorized Work or Activity, except as otherwise provided by California law. The Permittee's obligations to defend, indemnify, and save harmless under this General Provision Number 28 take effect immediately upon issuance of this encroachment permit and have no expiration date, including but not limited to situations in which this encroachment permit expires or is revoked, the work or activity performed under this encroachment permit is accepted or not accepted by the Department, the encroachment, work, and/or activity is conducted in compliance with the Permit Conditions as defined in General Provision Number 5 or constitutes Unauthorized Work or Activity, and/or no work or activity is undertaken by the Permittee or by others on the Permittee's behalf. 29. NO PRECEDENT ESTABLISHED: This encroachment permit is issued with the understanding that it does not establish a precedent. 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC ACCOMMODATION: a) As part of the consideration for being issued this encroachment permit, the Permittee, on behalf of Permittee and on behalf of Permittee's personal representatives, successors in interest, and assigns, does hereby covenant and agree that: i) No person on the grounds of race, color, or national origin may be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. ii) That in connection with the construction of any improvements on said lands and the furnishings of services thereon, no discrimination must be practiced in the selection and retention of first -tier subcontractors in the selection of second -tier subcontractors. iii) That such discrimination must not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation), and operation on, over, or under the space of the State highway right-of-way. iv) That the Permittee must use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations, Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Commerce, Part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. b) That in the event of breach of any of the above nondiscrimination covenants, the State and the Department have the right to terminate this encroachment permit and to re-enter and repossess said land and the facilities thereon and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF HIGHWAYS: By accepting this encroachment permit, the Permittee agrees to properly maintain any encroachment. This assurance requires the Permittee to provide inspection and repair any damage, at Permittee's expense, to State facilities resulting from the encroachment. 32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets and Highways Code section 682.5 and 682.7, the Department is not responsible for the conduct or © 2018 California Department of Transportation. All Rights Reserved. STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR-0045 (REV. 01/2020) 33 34 35 00 operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold harmless the State, the Department, and the Directors, officers, employees, agents, and contractors of the State and/or of the Department, including but not limited to the Director of Transportation and the Deputy Directors, from any and all claims, demands, damages, costs, liability, suits, or actions of every name, kind and description arising out of any activity for which this encroachment permit is issued. The Permittee is required, as a condition of this encroachment permit, for any event that awards prize compensation to competitors in gendered categories, for any participant level that receives prize compensation, to ensure the prize compensation for each gendered category is identical at each participant level. (Streets and Highways Code, section 682.7.) The Permittee understands and agrees to complywith the obligations of Titles II and III of the Americans with Disabilities Act in the conduct of the event, and further agrees to defend, indemnify, and save harmless the State and the Department, and the Directors, officers, and employees of the State and/or Department, including but not limited to the Director of the Department and the Deputy Directors, from any and all claims, demands, damages, costs, liability, suits, or actions of every name, kind and description arising out of or by virtue of the Americans with Disabilities Act. PRIVATE USE OF STATE HIGHWAY RIGHT-OF-WAY: State highway right-of-way must not be used for private purposes without compensation to the State. The gifting of public property uses and therefore public funds is prohibited under the California Constitution, Article XVI, Section 6. FIELD WORK REIMBURSEMENT: Permittee must reimburse the Department for field work performed on Permittee's behalf to correct or remedy hazards or damaged facilities, or to clear refuse, debris, etc. not attended to by the Permittee. LANE CLOSURE REQUEST SUBMITTALS AND NOTIFICATION OF CLOSURES TO THE DEPARTMENT: Attention is directed to Section 12- 4.02A(3) Submittals, of the Department's Standard Specifications, for lane closure requests submittals requirements and schedules. The Permittee must notify the Department's representative and the Traffic Management Center (TMC) before initiating a lane closure or conducting an activity that may cause a traffic impact. In emergency situations when the corrective work or the emergency itself may affect traffic, the Department's representative and the TMC must be notified as soon as possible. SUSPENSION OF TRAFFIC CONTROL OPERATION: The Permittee, upon notification by the Department's representative, must immediately suspend all lane closure operations and any operation that impedes the flow of traffic. All costs associated with this suspension must be borne by the Permittee. 37. UNDERGROUND SERVICE ALERT (USA) NOTIFICATION: Any excavation requires compliance with the provisions of Government Code section 4216 et. seq., including but not limited to notice to a regional notification center, such as Underground Service Alert (USA). The Permittee must provide notification to the regional notification center at least forty-eight (48) hours before performing any excavation work within the State highway right-of-way. 38. COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT (ADA): All work within the State highway right-of-way to construct and/or maintain any public facility must be designed, maintained, and constructed strictly in accordance with all applicable Federal Access laws and regulations (including but not limited to Section 504 of the Rehabilitation Act of 1973, codified at 29 U.S.C. § 794), California Access laws and regulations relating to ADA, along with its implementing regulations, Title 28 of the Code of Federal Regulations Parts 35 and 36 (28 C.F.R., Ch. I, Part 35, § 35.101 et seq., and Part 36, § 36.101 et seq.), Title 36 of the Code of Federal Regulations Part 1191 (36 C.F.R., Ch. XI, Part 1191, § 1119.1 et seq.), Title 49 of the Code of Federal Regulations Part 37 (49 C.F.R., Ch. A, Part 37, § 37.1 et seq.), the United States Department of Justice Title II and Title III for the ADA, and California Government Code section 4450 et seq., which require public facilities be made accessible to persons with disabilities. Notwithstanding the requirements of the previous paragraph, all construction, design, and maintenance of public facilities must also comply with the Department's Design Information Bulletin 82, "Pedestrian Accessibility Guidelines for Highway Projects." 39. STORMWATER: The Permittee is responsible for full compliance with the following: a) For all projects, the Department's Storm Water Program and the Department's National Pollutant Discharge Elimination System (NPDES) Permit requirements under Order No. 2012-0011-DWQ, NPDES No CAS000003; and b) In addition, for projects disturbing one acre or more of soil, with the California Construction General Permit Order No. 2009-0009-DWQ, NPDES No CAS000002; and c) In addition, for projects disturbing one acre or more of soil in the Lahontan Region with Order No. R6T-2016- 0010, NPDES No CAG616002. d) For all projects, it is the Permittee's responsibility to install, inspect, repair, and maintain all facilities and devices used for water pollution control practices (Best Management Practices/BMPs) before performing daily work activities. © 2018 California Department of Transportation. All Rights Reserved. DISTRICT 12 LANE/SHOULDER CLOSURE REQUEST FORM THIS FORM MUST BE SUBMITTED BY NOON ON MONDAY PRIOR TO THE WEEK OF THE PLANNED RESTRICTION COMPLETE FORM AND EMAIL TO THE EMAIL ADDRESS INDICATED AT THE BOTTOM OF THE PAGE Today's Date: Time: Requestor: Office Phone #: Permit #: Contractor: Field Contact: Cell #: Email Address: Caltrans Inspector: Emergency Phone Number: • •-froMak Week of: Day(s): ❑ Saturday ❑ Sunday ❑ Monday ❑ Tuesday ❑ Wednesday ❑ Thursday ❑ Friday Existing Number of Lanes in the Direction of Travel: ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 ❑ 6 Direction: ❑ NB ❑ SB ❑ EB ❑ WB Lane#: El ❑2 El ❑4 El ❑6 (Lane #1 is the lane adjacent to the roadway centerline) ❑ Bike Lane ❑ Shoulder ❑ Median ❑ Auxiliary Lane COUNTY ROUTE PM DESCRIPTIVE LOCATION/CLOSURE TIME FROM ❑ LA ❑ ORANGE TO Types of Closure, Closure Characteristics (Check all of the following that apply): ❑ Full Ramp Closure ❑ Full Street Closure ❑ 24-Hour/7-Day-Closure ❑ Detour Available ❑ Closure conforms to the 2014 California Manual of Uniform Traffic Control Devices (CA MUTCD) 2014, latest edition, copies of which are available at http://www.dot.ca.gov/trafficops/camutcd/ Estimated Delay: Minutes Type of Work Proposed: Permittee shall call the Traffic Management Center (TMC) at 949-936-3600 and relay the Closure ID No(s), Log No(s), and status code provided by the State inspector when work begins (first cone down, status code 10-97), and again when work is finished for the day (last cone removed, status code 10-98. If the work is cancelled on any scheduled day, Permittee shall call TMC at 949-936-3600 and relay; "(Closure ID No., Log No.) is 10-22" (cancelled) no later than the scheduled 10-97 time. Any delay in picking up your closure must be reported immediately to TMC at 949-936-3600 and State Permit Inspector. Permittee shall text 10-97, 10-98, or 10-22 status to the State permit inspector named on the permit (Inspector's cell phone number will be provided during the pre -job meeting). FAILURE TO FOLLOW THESE INSTRUCTIONS WILL RESULT IN SUSPENSION OF PERMIT. PERMITTEE SHALL SUBMIT THE SIGNED ORIGINAL COPY AT THE PRE -JOB MEETING AND EMAIL A COPY OF THE FORM TO TOM.SHAMSABADI@DOT.CA.GOV. Name: Signature: Date: Q:\permit stuff\Closure Request Form.docx STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE OF COMPLETION TR-0 128 (REV. 6/01) CT#7541-5529-1 PERMIT NO. Dear Sir or Madam: All work authorized by the above -numbered permit was completed on SIGNATURE OF PERMITTEE FM 92 1546 M DATE STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE OF COMPLETION TR-0 128 (REV. 6/01) CT#7541-5529-1 PERMIT NO. Dear Sir or Madam: All work authorized by the above -numbered permit was completed on SIGNATURE OF PERMITTEE FM 92 1546 M DATE i i i STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE OF COMPLETION TR-0 128 (REV. 6/01) CT#7541-5529-1 PERMIT NO. Dear Sir or Madam: All work authorized by the above -numbered permit was completed on DATE SIGNATURE OF PERMITTEE FM 92 1546 M �- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION NOTICE OF COMPLETION TR-0 128 (REV. 6/01) CT#7541-5529-1 PERMIT NO. Dear Sir or Madam: All work authorized by the above -numbered permit was completed on DATE SIGNATURE OF PERMITTEE FM 92 1546 M Appendix 5 Bridge Recessed Lighting and Illuminated Handrail ORGANIC U H-n NG: SYSTEMS Bill To: Cal Lighting - San Ramon, CA 4000 Executive Parkway Suite 350 San Ramon, CA 94583 SO: Job: Ship To Cal Lighting - San Ramon, CA 4000 Executive Parkway Suite 350 San Ramon, CA 94583 QUOTATION 00008553 Superior Pedestrian Bridge Representative: Ship Via: Bid Date: Terms: Date: Page: Cal Lighting / PLP Best Way PPD & ADD 12/6/2021 Prepaid 12/6/2021 1 Qty: Part No: Description: Price: Unit: Disc: Amount: BRIDGE RAIL 424 011731 IiniLED Top, HP 27K Warm White 3w/ft FT 14 011290 IiniLED Top Welded Connector IP68, 16' EA 130 011369 P.E.T Clear Mounting Channel- Self Adhesive/ EA Screwable, Cuttable L39"x W0.71 "x H0.30" 424 010985 2" Line Extrusion, White Finish W1.7" xH2" FT 424 010961 Frosted Lens For 2" Line Extrusion, Low Walk FT Over Lens- Flush With Extrusion 4 010971-B End Cap for 2" Line Extrusion EA 8 011331 240W Single Output Switching Power Supply, EA 24VDC HLG-240H-24A, L9.61" x W2.67" x H1.5" Input: 90-305VAC, IP67 /IP65 design - Indoor or Outdoor installation 8 011300 NEMA 4 Box- Wet Enclosure L12" x W10" x H5" EA Single- door with continuous hinge, wall mount includes P1210 sub panel. Supplied with 9 liquid tight outputs and connector blocks Subtotal STAIRWAY HANDRAIL H R2-116-H P-27-S-W-LC-E-WR 116 HANDRAIL ILLUMINATED HANDRAIL 1.9" OD FT - (1) 53'2" -(1)63'2" - HIGH POWER 2.89W/FT - 2700K CCT - SYMMETRIC -WALL MOUNT - CLEAR LENS DN pricing includes 20% commission. Rep may add overage for a 50/50 split up to 30% of the order value Comments: Subtotal Terms: Freight Credit Accounts - Net 30 for standard orders. Custom orders; where secondary services are provided, Tax 50% deposit and the balance due Net 30. Non Credit Accounts - Prepayment is required at order entry. Total ESD may vary. Custom orders are non -cancellable. Applied Freight is Prepay and Add. All customers are subject to our full T&Cs. Quotes are valid for 30 days. Changes to BOM may result in a price change. RGB & RGBW products do not Balance include programming. The contractor must provide system programming by a highly experienced and qualified programmer on the specified systems. Organic Lighting 205 W. Blueridge Ave. Orange, CA 92865 (P) 626.969.6140 (F) 626.609.4288 ORGANIC U H-n NG: SYSTEMS Bill To: Cal Lighting - San Ramon, CA 4000 Executive Parkway Suite 350 San Ramon, CA 94583 Representative: Cal Lighting / PLP Qty: fA: 116 116 SO: Job: Ship To Cal Lighting - San Ramon, CA 4000 Executive Parkway Suite 350 San Ramon, CA 94583 Ship Via: Bid Date: Best Way PPD & ADD 12/6/2021 Part No: Description: - EXTERIOR -WALL RETURN 011331 240W Single Output Switching Power Supply, 24VDC HLG-240H-24A, L9.61" x W2.67" x H1.5" Input: 90-305VAC, IP67 /IP65 design - Indoor or Outdoor installation Subtotal STAIRWAY NON -LIT HANDRAIL WITH CABLE INFILL HR2-116-P-E-PR-CABLE INFILL HANDRAIL NON -LIT HANDRAIL 1.9" OD -(1)53' -(1)63' - POST MOUNT - EXTERIOR - POST RETURN MISC CABLE INFILL Subtotal Quote is based on the information provided; drawings, infills and additional information may increase cost. Initial layout and installation design cost is included based on drawings and measurements provided by the client. Our standard terms and conditions apply. We will expect a 50% deposit on order confirmation and production will not begin until we receive QUOTATION 00008553 Superior Pedestrian Bridge Terms: Prepaid Price: Unit: Disc: EA FT EA Date: Page: 12/6/2021 2 DN pricing includes 20% commission. Rep may add overage for a 50/50 split up to 30% of the order value Comments: Subtotal Terms: Freight Credit Accounts - Net 30 for standard orders. Custom orders; where secondary services are provided, Tax 50% deposit and the balance due Net 30. Non Credit Accounts - Prepayment is required at order entry. Total ESD may vary. Custom orders are non -cancellable. Applied Freight is Prepay and Add. All customers are subject to our full T&Cs. Quotes are valid for 30 days. Changes to BOM may result in a price change. RGB & RGBW products do not Balance include programming. The contractor must provide system programming by a highly experienced and qualified programmer on the specified systems. Amount: Organic Lighting 205 W. Blueridge Ave. Orange, CA 92865 (P) 626.969.6140 (F) 626.609.4288 ORGANIC U H-n NG: SYSTEMS Bill To: Cal Lighting - San Ramon, CA 4000 Executive Parkway Suite 350 San Ramon, CA 94583 SO: Job: Ship To Cal Lighting - San Ramon, CA 4000 Executive Parkway Suite 350 San Ramon, CA 94583 Representative: Ship Via: Bid Date: Terms: Cal Lighting / PLP Best Way PPD & ADD 12/6/2021 Prepaid Qty: Part No: Description: Price: both deposit and the signed approved drawings. Changes and revisions after orders are placed may be subject to an engineering and design surcharge. Cancellation of order after drawings have been created will incur a minimum 20% cancellation fee. Maximum number of releases will be two. Qualified contractor experienced in handrail installation is required; the installation process will not be carried out by Organic Lighting Systems. Freight is not included. QUOTATION 00008553 Superior Pedestrian Bridge Date: Page: 12/6/2021 3 Unit: Disc: Amount: DN pricing includes 20% commission. Rep may add overage for a 50/50 split up to 30% of the order value Comments: Subtotal Terms: Freight Credit Accounts - Net 30 for standard orders. Custom orders; where secondary services are provided, Tax 50% deposit and the balance due Net 30. Non Credit Accounts - Prepayment is required at order entry. Total ESD may vary. Custom orders are non -cancellable. Applied Freight is Prepay and Add. All customers are subject to our full T&Cs. Quotes are valid for 30 days. Changes to BOM may result in a price change. RGB & RGBW products do not Balance include programming. The contractor must provide system programming by a highly experienced and qualified programmer on the specified systems. Organic Lighting 205 W. Blueridge Ave. Orange, CA 92865 (P) 626.969.6140 (F) 626.609.4288 Appendix 6 Hydraulic Conductivity, TPH and Metals Test Results LEGEND Approximate Boring Location GEOCON 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 BY: ARE CHECKED BY: MPC SITE PLAN SUPERIOR AVENUE PARKING LOT NEWPORT BEACH, CALIFORNIA SEPT. 2022 1 PROJECT NO. W1239-77-02 I FIG. 1 HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-6 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Sand Permeant Liquid: De -aired water Ini. Height (in.) : 2,0 Final Ini. Diam. (in.) : 2,41 Height (in.) : 2,000 Wet + Tare (grams): 268,9 Diam. (in.) : 2,41 Tare (grams) : 0 Wet Weight (gr.): 292,2 Water Content (%) : 17,5 Water Content (%): 27,7 Dry Density (pcf): 95,6 Dry Density (pcf): 95,6 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 3,2 Temperature: 20 °C Viscosity Correction (R* 1,00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 1 9,7 20 17 0 2,9 30 27 -0,5 1,5 40 37 0,4 1,1 50 47 0,6 0,5 Assumed Specific Gravity = 2,65 % Saturation: 100,0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 47,5 46,5 1 0 24 9/513:24:00 27,48 10,5 30 6,7E-04 5,08 29,4151573 10,5 14,5 9/513:24:30 4,58 95 50 47,5 46,5 1 0 24 9/513:25:20 27,48 10,4 30 6,6E-04 5,08 29,4151573 10,4 14,6 9/513:25:50 4,809 9,4 50 47,5 46,5 1 0 24 9/513:26:30 27,48 10,5 30 6,7E-04 5,08 29,4151573 10,5 14,5 9/513:27:00 4,58 9,5 50 47,5 46,5 1 0 24 9/513:28:00 27,48 10,5 30 6,7E-04 5,08 29,4151573 10,5 14,5 9/513:28:30 4,58 9,5 Hydraulic Conductivity vs. Flow Volume m 0E-0 E ,0E-09 1,0E-08 y o a 1,0E-07 Eq'n per 10.2.2, Note 17: o 1,0E-06 E 1,0E-05 c 21,0E-04 0E-03 m 10,38 1Q4 10,42 10,44 10,46 10,48 10,5 10.52 0 o Flow (cubic centimeters) 1 6,7E-04 (Average) k = aL In h o 2 At hi i i Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-8 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Sand Permeant Liquid: De -aired water Ini. Height (in.) : 2,0 Final Ini. Diam. (in.) : 2,41 Height (in.) : 1,959 Wet + Tare (grams): 267,4 Diam. (in.) : 2,385 Tare (grams) : 0 Wet Weight (gr.): 288,6 Water Content (%) : 17,5 Water Content (%): 26,8 Dry Density (pcf): 95,1 Dry Density (pcf): 99,1 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 3,6 Temperature: 20 °C Viscosity Correction (R* 1,00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 2 10 20 17 -0,4 3 30 27 -0,3 1,5 40 37 0,3 1,3 50 47 0,4 1,1 Assumed Specific Gravity = 2,65 % Saturation: 100,0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 47,5 46,5 1 0 24 9/513:10:40 27,48 8,5 30 5,6E-04 4,97586 28,80804964 8,5 15,5 9/513:11:10 8,015 8,5 50 47,5 46,5 1 0 24 9/513:12:00 27,48 8,5 30 5,6E-04 4,97586 28,80804964 8,5 15,5 9/513:12:30 8,015 8,5 50 47,5 46,5 1 0 24 9/513:29:05 27,48 8,3 30 5,4E-04 4,97586 28,80804964 8,3 15,7 9/513:29:35 8,473 8,3 50 47,5 46,5 1 0 24 9/513:30:45 27,48 8,4 30 5,5E-04 4,97586 28,80804964 8,4 15,6 9/513:31:15 8,244 8,4 Hydraulic Conductivity vs. Flow Volume m 0E-0 E ,0E-09 1,0E-08 y o a 1,0E-07 Eq'n per 10.2.2, Note 17: o 1,0E-06 E 1,0E-05 c 21,0E-04 0E-03 c 8.25 8,3 8.35 8,4 8,45 8,5 8,55 o Flow (cubic centimeters) 5,5E-04 (Average) k = aL in h o 2 At hi Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-9 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Sand Permeant Liquid: De -aired water Ini. Height (in.) : 2,0 Final Ini. Diam. (in.) : 2,41 Height (in.) : 1,980 Wet + Tare (grams): 240,E Diam. (in.) : 2,398 Tare (grams) : 0 Wet Weight (gr.): 283,1 Water Content (%) : 10,0 Water Content (%): 29,4 Dry Density (pcf): 91,4 Dry Density (pcf): 93,2 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 3,2 Temperature: 20 °C Viscosity Correction (R* 1,00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 0,1 14,2 20 17 0,4 9,7 30 27 -0,5 7,6 40 37 -0,5 2,5 50 47 0,5 1,1 Assumed Specific Gravity = 2,65 % Saturation: 100,0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 47,5 46,5 1 0 24 9/610:59:00 27,48 10,2 30 6,9E-04 5,0292 29,12295556 10,2 13,8 9/610:59:30 4,122 10,2 50 47,5 46,5 1 0 24 9/611:00:00 27,48 10 30 6,7E-04 5,0292 29,12295556 10 14 9/611:00:30 4,58 10 50 47,5 46,5 1 0 24 9/611:01:00 27,48 10 30 6,7E-04 5,0292 29,12295556 10 14 9/611:01:30 4,58 10 50 47,5 46,5 1 0 24 9/611:08:00 27,48 10 30 6,7E-04 5,0292 29,12295556 10 14 9/611:08:30 4,58 10 Hydraulic Conductivity vs. Flow Volume m 0E-0 E ,0E-09 1,0E-08 y o a 1,0E-07 Eq'n per 10.2.2, Note 17: o 1,0E-06 E 1,0E-05 c 21,0E-04 of-0s c 9.95 10 10,05 10.1 10,15 10.2 10.25 o Flow (cubic centimeters) 6,8E-04 (Average) k = aL In h o 2 At hi Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-12 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Sand Permeant Liquid: De -aired water Ini. Height (in.) : 2,0 Final Ini. Diam. (in.) : 2,41 Height (in.) : 1,980 Wet + Tare (grams): 242,2 Diam. (in.) : 2,398 Tare (grams) : 0 Wet Weight (gr.): 283,3 Water Content (%) : 10,0 Water Content (%): 28,7 Dry Density (pcf): 92,0 Dry Density (pcf): 93,8 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 3,7 Temperature: 20 °C Viscosity Correction (R* 1,00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 1,3 9,5 20 17 1,2 9,7 30 27 0,4 6,4 40 37 -0,9 2,3 50 47 1,2 2 Assumed Specific Gravity = 2,65 % Saturation: 99,7 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 47,5 46,5 1 0 24 9/611:16:00 27,48 7,6 30 5,0E-04 5,0292 29,12295556 7,6 16,2 9/611:16:30 9,847 7,8 50 47,5 46,5 1 0 24 9/611:22:00 27,48 7,5 30 4,9E-04 5,0292 29,12295556 7,5 16,5 9/611:22:30 10,305 7,5 50 47,5 46,5 1 0 24 9/611:23:15 27,48 7,6 30 4,9E-04 5,0292 29,12295556 7,6 16,4 9/611:23:45 10,076 7,6 50 47,5 46,5 1 0 24 9/611:25:00 27,48 7,6 30 4,9E-04 5,0292 29,12295556 7,6 16,4 9/611:25:30 10,076 7,6 Hydraulic Conductivity vs. Flow Volume m 0E-0 E ,0E-09 1,0E-08 y o a 1,0E-07 Eq'n per 10.2.2, Note 17: o 1,0E-06 E ca 0E-05 °' 0E-04 of-0s m 7.48 Z5 7,52 7,54 7.56 7.58 7.6 7,62 0 o Flow (cubic centimeters) I I 4,9E-04 (Average) k = aL In h o 2 At hi I i I Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-17 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Silty Sand Permeant Liquid: De -aired water Ini. Height (in.) : 2,0 Final Ini. Diam. (in.) : 2,41 Height (in.) : 2,410 Wet + Tare (grams): 291 Diam. (in.) : 2,016 Tare (grams) : 0 Wet Weight (gr.): 312,0 Water Content (%) : 11,4 Water Content (%): 19,4 Dry Density (pcf): 109,1 Dry Density (pcf): 129,4 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 3,1 Temperature: 20 °C Viscosity Correction (R* 1,00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 1 8,5 20 17 -0,6 2,5 30 27 -0,4 1,5 40 37 0,6 1 50 47 0,4 1 Assumed Specific Gravity = 2,65 % Saturation: 100,0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 47,5 46,5 1 0 24 9/512:50:00 27,48 7,5 420 6,0E-05 6,1214 20,5834489 7,5 16,5 9/512:57:00 10,305 7,5 50 47,5 46,5 1 0 24 9/512:58:00 27,48 7,5 420 6,0E-05 6,1214 20,5834489 7,5 16,5 9/513:05:00 10,305 7,5 50 47,5 46,5 1 0 24 9/513:05:00 27,48 7,5 420 6,0E-05 6,1214 20,5834489 7,5 16,5 9/513:12:00 10,305 7,5 50 47,5 46,5 1 0 24 9/513:14:00 27,48 7,5 420 6,0E-05 6,1214 20,5834489 7,5 16,5 9/513:21:00 10,305 7,5 Hydraulic Conductivity vs. Flow Volume m 0E-10 E ,0E-09 1,0E-08 y o a 1,0E-07 Eq'n per 10.2.2, Note 17: o 1,0E-06 E 1,0E-05 c 21,0E-04 1,0E-03 c 0 1 2 3 4 5 6 7 8 o Flow (cubic centimeters) 6,0E-05 (Average) k = aL In h o 2 At hi Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-20 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Sand Permeant Liquid: De -aired water Ini. Height (in.) : 2,0 Final Ini. Diam. (in.) : 2,41 Height (in.) : 1,980 Wet + Tare (grams): 265,4 Diam. (in.) : 2,398 Tare (grams) : 0 Wet Weight (gr.): 287,9 Water Content (%) : 17,0 Water Content (%): 26,9 Dry Density (pcf): 94,8 Dry Density (pcf): 96,7 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 2,9 Temperature: 20 °C Viscosity Correction (R* 1,00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 0,5 7,6 20 17 0,5 6,7 30 27 0,4 4 40 37 -0,4 1,8 50 47 1 1,5 Assumed Specific Gravity = 2,65 % Saturation: 100,0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 47,5 46,5 1 1 24 9/611:27:00 26,335 11 30 7,6E-04 5,0292 29,12295556 12 13 9/6 11:27:30 1,145 11 50 47,5 46,5 1 0 24 9/611:28:45 27,48 11 30 7,5E-04 5,0292 29,12295556 11 13 9/611:29:15 2,29 11 50 47,5 46,5 1 0 24 9/611:30:00 27,48 11 30 7,5E-04 5,0292 29,12295556 11 13 9/611:30:30 2,29 11 50 47,5 46,5 1 0 24 9/611:31:10 27,48 11 30 7,5E-04 5,0292 29,12295556 11 13 9/611:31:40 2,29 11 Hydraulic Conductivity vs. Flow Volume m 0E-0 E ,0E-09 1,0E-08 y o a 1,0E-07 Eq'n per 10.2.2, Note 17: o 1,0E-06 E 1,0E-05 c 21,0E-04 1,OE-03 ^' 0 2 4 6 8 10 12 0 o Flow (cubic centimeters) 7,5E-04 (Average) k = aL In h o 2 At hi Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-1 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Silty Clay Permeant Liquid: De -aired water Ini. Height (in.) : 1.0 Final Ini. Diam. (in.) : 2.41 Height (in.) : 1.023 Wet + Tare (grams): 94.2 Diam. (in.) : 2.438 Tare (grams) : 0 Wet Weight (gr.): 126.5 Water Content (%) : 27.0 Water Content (%): 70.5 Dry Density (pcf): 62.0 Dry Density (pcf): 59.2 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 7.3 Temperature: 20 °C Viscosity Correction (R* 1.00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 -2.5 8.4 20 17 1.5 6.5 30 27 -0.6 2 40 37 -0.4 1.6 50 47 0.5 1.2 Assumed Specific Gravity = 2.65 % Saturation: 100.0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 48 46 2 0 24 9/911:48:00 27.48 8 2880 1.5E-06 2.59842 30.1026336 8 16 9/912:36:00 9.16 8 50 48 46 2 0 24 9/912:38:00 27.48 5.9 2040 1.5E-06 2.59842 30.1026336 5.9 18.1 9/913:12:00 13.969 5.9 50 48 46 2 0 24 9/913:13:00 27.48 8.6 3120 1.5E-06 2.59842 30.1026336 8.6 15.5 9/914:05:00 7.9005 8.5 50 48 46 2 0 24 9/914:06:00 27.48 17.7 7380 1.4E-06 2.59842 30.1026336 17.7 6.3 9/916:09:00 -13.053 17.7 Hydraulic Conductivity vs. Flow Volume m 0E-10 E 0E-09 1.0E-08 y u a 1.0E-07 Eq'n per 10.2.2, Note 17: N o E 1.0E-06 1.0E-05 c 20E-04 0E-03 ^' 0 2 4 6 8 10 12 14 16 18 20 0 o Flow (cubic centimeters) I 1.5E-06 (Average) k = aL In h o 2 At hi r--, Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-2 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Silty Clay Permeant Liquid: De -aired water Ini. Height (in.) : 1.0 Final Ini. Diam. (in.) : 2.41 Height (in.) : 1.056 Wet + Tare (grams): 95.5 Diam. (in.) : 2.433 Tare (grams) : 0 Wet Weight (gr.): 127.9 Water Content (%) : 28.5 Water Content (%): 72.1 Dry Density (pcf): 62.1 Dry Density (pcf): 57.7 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 6.4 Temperature: 20 °C Viscosity Correction (R* 1.00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 -3 10 20 17 0.4 6.3 30 27 -0.7 2.1 40 37 -0.3 1.8 50 47 0.2 1.6 Assumed Specific Gravity = 2.65 % Saturation: 100.0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 48 46 2 0 24 9/911:47:00 27.48 9.5 2940 1.8E-06 2.68224 29.97928756 9.5 14.5 9/912:36:00 5.725 9.5 50 48 46 2 0 24 9/912:36:00 27.48 7 2160 1.8E-06 2.68224 29.97928756 7 17 9/913:12:00 11.45 7 50 48 46 2 0 24 9/913:13:00 27.48 10.3 3120 1.9E-06 2.68224 29.97928756 10.3 13.7 9/914:05:00 3.893 10.3 50 48 46 2 0 24 9/914:06:00 27.48 22.1 7200 1.9E-06 2.68224 29.97928756 22.1 1.9 9/916:06:00 -23.129 22.1 Hydraulic Conductivity vs. Flow Volume m 0E-10 E 0E-09 1.0E-08 y u a 1.0E-07 Eq'n per 10.2.2, Note 17: N o E 1.0E-06 1.0E-05 c 20E-04 0E-03 c 0 5 10 15 20 25 o Flow (cubic centimeters) 1.9E-06 (Average) k = aL In h o 2 At hi Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-3 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Silty Clay Permeant Liquid: De -aired water Ini. Height (in.) : 1.0 Final Ini. Diam. (in.) : 2.41 Height (in.) : 1.044 Wet + Tare (grams): 96.2 Diam. (in.) : 2.435 Tare (grams) : 0 Wet Weight (gr.): 126.9 Water Content (%) : 27.0 Water Content (%): 67.5 Dry Density (pcf): 63.3 Dry Density (pcf): 59.4 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 5.7 Temperature: 20 °C Viscosity Correction (R* 1.00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 -0.3 7.9 20 17 -0.9 5.8 30 27 0 1.2 40 37 0 0.5 50 47 0.4 1 Assumed Specific Gravity = 2.65 % Saturation: 100.0 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 48 46 2 1 24 9/911:46:00 26.335 8.5 1200 4.0E-06 2.65176 30.02859559 9.5 15.5 9/912:06:00 6.87 8.5 50 48 46 2 1 24 9/912:07:00 26.335 11 1680 3.8E-06 2.65176 30.02859559 12 13 9/912:35:00 1.145 11 50 48 46 2 1 24 9/912:26:00 26.335 10.2 1440 4.0E-06 2.65176 30.02859559 11.2 13.8 9/912:50:00 2.977 10.2 50 48 46 2 1 24 9/912:51:00 26.335 15 2340 3.8E-06 2.65176 30.02859559 16 9 9/913:30:00 -8.015 15 Hydraulic Conductivity vs. Flow Volume m 0E-10 E 0E-09 1.0E-08 y u a 1.0E-07 Eq'n per 10.2.2, Note 17: N o 1.0E-06 E 1.0E-05 c 21.0E-04 0E-03 ^' 0 2 4 6 8 10 12 14 16 0 o Flow (cubic centimeters) 3.9E-06 (Average) - aL In h o 2 At hi Geo-Logic ASSOCIATES HYDRAULIC CONDUCTIVITY - ASTM D5084 - METHOD C Job Name: Geocon West # W1239-77-02 Job No.: S022.1152 Location: B-15 BV:LD Sample Type: 0 Remolded @ 90% Max Density Soil Type: Silty Clay Permeant Liquid: De -aired water Ini. Height (in.) : 1.0 Final Ini. Diam. (in.) : 2.41 Height (in.) : 1.041 Wet + Tare (grams): 97.5 Diam. (in.) : 2.438 Tare (grams) : 0 Wet Weight (gr.): 126.9 Water Content (%) : 28.0 Water Content (%): 66.6 Dry Density (pcf): 63.6 Dry Density (pcf): 59.7 Headwater Tube Area: 0.874 cm2 Tailwater Tube Area: 0.874 cm2 Hydraulic gradient: 6.8 Temperature: 20 °C Viscosity Correction (R* 1.00 Cell Pressure Back P. Pore P. Saturation Cell Burette Sample Burette 10 7 -1.5 9 20 17 -0.5 5 30 27 -1 1.6 40 37 0 1.4 50 47 0.6 1.5 Assumed Specific Gravity = 2.65 % Saturation: 99.8 Cell Pressure (psi) Back Pressure (Top) Back Pressure (Bottom) Pressure Difference (psi) Top Burette (cc) Bottom Burette (cc) Date&Time Start/Stop h (cm) ho/h, 0 (cc) Top/Bott. Test Time, t (sec) Coefficient of Permeability, k (cm/sec) Remarks (L/A) 50 48 46 2 1 24 9/911:44:00 26.335 6 2160 1.5E-06 2.64414 30.1026336 7 18 9/912:20:00 12.595 6 50 48 46 2 1 24 9/912:22:00 26.335 6 2160 1.5E-06 2.64414 30.1026336 7 18 9/912:58:00 12.595 6 50 48 46 2 1 24 9/912:59:00 26.335 10.2 3840 1.5E-06 2.64414 30.1026336 11.2 13.8 9/914:03:00 2.977 10.2 50 48 46 2 1 24 9/914:04:00 26.335 9.1 3480 1.5E-06 2.64414 30.1026336 10.1 14.9 9/915:02:00 5.496 9.1 Hydraulic Conductivity vs. Flow Volume m 0E-10 E 0E-09 1.0E-08 y u a 1.0E-07 Eq'n per 10.2.2, Note 17: N o E 1.0E-06 1.0E-05 c 21.0E-04 0E-03 ^' 0 2 4 6 8 10 12 0 o Flow (cubic centimeters) 1.5E-06 (Average) k = aL In h o 2 At hi Geo-Logic ASSOCIATES Agg 61a 0 1 [ -4-011 MERAN I QVA ANALYTICAL Analytical Report prepared for: Mike Conkle Geocon 3303 N. San Fernando Blvd Burbank, CA 91504 Enthalpy Analytical 931 West Barkley Ave Orange, CA 92868 (714) 771-6900 enthalpy.com Lab Job Number: 468288 Report Level: II Report Date: 09/02/2022 Location: Newport Superior Ave Parking Lot, W1239-77-02 Authorized for release by: ��Ut-t A&P— Diane Galvan, Project Manager 714-771-9928 di ane.galvan(a)enthal py.com This data package has been reviewed for technical correctness and completeness. Release of this data has been authorized by the Laboratory Manager or the Manager's designee, as verified by the above signature which applies to this PDF file as well as any associated electronic data deliverable files. The results contained in this report meet all requirements of NELAP and pertain only to those samples which were submitted for analysis. This report may be reproduced only in its entirety. CA ELAP# 1338, NELAP# 4038, SCAQMD LAP# 18LA0518, LACSD ID# 10105 1 of 23 Yom ENTHALPY ANALYTICAL Sample Summary Mike Conkle Lab Job #: 468288 Geocon Location: Newport Superior Ave Parking Lot, W1239-77-02 3303 N. San Date Received: 08/30/22 Fernando Blvd Burbank, CA 91504 Sample ID Lab ID Collected Matrix B-17-2.0 468288-001 08/30/22 08:42 Soil B-16-2.0 468288-002 08/30/22 08:59 Soil B-15-2.0 468288-003 08/30/22 09:18 Soil B-1-2.0 468288-004 08/30/22 09:50 Soil B-2-2.0 468288-005 08/30/22 10:16 Soil B-3-2.0 468288-006 08/30/22 10:37 Soil B-11-2.0 468288-007 08/30/22 11:20 Soil B-13-2.0 468288-008 08/30/22 11:45 Soil B-12-2.0 468288-009 08/30/22 12:09 Soil B-4-2.0 468288-010 08/30/22 12:23 Soil B-9-2.0 468288-011 08/30/22 15:00 Soil B-5-2.0 468288-012 08/30/22 15:27 Soil 2 of 23 ANALYTICALENTHALPY Case Narrative Geocon Lab Job Number: 468288 3303 N. San Fernando Blvd Location: Newport Superior Ave Parking Lot, W1239-77-02 Burbank, CA 91504 Date Received: 08/30/22 Mike Conkle This data package contains sample and QC results for twelve soil samples, requested for the above referenced project on 08/30/22. The samples were received cold and intact. Metals (EPA 6010B and EPA 7471A): • Low recoveries were observed for antimony in the MS/MSD of B-4-2.0 (lab # 468288-010); the LCS was within limits, and the associated RPD was within limits. • No other analytical problems were encountered. 1 of 1 3of23 0 N C o Z _ c y m 3 N 1_ZJ M O E 4�1 00 O T m p N M L M a ��, c 0 a W EE_ i _ W u M E cn II ('V 00 0 0 a' nN\ r ro 2 J i i m O IC 0 1 a O ru Z = w M z u R u v tuf c O O a w }•' �O m m v � O � i w 7 H v a)T in C a > Y cn c� O y a m II m li n O c Q O U —I II Y a WST08 dd3 OPP Hdl . G c a cc U.) V) � t/IL17L/80Z09 b'd3 - LT Wf/J �� II 0 O A O " O o u � 0 d a` \ R J Y — L LL� 'i'.' J O j h0 U O- -0 2 Z co M W O X 0 a 4 '> > LO m IA .� LL= 3 n- ¢c G a �,. a u Z r` z L V z II N LL a h OLL CL m c a x bjO z I� a m � 0 N w � ,Z Z >* jcu j �r �u o m m�' in tc7 a �3 a J � aj CL CC N �Z � Z O a a Q (D C cn z rL w mI m Z o � N UCD O1 r- O u -d 'J Z 'J a ti o � c C) - 0 'O IO Z O W, ^ o OLL o N N N N N Ma coo f0 a L U I.aL 0) � ) J Q O LL a_Ni Y m CJ !` .. .a V 2 Q a? o Q rn c v c.� E w Q oLn U Y Z 2 T ^ C ¢ O J O O . U Ycc G U O (n [�cc 00 00 m N co Q i m QO Q w m LO U s m L m i m w c x c 10- �,; .� (U .> i3" W .> W oMi s O O `° O t U u U a c O O E -0 o m U C .-4 co n l0 1� W Ol O] UW n ci tiCW NW NW [hW MW 4 ^ h 0 N N 2 ? 0 IV M E O R m t V 4�/ o c u E C O V O R C C V E m I II N 0 •y L Q t07 N y i m > = p 0 + i y O � a 4# -0 /pto c6 0 ` m R z z C V OC t :I- II Ln W o 1 '-' o �'S a.rA � a, � u Uv ai o o 0 v L H y � a 7 N a.+ Q i c > , 10 Gi R O C C V7 N y II a N O J Q V II Y 0 NSTO8 Vd3 O/P/$ Hdl c �^ o ` ILtL/80T09 bd3 LT N`d0 OQD �cGJ I 0 O i O � O II *Y�' Ll R �0 bo n NcuQ a 2 t CY z x ko r N 14 J O d O H n. O aJ cD N Q) ,� iA a+ \ CN E • f0 O y R tea 3 O N Q Q 0 > a 0 U C U Z �. f0 z U a ° w 2 u 4+ c O z a CL O 0 a a) x N Z In n R a Ow 00. 3 .z m ni 0 o �Z CL 3 ar v 1 � ba �< E� R ONy� �� N p -0 N fy y cii �1 — R O W N Sz, , �� . ¢ @ z Z O a � a C7 vf6i zZ ® Eo w` R d O dA V m co m Z O_ O -6 in Z 00 N n `-I ~ U CO J Q Q V c O O -00 U^ o Ou E d' o ` V N U- O co V (� Q O c U N z Q o > 0 - a0i u a) tto w � o v cn z Zr Q f✓ } �c v S a R O o U v a� Y Om m-0 co E , m m m CL -� cn C7 U m m 00 m Q � s m m m �; � > > CU > W rn O O w c x O O c FO- vi 6 a d c N D_ O O L txa U �' U �' � U O: �-i N m d' to w r, W 01 O m U D_ Q O_ LL .-1 a-i N N M M 5of23 f H A L P Y N A L Y T .1. C A L SAMPLE ACCEPTANCE CHECKLIST Section 1 Client:Geocon Project: Newport Superior Ave Parking Lot W1239-77-02 Date Received:8/30/22 Sampler's Name Present: ✓ es No Section 2 Sample Temp ('C) Samples) received in a cooler? QYes, How many? ❑✓ No(skipsection2) (No cooler) :32.9 Sample Temp (-C), One from each cooler: #1: #2: #3: #4: (Acceptance range is<6°Cbut notfrozen(for Microbiology samples, acceptance range is <10°Cbutnotfrozen). It is acceptablefor samples collected the some day as sample receipt to have a higher temperature as tong as there is evidence that cooling has begun.) Shipping Information: Section 3 Was the cooler packed with: Ice Qice Packs DBubble Wrap ❑Styrofoam Paper FNone FOther Cooler Temp (°C): #1: #2: #3: #4: Section 4 YES NO N/A Was a CDC received? Are sample IDs present? Are sampling dates & times present? Is a relinquished signature present? Are the tests required clearly indicated on the CDC? Are custody seals present? If custody seals are present, were they intact? Are all samples sealed in plastic bags? (Recommended for Microbiology samples) Did all samples arrive intact? If no, indicate in Section 4 below. Did all bottle labels agree with CDC? (ID, dates and times) Were the samples collected in the correct containers for the required tests? Are the containers labeled with the correct preservatives? ✓ Is there headspace in the VOA vials greater than 5-6 mm in diameter? Was a sufficient amount of sample submitted for the requested tests? Section 5 Explarlations/Comments Coc Time Written Wrong accdental by client. Client put arrows to show where. Section 6 For discrepancies, how was the Project Manager notified? aerbal PM Initials: Date/Time Email (email sent to/on): / Manager's response: Completed By: � Date: Enthalpy Analytical, a subsidiary of Montrose Environmental Group ,lnc. 931 W. Barkley Ave, Orange, CA 92868 - T: (714) 771-6900 - F: (714) 538-1209 www.enthalpy.com/socal Sample Acceptance Checklist— Rev 4, 8/8/2017 6of23 ENTHALPY ANALYTICAL Analysis Results for 468288 Mike Conkle Geocon Lab Job #:468288 3303 N. San Fernando Blvd Location: Newport Superior Ave Parking Lot, W1239-77-02 Date Received: 08/30/22 Burbank, CA 91504 468288-001 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Arsenic 2.7 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Barium 57 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Chromium 15 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Cobalt 2.7 mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Copper 8.0 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Lead 6.1 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Molybdenum 2.9 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Nickel 6.7 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Vanadium 27 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Zinc 30 mg/Kg 4.8 0.96 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.2 296196 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 89% %REC 70-130 0.99 296101 08/31/22 08/31/22 TJW 1 of 12 Results for any subcontracted analyses are not included in this section. 7 of 23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-16-2.0 Lab ID: 468288-002 Collected: 08/30/22 08:59 Matrix: Soil 468288-002 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Arsenic 3.4 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Barium 84 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Chromium 22 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Cobalt 3.2 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Copper 12 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Lead 7.4 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Molybdenum 3.5 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Nickel 6.6 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Vanadium 29 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Zinc 40 mg/Kg 4.9 0.98 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.1 296196 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 90% %REC 70-130 0.99 296101 08/31/22 08/31/22 TJW 2 of 12 Results for any subcontracted analyses are not included in this section. 8of23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-15-2.0 Lab ID: 468288-003 Collected: 08/30/22 09:18 Matrix: Soil 468288-003 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Arsenic 5.3 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Barium 160 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Beryllium 0.52 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Cadmium 6.4 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Chromium 56 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Cobalt 6.4 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Copper 36 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Lead 3.1 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Molybdenum 6.6 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Nickel 130 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Selenium 4.6 mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Vanadium 57 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Zinc 160 mg/Kg 4.9 0.98 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.15 1.1 296196 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 10 1 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 1 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 93% %REC 70-130 1 296101 08/31/22 08/31/22 TJW 3 of 12 Results for any subcontracted analyses are not included in this section. 9 of 23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-1-2.0 Lab ID: 468288-004 Collected: 08/30/22 09:50 Matrix: Soil 468288-004 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Arsenic 8.3 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Barium 130 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Cadmium 1.9 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Chromium 52 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Cobalt 6.7 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Copper 30 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Lead 2.5 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Molybdenum 18 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Nickel 63 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Selenium 3.8 mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Vanadium 47 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Zinc 81 mg/Kg 4.9 0.98 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.15 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 97% %REC 70-130 0.99 296101 08/31/22 08/31/22 TJW 4 of 12 Results for any subcontracted analyses are not included in this section. 10 of 23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-2-2.0 Lab ID: 468288-005 Collected: 08/30/22 10:16 Matrix: Soil 468288-005 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Arsenic 5.7 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Barium 150 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Cadmium 1.7 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Chromium 50 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Cobalt 5.3 mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Copper 32 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Lead 2.5 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Molybdenum 7.8 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Nickel 42 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Selenium 3.6 mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.49 0.98 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.98 296165 09/01/22 09/02/22 KLN Vanadium 47 mg/Kg 0.98 0.98 296165 09/01/22 09/02/22 KLN Zinc 68 mg/Kg 4.9 0.98 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.2 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 10 1 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 1 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 98% %REC 70-130 1 296101 08/31/22 08/31/22 TJW 5 of 12 Results for any subcontracted analyses are not included in this section. 11 of 23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-3-2.0 Lab ID: 468288-006 Collected: 08/30/22 10:37 Matrix: Soil 468288-006 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.95 296165 09/01/22 09/02/22 KLN Arsenic 4.7 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Barium 370 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Cadmium 0.66 mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Chromium 64 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Cobalt 5.3 mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Copper 40 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Lead 3.7 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Molybdenum 8.7 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Nickel 42 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Selenium 3.2 mg/Kg 2.9 0.95 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.95 296165 09/01/22 09/02/22 KLN Vanadium 49 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Zinc 89 mg/Kg 4.8 0.95 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.2 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 95% %REC 70-130 0.99 296101 08/31/22 08/31/22 TJW 6 of 12 Results for any subcontracted analyses are not included in this section. 12of23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-11-2.0 Lab ID: 468288-007 Collected: 08/30/22 11:20 Matrix: Soil 468288-007 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Arsenic 2.8 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Barium 74 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Chromium 21 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Cobalt 2.6 mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Copper 13 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Lead 9.2 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Molybdenum 2.6 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Nickel 6.0 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Vanadium 28 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Zinc 27 mg/Kg 4.8 0.96 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.14 1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 93% %REC 70-130 0.99 296101 08/31/22 08/31/22 TJW of 12 Results for any subcontracted analyses are not included in this section. 13 of 23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-13-2.0 Lab ID: 468288-008 Collected: 08/30/22 11:45 Matrix: Soil 468288-008 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Arsenic 6.3 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Barium 170 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Chromium 16 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Cobalt 3.6 mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Copper 5.3 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Lead 4.3 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Molybdenum 1.6 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Nickel 7.5 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Vanadium 26 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Zinc 36 mg/Kg 4.8 0.96 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296101 08/31/22 08/31/22 TJW DROC10-C28 ND mg/Kg 10 1 296101 08/31/22 08/31/22 TJW ORO C28-C44 ND mg/Kg 20 1 296101 08/31/22 08/31/22 TJW Surrogates Limits n-Triacontane 111% %REC 70-130 1 296101 08/31/22 08/31/22 TJW 8 of 12 Results for any subcontracted analyses are not included in this section. 14 of 23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-12-2.0 Lab ID: 468288-009 Collected: 08/30/22 12:09 Matrix: Soil 468288-009 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Arsenic ND mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Barium 27 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Chromium 4.8 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Cobalt 1.0 mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Copper 2.1 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Lead 1.6 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Molybdenum ND mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Nickel 2.8 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Vanadium 8.9 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Zinc 11 mg/Kg 4.8 0.96 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296101 08/31/22 09/01/22 TJW DROC10-C28 ND mg/Kg 10 1 296101 08/31/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 1 296101 08/31/22 09/01/22 TJW Surrogates Limits n-Triacontane 94% %REC 70-130 1 296101 08/31/22 09/01/22 TJW 9 of 12 Results for any subcontracted analyses are not included in this section. 15of23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-4-2.0 Lab ID: 468288-010 Collected: 08/30/22 12:23 Matrix: Soil 468288-010 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 3.0 1 296165 09/01/22 09/02/22 KLN Arsenic 2.4 mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Barium 78 mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.50 1 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.50 1 296165 09/01/22 09/02/22 KLN Chromium 18 mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Cobalt 4.2 mg/Kg 0.50 1 296165 09/01/22 09/02/22 KLN Copper 8.3 mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Lead 6.0 mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Molybdenum ND mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Nickel 8.3 mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 3.0 1 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.50 1 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 3.0 1 296165 09/01/22 09/02/22 KLN Vanadium 43 mg/Kg 1.0 1 296165 09/01/22 09/02/22 KLN Zinc 40 mg/Kg 5.0 1 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.2 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296101 08/31/22 09/01/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296101 08/31/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296101 08/31/22 09/01/22 TJW Surrogates Limits n-Triacontane 96% %REC 70-130 0.99 296101 08/31/22 09/01/22 TJW 10 of 12 Results for any subcontracted analyses are not included in this section. 16of23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-9-2.0 Lab ID: 468288-011 Collected: 08/30/22 15:00 Matrix: Soil 468288-011 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.95 296165 09/01/22 09/02/22 KLN Arsenic 1.7 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Barium 34 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Chromium 6.4 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Cobalt 1.7 mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Copper 3.7 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Lead 4.3 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Molybdenum ND mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Nickel 3.5 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 2.9 0.95 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.48 0.95 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.95 296165 09/01/22 09/02/22 KLN Vanadium 15 mg/Kg 0.95 0.95 296165 09/01/22 09/02/22 KLN Zinc 16 mg/Kg 4.8 0.95 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296101 08/31/22 09/01/22 TJW DROC10-C28 ND mg/Kg 10 1 296101 08/31/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 1 296101 08/31/22 09/01/22 TJW Surrogates Limits n-Triacontane 92% %REC 70-130 1 296101 08/31/22 09/01/22 TJW 11 of 12 Results for any subcontracted analyses are not included in this section. 17 of 23 ENTHALPY ANALYTICAL Analysis Results for 468288 Sample ID: B-5-2.0 Lab ID: 468288-012 Collected: 08/30/22 15:27 Matrix: Soil 468288-012 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Arsenic 4.0 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Barium 94 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Beryllium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Cadmium ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Chromium 25 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Cobalt 5.8 mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Copper 17 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Lead 26 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Molybdenum 2.0 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Nickel 20 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Selenium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Silver ND mg/Kg 0.48 0.96 296165 09/01/22 09/02/22 KLN Thallium ND mg/Kg 2.9 0.96 296165 09/01/22 09/02/22 KLN Vanadium 34 mg/Kg 0.96 0.96 296165 09/01/22 09/02/22 KLN Zinc 57 mg/Kg 4.8 0.96 296165 09/01/22 09/02/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.14 1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296101 08/31/22 09/01/22 TJW DROC10-C28 28 mg/Kg 10 1 296101 08/31/22 09/01/22 TJW ORO C28-C44 74 mg/Kg 20 1 296101 08/31/22 09/01/22 TJW Surrogates Limits n-Triacontane 90% %REC 70-130 1 296101 08/31/22 09/01/22 TJW ND Not Detected 12 of 12 Results for any subcontracted analyses are not included in this section. 18of23 ANALYTICALENTHALPY Batch QC Type: Blank Lab ID: OC1010258 Batch: 296165 Matrix: Soil Method: EPA 6010B Prep Method: EPA 3050B QC1010258 Analyte Result Qual Units RL Prepared Analyzed Antimony ND mg/Kg 3.0 09/01/22 09/02/22 Arsenic ND mg/Kg 1.0 09/01/22 09/02/22 Barium ND mg/Kg 1.0 09/01/22 09/02/22 Beryllium ND mg/Kg 0.50 09/01/22 09/02/22 Cadmium ND mg/Kg 0.50 09/01/22 09/02/22 Chromium ND mg/Kg 1.0 09/01/22 09/02/22 Cobalt ND mg/Kg 0.50 09/01/22 09/02/22 Copper ND mg/Kg 1.0 09/01/22 09/02/22 Lead ND mg/Kg 1.0 09/01/22 09/02/22 Molybdenum ND mg/Kg 1.0 09/01/22 09/02/22 Nickel ND mg/Kg 1.0 09/01/22 09/02/22 Selenium ND mg/Kg 3.0 09/01/22 09/02/22 Silver ND mg/Kg 0.50 09/01/22 09/02/22 Thallium ND mg/Kg 3.0 09/01/22 09/02/22 Vanadium ND mg/Kg 1.0 09/01/22 09/02/22 Zinc ND mg/Kg 5.0 09/01/22 09/02/22 Type: Lab Control Sample Matrix: Soil Lab ID: QC1010259 Method: EPA 6010B Batch: Prep Method: 296165 EPA 3050B QC1010259 Analyte Result Spiked Units Recovery Qual Limits Antimony 96.67 100.0 mg/Kg 97% 80-120 Arsenic 100.7 100.0 mg/Kg 101 % 80-120 Barium 102.6 100.0 mg/Kg 103% 80-120 Beryllium 100.1 100.0 mg/Kg 100% 80-120 Cadmium 100.3 100.0 mg/Kg 100% 80-120 Chromium 102.3 100.0 mg/Kg 102% 80-120 Cobalt 98.06 100.0 mg/Kg 98% 80-120 Copper 98.50 100.0 mg/Kg 99% 80-120 Lead 100.6 100.0 mg/Kg 101 % 80-120 Molybdenum 104.1 100.0 mg/Kg 104% 80-120 Nickel 98.26 100.0 mg/Kg 98% 80-120 Selenium 90.62 100.0 mg/Kg 91% 80-120 Silver 46.11 50.00 mg/Kg 92% 80-120 Thallium 100.4 100.0 mg/Kg 100% 80-120 Vanadium 97.63 100.0 mg/Kg 98% 80-120 Zinc 100.7 100.0 mg/Kg 101% 80-120 1 of 5 19of23 ANALYTICALENTHALPY Batch QC Type: Matrix Spike Lab ID: QC1010260 Batch: 296165 Matrix (Source ID): Soil (468288-010) Method: EPA 6010B Prep Method: EPA 3050B QC1010260 Analyte Source Sample Result Result Spiked Units Recovery Qual Limits DF Antimony 45.58 ND 96.15 mg/Kg 47% 75-125 0.96 Arsenic 96.61 2.433 96.15 mg/Kg 98% 75-125 0.96 Barium 173.1 77.65 96.15 mg/Kg 99% 75-125 0.96 Beryllium 91.01 0.3167 96.15 mg/Kg 94% 75-125 0.96 Cadmium 96.46 ND 96.15 mg/Kg 100% 75-125 0.96 Chromium 111.5 17.53 96.15 mg/Kg 98% 75-125 0.96 Cobalt 95.50 4.190 96.15 mg/Kg 95% 75-125 0.96 Copper 107.8 8.268 96.15 mg/Kg 104% 75-125 0.96 Lead 101.8 5.998 96.15 mg/Kg 100% 75-125 0.96 Molybdenum 93.68 ND 96.15 mg/Kg 97% 75-125 0.96 Nickel 100.7 8.328 96.15 mg/Kg 96% 75-125 0.96 Selenium 85.42 ND 96.15 mg/Kg 89% 75-125 0.96 Silver 45.60 ND 48.08 mg/Kg 95% 75-125 0.96 Thallium 98.51 ND 96.15 mg/Kg 102% 75-125 0.96 Vanadium 133.5 42.85 96.15 mg/Kg 94% 75-125 0.96 Zinc 134.4 40.02 96.15 mg/Kg 98% 75-125 0.96 Type: Matrix (Source ID): Matrix Spike Duplicate Soil (468288-010) Lab ID: OC1010261 Method: EPA 6010B Batch: Prep Method: 296165 EPA 30506 QC1010261 Analyte Source Sample Result Result Spiked Units Recovery RPD Qual Limits RPD Lim DF Antimony 42.76 ND 96.15 mg/Kg 44% 75-125 6 41 0.96 Arsenic 98.70 2.433 96.15 mg/Kg 100% 75-125 2 35 0.96 Barium 174.7 77.65 96.15 mg/Kg 101 % 75-125 1 20 0.96 Beryllium 92.81 0.3167 96.15 mg/Kg 96% 75-125 2 20 0.96 Cadmium 98.05 ND 96.15 mg/Kg 102% 75-125 2 20 0.96 Chromium 113.3 17.53 96.15 mg/Kg 100% 75-125 2 20 0.96 Cobalt 97.76 4.190 96.15 mg/Kg 97% 75-125 2 20 0.96 Copper 110.8 8.268 96.15 mg/Kg 107% 75-125 3 20 0.96 Lead 104.3 5.998 96.15 mg/Kg 102% 75-125 2 20 0.96 Molybdenum 94.74 ND 96.15 mg/Kg 99% 75-125 1 20 0.96 Nickel 102.7 8.328 96.15 mg/Kg 98% 75-125 2 20 0.96 Selenium 87.80 ND 96.15 mg/Kg 91% 75-125 3 20 0.96 Silver 46.79 ND 48.08 mg/Kg 97% 75-125 3 20 0.96 Thallium 101.2 ND 96.15 mg/Kg 105% 75-125 3 20 0.96 Vanadium 136.2 42.85 96.15 mg/Kg 97% 75-125 2 20 0.96 Zinc 138.8 40.02 96.15 mg/Kg 103% 75-125 3 20 0.96 2 of 5 20 of 23 ANALYTICALENTHALPY Batch QC Type: Blank Lab ID: QC1010362 Batch: 296196 Matrix: Soil Method: EPA 7471A Prep Method: METHOD QC1010362 Analyte Result Qual Units RL Prepared Analyzed Mercury ND mg/Kg 0.14 09/01/22 09/02/22 Type: Lab Control Sample Lab ID: QC1010363 Batch: 296196 Matrix: Soil Method: EPA 7471A Prep Method: METHOD QC1010363 Analyte Result Spiked Units Recovery Qual Limits Mercury 0.8424 0.8333 mg/Kg 101 % 80-120 Type: Matrix Spike Lab ID: QC1010364 Batch: 296196 Matrix (Source ID): Soil (468152-001) Method: EPA 7471A Prep Method: METHOD Source Sample QC1010364 Analyte Result Result Spiked Units Recovery Qual Limits DF Mercury 0.9412 0.06938 0.9434 mg/Kg 92% 75-125 1.1 Type: Matrix Spike Duplicate Lab ID: OC1010365 Batch: 296196 Matrix (Source ID): Soil (468152-001) Method: EPA 7471A Prep Method: METHOD Source Sample RPD QC1010365 Analyte Result Result Spiked Units Recovery Qual Limits RPD Lim DF Mercury 0.9365 0.06938 0.9434 mg/Kg 92% 75-125 0 20 1.1 Type: Blank Lab ID: QC1010393 Batch: 296208 Matrix: Miscell. Method: EPA 7471A Prep Method: METHOD QC1010393 Analyte Result Qual Units RL Prepared Analyzed Mercury ND mg/Kg 0.14 09/01/22 09/02/22 Type: Lab Control Sample Lab ID: QC1010394 Batch: 296208 Matrix: Miscell. Method: EPA 7471A Prep Method: METHOD QC1010394 Analyte Result Spiked Units Recovery Qual Limits Mercury 0.8308 0.8333 mg/Kg 100% 80-120 3 of 5 21 of 23 ANALYTICALENTHALPY Batch QC Type: Matrix Spike Lab ID: QC1010395 Batch: 296208 Matrix (Source ID): Soil (468326-001) Method: EPA 7471A Prep Method: METHOD Source Sample QC1010395 Analyte Result Result Spiked Units Recovery Qual Limits DF Mercury 0.9373 0.02784 0.9259 mg/Kg 98% 75-125 1.1 Type: Matrix Spike Duplicate Lab ID: QC1010396 Batch: 296208 Matrix (Source ID): Soil (468326-001) Method: EPA 7471A Prep Method: METHOD Source Sample RPD QC1010396 Analyte Result Result Spiked Units Recovery Qual Limits RPD Lim DF Mercury 0.9435 0.02784 0.9259 mg/Kg 99% 75-125 1 20 1.1 Type: Blank Lab ID: QC1010039 Batch: 296101 Matrix: Soil Method: EPA 8015M Prep Method: EPA 3580 QC1010039 Analyte Result Qual Units RL Prepared Analyzed GRO C8-C 10 ND mg/Kg 9.9 08/31/22 08/31/22 DROC10-C28 ND mg/Kg 9.9 08/31/22 08/31/22 ORO C28-C44 ND mg/Kg 20 08/31/22 08/31/22 Surrogates Limits n-Triacontane 92% %REC 70-130 08/31/22 08/31/22 Type: Lab Control Sample Lab ID: QC1010040 Batch: 296101 Matrix: Soil Method: EPA 8015M Prep Method: EPA 3580 QC1010040 Analyte Result Spiked Units Recovery Qual Limits Diesel C10-C28 227.3 248.0 mg/Kg 92% 76-122 Surrogates n-Triacontane 8.736 9.921 mg/Kg 88% 70-130 Type: Matrix Spike Lab ID: QC1010041 Batch: 296101 Matrix (Source ID): Soil (468288-001) Method: EPA 8015M Prep Method: EPA 3580 Source Sample QC1010041 Analyte Result Result Spiked Units Recovery Qual Limits DF Diesel C10-C28 236.2 2.408 248.5 mg/Kg 94% 62-126 0.99 Surrogates n-Triacontane 9.280 9.940 mg/Kg 93% 70-130 0.99 4 of 5 22 of 23 ANALYTICALENTHALPY Batch QC Type: Matrix Spike Duplicate Lab ID: QC1010042 Batch: 296101 Matrix (Source ID): Soil (468288-001) Method: EPA 8015M Prep Method: EPA 3580 Source Sample RPD QC1010042 Analyte Result Result Spiked Units Recovery Qual Limits RPD Lim DF Diesel C10-C28 229.7 2.408 249.8 mg/Kg 91% 62-126 3 35 1 Surrogates n-Triacontane 8.989 9.990 mg/Kg 90% 70-130 Value is outside QC limits ND Not Detected 1 5 of 5 23 of 23 Agg 61a 0 1 [ -4-011 MERAN I QVA ANALYTICAL Analytical Report prepared for: Mike Conkle Geocon 3303 N. San Fernando Blvd Burbank, CA 91504 Enthalpy Analytical 931 West Barkley Ave Orange, CA 92868 (714) 771-6900 enthalpy.com Lab Job Number: 468326 Report Level: II Report Date: 09/06/2022 Location: Newport Superior Ave Parking Lot, W1239-77-02 Authorized for release by: ��Ut-t A&P— Diane Galvan, Project Manager 714-771-9928 di ane.galvan(a)enthal py.com This data package has been reviewed for technical correctness and completeness. Release of this data has been authorized by the Laboratory Manager or the Manager's designee, as verified by the above signature which applies to this PDF file as well as any associated electronic data deliverable files. The results contained in this report meet all requirements of NELAP and pertain only to those samples which were submitted for analysis. This report may be reproduced only in its entirety. CA ELAP# 1338, NELAP# 4038, SCAQMD LAP# 18LA0518, LACSD ID# 10105 1 of 17 F E N T .a. .4.i S L PY ANALYTICAL Sample Summary Mike Conkle Lab Job #: 468326 Geocon Location: Newport Superior Ave Parking Lot, W1239-77-02 3303 N. San Date Received: 08/31/22 Fernando Blvd Burbank, CA 91504 Sample ID Lab ID Collected Matrix B-18-2.0 468326-001 08/31/22 07:47 Soil B-19-2.0 468326-002 08/31/22 07:58 Soil B-6-2.0 468326-003 08/31/22 08:27 Soil B-10-2.0 468326-004 08/31/22 08:39 Soil B-8-2.0 468326-005 08/31/22 09:07 Soil B-20-2.0 468326-006 08/31/22 09:15 Soil B-7-2.0 468326-007 08/31/22 09:41 Soil B-14-2.0 468326-008 08/31/22 09:54 Soil 2 of 17 ANALYTICALENTHALPY Case Narrative Geocon Lab Job Number: 468326 3303 N. San Fernando Blvd Location: Newport Superior Ave Parking Lot, W1239-77-02 Burbank, CA 91504 Date Received: 08/31/22 Mike Conkle This data package contains sample and QC results for eight soil samples, requested for the above referenced project on 08/31/22. The samples were received cold and intact. Metals (EPA 6010B and EPA 7471A): • High response was observed for silver in the CCV analyzed 09/06/22 13:46; affected data was qualified with "b". • High response was observed for silver in the CCV analyzed 09/06/22 14:26; affected data was qualified with "b". • High response was observed for silver in the CCV analyzed 09/06/22 12:40; affected data was qualified with "b". • Low recoveries were observed for antimony in the MS/MSD of B-18-2.0 (lab # 468326-001); the LCS was within limits, and the associated RPD was within limits. High recovery was observed for barium in the MS of B-18-2.0 (lab # 468326-001); the LCS was within limits, and the associated RPD was within limits. • No other analytical problems were encountered. 1 of 1 3 of 17 c ° z = E l a� E aN'a o a > M t U Ov q p 2 0 y M C H� o M E N N c S 0 0 3 yYL� 0)a)f -a 00 a @j p ry '\ m m z Y N v ai H ab ai t Z v ~ O ~ v W a a) � m p cc p > if m �t > LE r N � a ° H t L N r V ~ '�O m GJ a o L .T m Vi p N 0 II in O U Y a Q WSTOS Vd3 O/P/S Hdl � c •� '0 "' it tlI;LbL/90709 dd3 - LT W110 d I oo a 4- 1 LL O i LL �/7 0 Qj i \� -u tw Y Q S _O Z N (.0W N N �_ �f6 ++ O v 3: to LL 7 3 Q Q Q p Q U O 6 U Z f6 z z a OI,_ O. = O L V (0 1 C L x b. dp Ln z N n h N d m r m a m J d O 0 z M N i O. v Z (0 v a , V > m E E v H cu (E I s — n Ca C a z 3 z O d Q 0 V] Z Z ¢ t CLai N w 1 rn p M 4� = m m o o dq (U Z co m co m O_ o d a n U V Q u C CO U a Q "a o � _ z 0:: a, °� U- �"OPU6 a c p A d a Q 1-4 £ J > n C -Fao a •� J O ? O COD (D Y O U O m -Q m W W y M ` m m m m a a rH U d >' m v T m v L A m H 3 v s > W m o w c x O O c ca F- H h is U cr p .> U a' p .> U a O m u a O V N cc E w .O Q t a 11 �' N OC N O' m m c•i N M d' t.!) (D h o0 m O 4 of 17 ENTHALPY a A N A L Y T I C A SAMPLE ACCEPTANCE CHECKLIST Section 1 Client: Geocon Project: Newport Superior Ave. Parking Lot Date Received:8/31/22 Sampler's Name Present: DYes ✓ No ection 2 ample(s) received in a cooler? QYes, How many? ❑✓ NO (skip section2) SampleTemp(`C) ,Amb. (No Cooler) ample Temp (°C), One from each cooler: #1: #2: #3: #4: (Acceptance range is < 6'C but not frozen (for Microbiology samples, acceptance range is < 10'C but not frozen). It is acceptable for samples collected the same day as sample receipt to have a higher temperature as long as there is evidence that cooling has begun.) hipping Information:____ Section 3 Was the cooler packed with: Ice Qlce Packs Bubble Wrap Styrofoam Paper RNone ROther Cooler Temp (°C): #1: #2: #3: #4: Section 4 YES NO N/A Was a COC received? Are sample IDs present? ✓ Are sampling dates & times present? ✓ Is a relinquished signature present? ✓ Are the tests required clearly indicated on the COC? ✓ Are custody seals present? ✓ If custody seals are present, were they intact? ✓ Are all samples sealed in plastic bags? (Recommended for Microbiology samples) ✓ Did all samples arrive intact? If no, indicate in Section 4 below. ✓ Did all bottle labels agree with COC? (ID, dates and times) ✓ Were the samples collected in the correct containers for the required tests? ✓ Are the containers labeled with the correct preservatives? ✓ Is there headspace in the VOA vials greater than 5-6 mm in diameter? ✓ Was a sufficient amount of sample submitted for the requested tests? ✓ Section 5 Explanations/Comments Section 6 For discrepancies, how was the Project Manager notified? ❑Verbal PM initials: Date/Time Email (email sent to/on): / Project Manager's response: Completed By: 4 Date: AUG 31 2022 _M2�� 0MVEnthalpy Analytical, a subsidiary of Montrose Environmental Group,lnc. 931 W. Barkley Ave, Orange, CA 92868 • T: (714) 771-6900 • F: (714) 538-1209 www.enthalpy.com/socal Sample Acceptance Checklist— Rev 4, 8/8/2017 5 of 17 ENTHALPY ANALYTICAL Analysis Results for 468326 Mike Conkle Geocon Lab Job #:468326 3303 N. San Fernando Blvd Location: Newport Superior Ave Parking Lot, W1239-77-02 Date Received: 08/31 /22 Burbank, CA 91504 468326-001 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Arsenic 3.5 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Barium 65 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Chromium 20 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Cobalt 7.7 mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Copper 14 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Lead 7.8 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Molybdenum ND mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Nickel 15 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Vanadium 40 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Zinc 44 mg/Kg 4.8 0.96 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.15 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296206 09/01/22 09/02/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296206 09/01/22 09/02/22 TJW OROC28-C44 ND mg/Kg 20 0.99 296206 09/01/22 09/02/22 TJW Surrogates Limits n-Triacontane 95% %REC 70-130 0.99 296206 09/01/22 09/02/22 TJW 1 of 8 Results for any subcontracted analyses are not included in this section. 6of17 ENTHALPY ANALYTICAL Analysis Results for 468326 Sample ID: B-19-2.0 Lab ID: 468326-002 Collected: 08/31/22 07:58 Matrix: Soil 468326-002 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Arsenic 2.8 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Barium 55 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Chromium 16 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Cobalt 4.5 mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Copper 8.8 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Lead 14 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Molybdenum 1.4 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Nickel 11 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Vanadium 30 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Zinc 36 mg/Kg 5.0 0.99 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.15 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW ORO C28-C44 32 mg/Kg 20 0.99 296206 09/01/22 09/01/22 TJW Surrogates Limits n-Triacontane 70% %REC 70-130 0.99 296206 09/01/22 09/01/22 TJW 2 of 8 Results for any subcontracted analyses are not included in this section. 7 of 17 ENTHALPY ANALYTICAL Analysis Results for 468326 Sample ID: B-6-2.0 Lab ID: 468326-003 Collected: 08/31/22 08:27 Matrix: Soil 468326-003 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Arsenic 1.0 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Barium 23 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Chromium 3.0 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Cobalt 0.49 mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Copper 2.3 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Lead 1.2 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Molybdenum ND mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Nickel 1.1 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Vanadium 7.3 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Zinc 5.1 mg/Kg 4.8 0.96 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.2 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296206 09/01/22 09/01/22 TJW Surrogates Limits n-Triacontane 73% %REC 70-130 0.99 296206 09/01/22 09/01/22 TJW 3 of S Results for any subcontracted analyses are not included in this section. 8of17 ENTHALPY ANALYTICAL Analysis Results for 468326 Sample ID: B-10-2.0 Lab ID: 468326-004 Collected: 08/31/22 08:39 Matrix: Soil 468326-004 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Arsenic 2.6 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Barium 60 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Chromium 16 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Cobalt 4.4 mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Copper 9.1 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Lead 5.4 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Molybdenum ND mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Nickel 10 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Vanadium 29 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Zinc 30 mg/Kg 5.0 0.99 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.15 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296206 09/01/22 09/01/22 TJW Surrogates Limits n-Triacontane 73% %REC 70-130 0.99 296206 09/01/22 09/01/22 TJW ° of S Results for any subcontracted analyses are not included in this section. 9 of 17 ENTHALPY ANALYTICAL Analysis Results for 468326 Sample ID: B-8-2.0 Lab ID: 468326-005 Collected: 08/31/22 09:07 Matrix: Soil 468326-005 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Arsenic 1.4 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Barium 85 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Chromium 13 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Cobalt 1.5 mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Copper 4.7 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Lead 4.5 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Molybdenum ND mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Nickel 2.9 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.50 0.99 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 3.0 0.99 296164 09/01/22 09/06/22 KLN Vanadium 24 mg/Kg 0.99 0.99 296164 09/01/22 09/06/22 KLN Zinc 19 mg/Kg 5.0 0.99 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296206 09/01/22 09/01/22 TJW DROC10-C28 ND mg/Kg 10 1 296206 09/01/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 1 296206 09/01/22 09/01/22 TJW Surrogates Limits n-Triacontane 74% %REC 70-130 1 296206 09/01/22 09/01/22 TJW 5 of 8 Results for any subcontracted analyses are not included in this section. 10 of 17 ENTHALPY ANALYTICAL Analysis Results for 468326 Sample ID: B-20-2.0 Lab ID: 468326-006 Collected: 08/31/22 09:15 Matrix: Soil 468326-006 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.95 296164 09/01/22 09/06/22 KLN Arsenic 1.3 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Barium 49 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Chromium 9.6 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Cobalt ND mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Copper 3.2 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Lead 4.3 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Molybdenum ND mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Nickel 1.2 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 2.9 0.95 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 2.9 0.95 296164 09/01/22 09/06/22 KLN Vanadium 17 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Zinc ND mg/Kg 4.8 0.95 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296206 09/01/22 09/01/22 TJW DROC10-C28 ND mg/Kg 10 1 296206 09/01/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 1 296206 09/01/22 09/01/22 TJW Surrogates Limits n-Triacontane 73% %REC 70-130 1 296206 09/01/22 09/01/22 TJW 6 of S Results for any subcontracted analyses are not included in this section. 11 of 17 ENTHALPY ANALYTICAL Analysis Results for 468326 Sample ID: B-7-2.0 Lab ID: 468326-007 Collected: 08/31/22 09:41 Matrix: Soil 468326-007 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.95 296164 09/01/22 09/06/22 KLN Arsenic 3.2 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Barium 67 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Chromium 17 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Cobalt 5.5 mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Copper 11 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Lead 8.8 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Molybdenum 1.1 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Nickel 12 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 2.9 0.95 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.48 0.95 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 2.9 0.95 296164 09/01/22 09/06/22 KLN Vanadium 34 mg/Kg 0.95 0.95 296164 09/01/22 09/06/22 KLN Zinc 42 mg/Kg 4.8 0.95 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.16 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 10 1 296206 09/01/22 09/02/22 TJW DROC10-C28 ND mg/Kg 10 1 296206 09/01/22 09/02/22 TJW OROC28-C44 ND mg/Kg 20 1 296206 09/01/22 09/02/22 TJW Surrogates Limits n-Triacontane 97% %REC 70-130 1 296206 09/01/22 09/02/22 TJW 7 of 8 Results for any subcontracted analyses are not included in this section. 12 of 17 ENTHALPY ANALYTICAL Analysis Results for 468326 Sample ID: B-14-2.0 Lab ID: 468326-008 Collected: 08/31/22 09:54 Matrix: Soil 468326-008 Analyte Result Qual Units RL DF Batch Prepared Analyzed Chemist Method: EPA 6010B Prep Method: EPA 3050B Antimony ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Arsenic ND mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Barium 46 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Beryllium ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Cadmium ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Chromium 12 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Cobalt 2.8 mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Copper 4.3 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Lead 5.2 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Molybdenum ND mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Nickel 3.9 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Selenium ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Silver ND mg/Kg 0.48 0.96 296164 09/01/22 09/06/22 KLN Thallium ND mg/Kg 2.9 0.96 296164 09/01/22 09/06/22 KLN Vanadium 30 mg/Kg 0.96 0.96 296164 09/01/22 09/06/22 KLN Zinc 28 mg/Kg 4.8 0.96 296164 09/01/22 09/06/22 KLN Method: EPA 7471 A Prep Method: METHOD Mercury ND mg/Kg 0.15 1.1 296208 09/01/22 09/02/22 ECM Method: EPA 8015M Prep Method: EPA 3580 GROC8-C10 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW DROC10-C28 ND mg/Kg 9.9 0.99 296206 09/01/22 09/01/22 TJW ORO C28-C44 ND mg/Kg 20 0.99 296206 09/01/22 09/01/22 TJW Surrogates Limits n-Triacontane 77% %REC 70-130 0.99 296206 09/01/22 09/01/22 TJW ND Not Detected 8 of S Results for any subcontracted analyses are not included in this section. 13 of 17 ANALYTICALENTHALPY Batch QC Type: Blank Lab ID: OC1010253 Batch: 296164 Matrix: Soil Method: EPA 6010B Prep Method: EPA 3050B QC1010253 Analyte Result Qual Units RL Prepared Analyzed Antimony ND mg/Kg 3.0 09/01/22 09/06/22 Arsenic ND mg/Kg 1.0 09/01/22 09/06/22 Barium ND mg/Kg 1.0 09/01/22 09/06/22 Beryllium ND mg/Kg 0.50 09/01/22 09/06/22 Cadmium ND mg/Kg 0.50 09/01/22 09/06/22 Chromium ND mg/Kg 1.0 09/01/22 09/06/22 Cobalt ND mg/Kg 0.50 09/01/22 09/06/22 Copper ND mg/Kg 1.0 09/01/22 09/06/22 Lead ND mg/Kg 1.0 09/01/22 09/06/22 Molybdenum ND mg/Kg 1.0 09/01/22 09/06/22 Nickel ND mg/Kg 1.0 09/01/22 09/06/22 Selenium ND mg/Kg 3.0 09/01/22 09/06/22 Silver ND mg/Kg 0.50 09/01/22 09/06/22 Thallium ND mg/Kg 3.0 09/01/22 09/06/22 Vanadium ND mg/Kg 1.0 09/01/22 09/06/22 Zinc ND mg/Kg 5.0 09/01/22 09/06/22 Type: Lab Control Sample Matrix: Soil Lab ID: QC1010254 Method: EPA 6010B Batch: Prep Method: 296164 EPA 3050B QC1010254 Analyte Result Spiked Units Recovery Qual Limits Antimony 102.1 100.0 mg/Kg 102% 80-120 Arsenic 104.8 100.0 mg/Kg 105% 80-120 Barium 105.1 100.0 mg/Kg 105% 80-120 Beryllium 98.58 100.0 mg/Kg 99% 80-120 Cadmium 102.9 100.0 mg/Kg 103% 80-120 Chromium 107.5 100.0 mg/Kg 107% 80-120 Cobalt 107.8 100.0 mg/Kg 108% 80-120 Copper 102.2 100.0 mg/Kg 102% 80-120 Lead 110.3 100.0 mg/Kg 110% 80-120 Molybdenum 101.7 100.0 mg/Kg 102% 80-120 Nickel 110.1 100.0 mg/Kg 110% 80-120 Selenium 96.50 100.0 mg/Kg 96% 80-120 Silver 54.84 50.00 mg/Kg 110% b 80-120 Thallium 100.3 100.0 mg/Kg 100% 80-120 Vanadium 108.3 100.0 mg/Kg 108% 80-120 Zinc 114.1 100.0 mg/Kg 114% 80-120 1 of 4 14of17 ANALYTICALENTHALPY Batch QC Type: Matrix Spike Lab ID: QC1010255 Batch: 296164 Matrix (Source ID): Soil (468326-001) Method: EPA 6010B Prep Method: EPA 3050B QC1010255 Analyte Source Sample Result Result Spiked Units Recovery Qual Limits DF Antimony 23.62 ND 98.04 mg/Kg 24% 75-125 0.98 Arsenic 105.9 3.450 98.04 mg/Kg 104% 75-125 0.98 Barium 188.3 64.98 98.04 mg/Kg 126% 75-125 0.98 Beryllium 93.61 0.3106 98.04 mg/Kg 95% 75-125 0.98 Cadmium 104.6 ND 98.04 mg/Kg 107% 75-125 0.98 Chromium 123.1 19.96 98.04 mg/Kg 105% 75-125 0.98 Cobalt 114.1 7.667 98.04 mg/Kg 109% 75-125 0.98 Copper 119.9 14.24 98.04 mg/Kg 108% 75-125 0.98 Lead 115.4 7.758 98.04 mg/Kg 110% 75-125 0.98 Molybdenum 92.71 ND 98.04 mg/Kg 95% 75-125 0.98 Nickel 122.3 14.94 98.04 mg/Kg 109% 75-125 0.98 Selenium 97.35 ND 98.04 mg/Kg 99% 75-125 0.98 Silver 55.79 ND 49.02 mg/Kg 114% b 75-125 0.98 Thallium 102.3 ND 98.04 mg/Kg 104% 75-125 0.98 Vanadium 145.7 39.95 98.04 mg/Kg 108% 75-125 0.98 Zinc 152.5 43.98 98.04 mg/Kg 111% 75-125 0.98 Type: Matrix (Source ID): Matrix Spike Duplicate Soil (468326-001) Lab ID: OC1010256 Method: EPA 6010B Batch: Prep Method: 296164 EPA 30506 QC1010256 Analyte Source Sample Result Result Spiked Units Recovery RPD Qual Limits RPD Lim DF Antimony 27.45 ND 98.04 mg/Kg 28% 75-125 15 41 0.98 Arsenic 109.5 3.450 98.04 mg/Kg 108% 75-125 3 35 0.98 Barium 180.0 64.98 98.04 mg/Kg 117% 75-125 5 20 0.98 Beryllium 97.76 0.3106 98.04 mg/Kg 99% 75-125 4 20 0.98 Cadmium 108.2 ND 98.04 mg/Kg 110% 75-125 3 20 0.98 Chromium 129.2 19.96 98.04 mg/Kg 111 % 75-125 5 20 0.98 Cobalt 115.5 7.667 98.04 mg/Kg 110% 75-125 1 20 0.98 Copper 125.5 14.24 98.04 mg/Kg 113% 75-125 5 20 0.98 Lead 120.7 7.758 98.04 mg/Kg 115% 75-125 5 20 0.98 Molybdenum 97.79 ND 98.04 mg/Kg 100% 75-125 5 20 0.98 Nickel 126.2 14.94 98.04 mg/Kg 114% 75-125 3 20 0.98 Selenium 99.09 ND 98.04 mg/Kg 101% 75-125 2 20 0.98 Silver 58.30 ND 49.02 mg/Kg 119% b 75-125 4 20 0.98 Thallium 106.6 ND 98.04 mg/Kg 109% 75-125 4 20 0.98 Vanadium 153.5 39.95 98.04 mg/Kg 116% 75-125 5 20 0.98 Zinc 160.1 43.98 98.04 mg/Kg 118% 75-125 5 20 0.98 2 of 15 of 17 ANALYTICALENTHALPY Batch QC Type: Blank Lab ID: QC1010393 Batch: 296208 Matrix: Miscell. Method: EPA 7471A Prep Method: METHOD QC1010393 Analyte Result Qual Units RL Prepared Analyzed Mercury ND mg/Kg 0.14 09/01/22 09/02/22 Type: Lab Control Sample Lab ID: QC1010394 Batch: 296208 Matrix: Miscell. Method: EPA 7471A Prep Method: METHOD QC1010394 Analyte Result Spiked Units Recovery Qual Limits Mercury 0.8308 0.8333 mg/Kg 100% 80-120 Type: Matrix Spike Lab ID: QC1010395 Batch: 296208 Matrix (Source ID): Soil (468326-001) Method: EPA 7471A Prep Method: METHOD Source Sample QC1010395 Analyte Result Result Spiked Units Recovery Qual Limits DF Mercury 0.9373 0.02784 0.9259 mg/Kg 98% 75-125 1.1 Type: Matrix Spike Duplicate Lab ID: QC1010396 Batch: 296208 Matrix (Source ID): Soil (468326-001) Method: EPA 7471A Prep Method: METHOD Source Sample RPD QC1010396 Analyte Result Result Spiked Units Recovery Qual Limits RPD Lim DF Mercury 0.9435 0.02784 0.9259 mg/Kg 99% 75-125 1 20 1.1 Type: Blank Lab ID: QC1010389 Batch: 296206 Matrix: Soil Method: EPA 8015M Prep Method: EPA 3580 QC1010389 Analyte Result Qual Units RL Prepared Analyzed GRO C8-C 10 ND mg/Kg 10 09/01/22 09/01/22 DROC10-C28 ND mg/Kg 10 09/01/22 09/01/22 ORO C28-C44 ND mg/Kg 20 09/01/22 09/01/22 Surrogates Limits n-Triacontane 86% %REC 70-130 09/01/22 09/01/22 Type: Lab Control Sample Lab ID: QC1010390 Batch: 296206 Matrix: Soil Method: EPA 8015M Prep Method: EPA 3580 QC1010390 Analyte Result Spiked Units Recovery Qual Limits Diesel C10-C28 222.1 250.0 mg/Kg 89% 76-122 Surrogates n-Triacontane 8.403 10.00 mg/Kg 84% 70-130 3 of 4 16 of 17 ANALYTICALENTHALPY Batch QC Type: Matrix Spike Lab ID: OC1010391 Batch: 296206 Matrix (Source ID): Soil (468055-001) Method: EPA 8015M Prep Method: EPA 3580 QC1010391 Analyte Source Sample Result Result Spiked Units Recovery Qual Limits DF Diesel C10-C28 237.5 30.55 251.3 mg/Kg 82% 62-126 1 Surrogates n-Triacontane 10.27 10.05 mg/Kg 102% 70-130 1 Type: Matrix (Source ID): Matrix Spike Duplicate Soil (468055-001) Lab ID: Method: OC1010392 EPA 8015M Batch: Prep Method: 296206 EPA 3580 QC1010392 Analyte Source Sample Result Result Spiked Units Recovery RPD Qual Limits RPD Lim DF Diesel C10-C28 243.4 30.55 250.0 mg/Kg 85% 62-126 3 35 1 Surrogates n-Triacontane 12.52 10.00 mg/Kg 125% 70-130 1 Value is outside QC limits ND Not Detected b See narrative 4 of 17 of 17