Loading...
HomeMy WebLinkAboutC-6155 - Park Avenue Bridge Replacement Project Federal Project No. BRLO-5151 (026)August 14, 2019 John S. Meek Company, Inc. Attn: John S. Meek 14732 So. Maple Avenue Gardena. CA 90248 Subject: Park Avenue Bridge Replacement Program C-6155 Dear Mr. Meek: VV Pi s r'. ,- 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 rnx newportbeachca .gov On August 14, 2018, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on August 15, 2018 Reference No. 2018000298576. The Surety for the contract is SureTec Insurance Company and Argonaut Insurance Company the bond number is MMC00298885. Enclosed is the Faithful Performance Bond. Sincere, 1 .' Lellam I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. MMcoo298885 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 50,204.00 , being at the rate of $ $14.40/$8.70/$6.90/$6.30 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to John S. Meek Company Inc. hereinafter designated as the "Principal," a Contract for the demolition and the reconstruction of the Park Avenue bridge, which includes bridge and roadway reconstruction, secant piles, curb & gutter, storm drain pipe, manholes, inlets, sidewalk, curb ramps, ADA ramps, stairs, street lighting, signing & striping, landscaping and irrigation, plant establishment and maintenance, and all other incidental work in the specification document. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, traffic control, safety measures, replacement of disrupted improvements, coordination, preparation and accommodation of project constraints (whether specifically identified in these Special Provisions or encountered during the Contract), appurtenances and incidentals necessary to complete the work in conformance with applicable governing agency regulations and specifications, and to the satisfaction of the Engineer. Items of work which are necessary to complete the project in accordance with the plans and specifications, but are not specifically called out in the bid form, are considered incidental to the project work and are not subject to separate compensation, 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 SureTec Insurance Cmiivanv & Argonaut Insurance Company, as Co -Sureties 3033 5th Ave., Ste 300, San Diego. CA 92013 , 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 Six Million Three* Dollars and _/100 ($6,326,030.00) 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. *Hundred Twenty -Six Thousand Thirty Dollars and 00/ 100, 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 Page B-1 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 attorney's fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 26th day of Fehr»aty ,201f,_: fohn S. Meek Comp, Inc Name of Contractor (Principal) Surel'ec Insurance Company & Argonaut Insurance Company, as Co -Sureties Name of Surety 3033 5th Ave., Ste 300. San Diego.CA 92103 Address of Surety (800)288-0351 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1w �� By: L— --- Aaron C. Harp (AM 031%0)1(/ City Attorney Melissa Lopez. Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 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 Califo is County of +— } ss. On/K.�c�9� Ze/� 20 before Jne, Notary Public, personally appeared �arca-- who proved to me on the basis of satistYctory evidence to be the person(g) whose nani is/are subscribed to the within instrument and acknowledged to me that he/oke/they executed the same in his/her/their authorized capacity(ies), and that by his/ber/their signatures(sr) on the instrument the person(a), or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under foregoing paragraph is true and correct. WITNESS my hand and official seal. Signat t M 6 A 'if 1 1- that the m, - Commission # 1978245 t a'mE Notary Public -California z Z '"''' Los Angeles County n My Comm. Expires May 14, 2016 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. (seal) 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) Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On FEB 2 6 2016 before me, Michele A. Fedoruk Date Here Insert Name and Title of the Officer personally appeared Melissa Lopez Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of NotaryuP bllc OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: _ 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 Ll Guardian or Conservator ❑ Other: Signer Is Representing: _ Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner -- ❑ Limited Ll General ❑ Individual LI Attorney in Fact ❑ Trustee [I Guardian or Conservator ❑ Other: Signer Is Representing: �g����rz,�r.�,r�a�cR,vr1o. - _ _ _ �a�z.�•ws�csc^4c�ce�c�. ©2014 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item 65907 MICHELE A.EEOORUK Commission 2062160 Notary Public • California s m Orange County Comm. Expires Mar 23 -®FrFrw-T�at�� • w�� Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of NotaryuP bllc OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: _ 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 Ll Guardian or Conservator ❑ Other: Signer Is Representing: _ Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner -- ❑ Limited Ll General ❑ Individual LI Attorney in Fact ❑ Trustee [I Guardian or Conservator ❑ Other: Signer Is Representing: �g����rz,�r.�,r�a�cR,vr1o. - _ _ _ �a�z.�•ws�csc^4c�ce�c�. ©2014 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item 65907 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas, and the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois, do hereby jointly nominate, constitute and appoint: Melissa Lopez, Christina Johnson, Erik Johansson Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety orjointly, as co -sureties, and as their act and deed any and all bonds and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Boards of Directors of SureTec Insurance Company and Argonaut Insurance Company: - $30,000,000 "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act mrd deed of the SureTec Insurance Company and Argonaut Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company and SureTec Insurance Company have caused their official seals to be hereunto affixed and these presents to be signed by their duly authorized officers on the 9th day of June, 2014. SureTec Insurance Company 13y: John I os Jt.,1 hairman & CEO STATE OF TEXAS 1 COUNTY OF HARRIS SS: Argonaut Insurance Company By Joshua C. Betz, Sr. Vice President On this 9th day of June, 2014 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, and who executed the preceding instrument, and they acknowledged the execution of some, and being by me duly sworn, deposed and said that they are the officers of the said Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said corporations, and that Resolutions adopted by the Boards of Directors of said Companies, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. KATHLEEN M MEEKS �y NOTARY PUBLI oT'(}'lU.U'1 `'f M. �i'1J11A y�. &TATE OF TEXAS or+ MY COMM. EXP, 07-15-2017 (Notary Public) We, the undersigned Officers of SureTec Insurance Company and the Argonaut Insurance Company do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect mid has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, mid affixed the Seals of said Companies, on the day of FER % N1L— — SureTec Insurance Company Argonaut Insurance Company M. Brent Beaty, Assistant Seer e ary Sarah Heineman, VP -Underwriting Surety THIS DOCUMENT IS NOT VALID UNLESS THE "JOINT POWER OF ATTORNEY" WATERMARK 1S VISIBLE IN LIGHT BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (713) 812-0800 (SureTec) or (210) 321-8400 (Argonaut). November 20, 2018 John S. Meek Company, Inc. Attn: John S. Meek 14732 So. Maple Avenue, Gardena, CA 90248 Subject: Park Avenue Bridge Replacement Program C-6155 Dear Mr. Meek: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fax newportbeachca.gov On August 14, 2018 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on August 15, 2018, Reference No. 2018000298576. The Surety for the bond is SureTec Insurance Company and Argonaut Insurance and the bond number is MMC0029885. Enclosed is the Labor & Materials Payment Bond. Sincerely, ]A 0 Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. MMC0029885 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to John S. Meek company. lnc. hereinafter designated as the "Principal," a Contract for the demolition and the reconstruction of the Park Avenue bridge, which includes bridge and roadway reconstruction, secant piles, curb & gutter, storm drain pipe, manholes, inlets, sidewalk, curb ramps, ADA ramps, stairs, street lighting, signing & striping, landscaping and irrigation, plant establishment and maintenance, and all other incidental work in the specification document. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, traffic control, safety measures, replacement of disrupted improvements, coordination, preparation and accommodation of project constraints (whether specifically identified in these Special Provisions or encountered during the Contract), appurtenances and incidentals necessary to complete the work in conformance with applicable governing agency regulations and specifications, and to the satisfaction of the Engineer. Items of work which are necessary to complete the project in accordance with the plans and specifications, but are not specifically called out in the bid form, are considered incidental to the project work and are not subject to separate compensation, 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. SureTec Insurance Company & NOW, THEREFORE, We the undersigned Principal, and, Argonaut Insurance Company, as Co -Sureties, 3033 5th Ave., Ste 300, San Diego, CA 92103 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 Six Million Three* Dollars and _/100 ($ 6,326,030.00 ) 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. *Hundred Twenty -Six Thousand Thirty Dollars and 00/100 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 Page A-1 any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. 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 26th day,of February 2016 John S Meek Company Inc Name of Contractor (Principal) .,,-Authorized Signature/Title SureTec Insurance Company & Argonaut Insurance Company, as Co -Sureties Name of Surety Authorized Age 6t Signature 3033 5th Ave., Ste 300, San Diego, CA 92103 Address of Surety (800)288-0351 Telephone APPROVED AS TO FORM: CITY ATTORNE 'SEL- Adf6n E Date: 1 By: L1 C. Harp caµ 0-611011[, City Attorney Melissa Lopez, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 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 Calif is Cou On 9 a0 !P 20 b fore m Notary Public, personally appeared Aic&— who proved to me on the basis of satisfac evidence to be the person(.$) whose name(s is/a(e subscribed to the within instrument and acknowledged to me that he/stye/they executed the same in his/hef/their authorized capacity(ias), and that by his/hrar/thetr 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. Signatu 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. ,w ANNA LISA PAILA Commission # 1978245 Notary Public - California i Los Angeles County My Comm. Ex ares May 14, 2016 (seal) 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) Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 11 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On FEB 2 6 2016 before me, Michele A. Fedoruk Date Here Insert Name and Title of the Officer personally appeared Melissa Lopez Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. MICHELEA.FEDORUK Commission # 2082180 _ • `® Notary Public . California s Orange county M Comm. Expires Mar 23, 2018 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature / Signature of Nota -P rC OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: - 'd4C✓. "✓4C�'-��4'<i '✓ 'a4(+/4 d 'e -✓4`v -ei4'a '✓ -d4'„"✓ JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas, and the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois, do hereby jointly nominate, constitute and appoint: Melissa Lopez, Christina Johnson, Erik Johansson Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Boards of Directors of SureTec Insurance Company and Argonaut Insurance Company: $30,000,000 "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Argonaut Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company and SureTec Insurance Company have caused their official seals to be hereunto affixed and these presents to be signed by their duly authorized officers on the 9th day of June, 2014. SureTec Insurance Company By: John 1 ox Jr. hairman & CEO STATE OF TEXAS COUNTY OF HARRIS SS: Argonaut Insurance Company By Joshua C. Betz, Sr. Vice President On this 9th day of June, 2014 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, and who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly swom, deposed and said that they are the officers of the said Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said corporations, and that Resolutions adopted by the Boards of Directors of said Companies, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. 'cwt KATHLEEN M MEEKS NOTARY PUBLIC STATE OF TEXAS MY COMM. EXP. e7-16-2017 (NotaryPublic) We, the undersigned Officers of SureTec Insurance Company and the Argonaut Insurance Company do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. c IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the day of FEB 2 6 2016 SureTec Insurance Company Argonaut Insurance Companv 9)1 f?'7-40t �4 )t-- 14 '- M. Brent Beaty, Assistant Secre ary Sarah Heineman, VP -Underwriting Surety THIS DOCUMENT IS NOT VALID UNLESS THE "JOINT POWER OF ATTORNEY" WATERMARK IS VISIBLE IN LIGHT BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (713) 812-0800 (SureTec) or (210) 321-8400 (Argonaut). RECEIVED UNCONDITIONAL WAIVER AND RELEAS9Nb0IM$tLP"y.A"T NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND SES LIEN, STOP I PAYMENT NOTICE, AND PAYMENT BOND RIGHTS U NALLY AND QJ STATES THAT YOU HAVE BEEN PAID FOR GIVING HTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF Y ,r�iVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. Identifying Information Name of Claimant: National Demolition Contractors Name of Customer: John S. Meek Company, Inc. Job Location: Park Avenue, Newport Beach, CA 92662 Owner: City of Newport Beach Unconditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for all labor and service provided, and equipment and material delivered, to the customer on this job. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. The claimant has been paid in full. Exceptions This document does not affect any of the following: Disputed claims for extras in the amount of: S Date Cooips Sent To: City Council City Manager _,,City Attorney File 7/1/12 Batch 3703249 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 4 of 4 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder I 11111111111111111111 fl 11111111111111111111111 [11111111 JI 111 NO FEE .$ R 0 0 1 0 z e 7 0 a 1 s k 2018000298576 2:32 pm 08115118 47 NC -5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and John S. Meek Company, Inc., Gardena, California, as Contractor, entered into a Contract on February 23, 2016. Said Contract set forth certain improvements, as follows: Park Avenue Bridge Replacement Project - C-6155 Work on said Contract was completed, and was found to be acceptable on August 14. 2011 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is SureTec Insurance Company & Argonaut Insurance Company. BY / Public Works Direc)o City of Newport Beach PI4;11 aKTAIC9ILI I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on AlWif 16; at Newport Beach, California. M https:Hgs.secure-recording.com/Batch/Confirmation/3703249 08/15/2018 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and John S. Meek Company, Inc., Gardena, California, as Contractor, entered into a Contract on February 23, 2016. Said Contract set forth certain improvements, as follows: Park Avenue Bridge Replacement Project - C-6155 Work on said Contract was completed, and was found to be acceptable on August 14, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is SureTec Insurance Company & Argonaut Insurance Company. BY / Public Works Dire cto City of Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Q on �� 0 Executed M. at Newport Beach, California. V V) V STOP PAYMENT NOTICE—PRIVATE WORKS/ PUBLIC WORKS -ti (—', ; i 1 LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS f� C � L1 (CA CIVIL CODE" 8044, 8100 et seq., 8500 et seq., 9350 et seq.) TO: OWNER OR REPUTED OWNER, OR PUBLIC ENTITY (see CACiv. Code§§ 8506, 8520-8522, 8036, 9354) NAME: City of Newport Beach ADDRESS: Public Works Department 1000 Civic Center Drive Newport Beach, CA 92660 DIRECT CONTRACTOR or CONSTtCICeNLRD�IoRRATED REPUTEDDIRE)ACTOR e CA Civ. Cd§8018 COfRTRU �e 11%R83TV38) = r - John S. Meek Company, Inc. Cj;�A - - - --° 14732 S. Maple Avenue Gardena, CA 90248 Copies Sent To: City Council YOU ARE HEREBY NOTIFIED THAT (Claimant): City Manager Name: NATIONAL DEMOLITION CONTRACTORS City Attorney Address: 1536 West 25th Street, #248, San Pedro CA 90732 File Relationship to the pates ofthe one giving this notice (subcontractor, supplier. describeifothenvise): SUBCONTRACTOR -4 HAS FURNISHED WORK, LABOR, SERVICES, EQUIPMENTORMATERIALOFTHE FOLLOWING(GEENERALDESCRIPTION: Asbestos Abatement and Demolition FORTHE BUILDING, STRUCTURE OR OTHER WORK OF IMPROVEMENT LOCATED ATTHE FOLLOWING ADDRESS OR SITE OTHERWISE DESCRIBED SUFFICIENTLY FOR IDENTIFICATION: Address or Park Avenue Bridge Replacement Project No 6155 Description: Park Avenue Newport Beach, CA THE PERSON OR FIRMTO WHOM SUCH WORK, LABOR, SERVICES, EQUIPMENT OR MATERIAL IS PROVIDED: Name: John S. Meek Company, Inc. Address: 14732 S. Maple Avenue Gardena, CA 90248 The value of the whole amount of work, labor, service, equipment, and/or material to be provided is: $ 402,664.04 The value of work, labor, services, equipment or material provided to date is: $ 402,664.04 Claimant has been paid the sum of: $ 123,365.74 And there remains unpaid after deducting all just credits and offsets the sum of: $ 279,298.30 Together with interest at the rate of: 10.00% perannum, from Enter Date 12/15/16 UN DERCALIFORNIACIVILCODE §8522,8536, and/or9358YOUARE REQUIREDTOSET ASIDE SUFFICIENT FUN DS TO SATISFYTHIS CLAIM WITH INTEREST, COURTCOSTS AND REASONABLE COSTS OF LITIGATION, AS PROVIDED BY LAW. YOU ARE ALSO NOTIFIED THAT CLAIMANT CLAIMS AN EQUITABLE LIEN AGAINST ANY CONSTRUCTION FUNDS FOR THIS PROJECT WHICH ARE IN YOUR HANDS. NAMEOFC DATE: 12/15/2016 AMENDMENT NO. ONE TO PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 THIS AMENDMENT NO. ONE TO CONTRACT FOR PUBLIC WORKS ("Amendment No. One") is made and entered into as of this g7* day of 4kI, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City'), and JOHN S. MEEK COMPANY, INC., a California corporation ("Contractor"), whose address is 14732 South Maple Avenue, Gardena, California 90248, and is made with reference to the following: RECITALS A. On February 23, 2016, 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 demolition and the reconstruction of the Park Avenue bridge, which includes bridge and roadway reconstruction; secant piles; curb and gutter; storm drain pipe; manholes; inlets; sidewalk; curb ramps; Americans with Disabilities Act ("ADA") ramps; stairs; street lighting; signing and striping; landscaping and irrigation; plant establishment and maintenance; the performance of pre- and post -construction biological surveys; pre- and post -condition surveys of homes; spraying of the existing bridge of black beetles; the design and installation of temporary bridge at Balboa Avenue; providing crossing guard services; asbestos survey and abatement; temporary utility services; furnish -maintain -removal of field office; and all other work contained, shown, and described in the contract documents (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), Insurance Requirements (Exhibit C), State of California, Department of Transportation Subcontracting Request Form 16-b (Exhibit D), Required Contract Provisions Federal -Aid Construction Contracts FHWA- 1273 (Exhibit E), Davis -Bacon ("DB") Federal Wage Determinations (Exhibit F), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 6155, 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. 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] John S. Meek Company, 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: �o�s By: Aaron C. Harp (4k utit�Fl�l� City Attorney ATTEST: Date: 6 By: Leilani I. Brown City Cler�1 CITY OF NEWPORT BEACH, a California municipal corporation Date: 4171 � \\e By: = CSC 9l Dave'F City Manager CONSULTANT: John S. Meek Company, Inc., a California corporation / Date: By: S. Meek dent / Secretary [END OF SIGNATURES] Attachments: Exhibit E — Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273 Exhibit F — Davis -Bacon ("DB") Federal Wage Determinations John S. Meek Company, Inc. Page 3 EXHIBIT E REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 John S. Meek Company, Inc. Page E-1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Govemmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (induced in Appalachian contracts only) 1. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (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). 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. 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). 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 bid proposal or request for proposal documents, however, the Forth 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). 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 contractors immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. FHWA-1273 — Revised May 1, 2012 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. The tern Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. It. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 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 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, 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 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, 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 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 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 (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 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 contractors project activities under this contract. The provisions of the Americans with Disabilities AG of 1990 (42 U.S.C. 12101 at seq.) set forth under 28 CFR 35 and 29 CFR 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. 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, 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 contractors staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractors 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 contractors EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. 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 contractors procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractors EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractors 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 induce 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 worts 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 contractors 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, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure 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 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 orjob 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. 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, 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, 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 miss and regulations established there under. 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, 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 and 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. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national odgin, 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 contracting agency deems appropriate. 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: (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 $10,000 or more. 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, 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). The requirements apply to all projects located within the rightof- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. 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 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(bx2) 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 dassification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(ax4). 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 employers 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 (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rales 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, Employment Standards Administration, 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 Wage and Hour Administrator for determination. The Wage and Hour 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 30day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.1b.(2) or 1.1b.(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 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 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(bx2XB) 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(ax1xiv) 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(bx2XB) 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(ax3Xi), 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 forth desired. Optional Forth WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/fonnslwh347instr.htm or its successor 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 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 §5.5 (aX3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (ax3xi) of Regulations, 29 CFR part 5, 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 Regulations, 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 section 1001 of title 18 and section 231 of title 31 of the United States Code. 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 rause 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 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 employm§nl 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 and 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 coresponding 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 rale 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. 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. 6. Subcontracts. The contractoror 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 Ser 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. 9. Disputes concerning labor standards. 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. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firth who has an interest in the contractor's firm is a person or fimr ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(ax1). 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(axt). 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 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. 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 of $10 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. 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 subcontmclor 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. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (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. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 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" 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 tens may include payments for the costs of hiring leased employees from an employee leasing fine 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: (1) the prime contractor maintains control over the supervision of the day -today 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. 2. 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. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firth, 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. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s 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 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. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into 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 a dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 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). 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 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). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s 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 honesty 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, Forth FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 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, firth, 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, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 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 AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 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. 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 ceMcadon 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. 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. 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. 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 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee 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 grantee or subgrantee 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. 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. 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. 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 Excluded Parties List System website (htlos:/lwww.eols.cov1), which is compiled by the General Services Administration. 1. 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. I. 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. 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) 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; (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 (ax2) of this certification; 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. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. 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) a. By signing and submitting this proposal, the prospective lower tier 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 iN] 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. 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 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee 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 grantee or subgrantee 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. 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. 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 Excluded Parties List System website (httos //www.eols.aov!), which is compiled by the General Services Administration. 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. 1. 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. 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 is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall 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 20). 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 subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 11 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS 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 (1c) 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 Stale 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 forth. 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 contractors 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 (1c) 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. li 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. EXHIBIT F DAVIS-BACON ("DB") FEDERAL WAGE DETERMINATIONS John S. Meek Company, Inc. Page F-1 Page 1 of 26 General Decision Number: CA160035 01/08/2016 CA35 Superseded General Decision Number: CA20150035 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: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * ASBE0005-002 07/01/2015 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 36.74 19.49 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ...........................$ 25.38 16.81 * ASBE0005-004 06/29/2015 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 2 of 26 scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 18.06 10.57 --------------------------------------------------------- * BRCA0004-010 05/01/2015 Rates Fringes BRICKLAYER; MARBLE SETTER ........ $ 36.56 13.91 *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 ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ------------------------ BRCA0018-004 06/01/2014 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Rates Fringes MARBLE FINISHER ..................$ 28.45 11.38 TILE FINISHER ....................$ 23.78 9.84 TILE LAYER .......................$ 35.14 14.33 ---------------------------------------------------------- BRCA0018-010 09/01/2013 Rates Fringes TERRAZZO FINISHER ................$ 26.59 10.34 TERRAZZO WORKER/SETTER ........... $ 33.63 11.13 ----------------------------------------------------------- CARP0409-001 07/01/2010 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 37.35 11.08 (2) Millwright ..............$ 37.85 11.08 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 37.48 11.08 (4) Pneumatic Nailer, Power Stapler ...............$ 37.60 11.08 (5) Sawfiler...............$ 37.44 11.08 (6) Scaffold Builder ....... $ 28.55 11.08 (7) Table Power Saw Operator ....................$ 37.45 11.08 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 3 of 26 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. CARP0409-005 07/01/2010 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 37.35 11.08 STOCKER/SCRAPPER ............ $ 10.00 6.67 --------------------------------------------------------- •CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer ...... $ 17.00 7.41 ----------------------- ELEC0011-002 12/01/2014 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 29.76 12.97 Technician ..................$ 30.10 12.48 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 08/31/2015 Rates Fringes CABLE SPLICER ....................$ 43.82 16.86 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 4 of 26 ELECTRICIAN ......................$ 41.89 16.81 --------------------------------------------------------- * ELEC0441-003 12/01/2014 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer ...................$ 29.92 12.27 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 fringe benefits. 2. Fire Alarms -Open Wire Systems: installed by the Technician. ELEC0441-004 08/31/2015 Rates Fringes ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) Cable Splicer/Fiber Optic Splicer .....................$ 42.49 16.82 Electrician .................$ 41.89 16.81 Technician ..................$ 31.42 16.49 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 06/01/2015 Rates Fringes LINE CONSTRUCTION Page 5 of 26 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 6 of 26 (1) Lineman; Cable splicer..$ 52.85 15.53 (2) Equipment specialist OPERATOR: Power Equipment (operates crawler tractors, commercial motor Work) vehicles, backhoes, GROUP trenchers, cranes (50 tons 39.95 and below), overhead & GROUP 2 ....................$ underground distribution 40.73 23.35 line equipment) ........... $ 42.21 14.32 (3) Groundman...............$ 32.28 14.03 (4) Powderman...............$ 47.19 14.60 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 01/01/2015 Rates Fringes ELEVATOR MECHANIC ................$ 49.90 28.38 FOOTNOTE: 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. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. --- ---------------- ENGI0012-003 07/06/2015 http://www.wdol.gov/wdolfseafiles/davisbacon/ca35.dvb 01/13/2016 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1 ....................$ 39.95 23.35 GROUP 2 ....................$ 40.73 23.35 GROUP 3 ....................$ 41.02 23.35 GROUP 4 ....................$ 42.51 23.35 GROUP 5 ....................$ 41.86 23.35 GROUP 6 ....................$ 41.83 23.35 GROUP 8 ....................$ 42.84 23.35 GROUP 9 ....................$ 42.19 23.35 GROUP 10 ....................$ 42.96 23.35 GROUP 11 ....................$ 42.31 23.35 GROUP 12 ....................$ 43.13 23.35 GROUP 13 ....................$ 43.23 23.35 GROUP 14 ....................$ 43.26 23.35 GROUP 15 ....................$ 43.34 23.35 GROUP 16 ....................$ 43.46 23.35 GROUP 17 ....................$ 43.63 23.35 GROUP 18 ....................$ 43.73 23.35 GROUP 19 ....................$ 43.84 23.35 GROUP 20 ....................$ 43.96 23.35 GROUP 21 ....................$ 44.13 23.35 GROUP 22 ....................$ 44.23 23.35 GROUP 23 ....................$ 44.34 23.35 http://www.wdol.gov/wdolfseafiles/davisbacon/ca35.dvb 01/13/2016 Page 7 of 26 GROUP 24 ....................$ 44.46 23.35 GROUP 25 ....................$ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 41.30 23.35 GROUP 2 ....................$ 42.08 23.35 GROUP 3 ....................$ 42.37 23.35 GROUP 4 ....................$ 42.51 23.35 GROUP 5 ....................$ 42.73 23.35 GROUP 6 ....................$ 42.84 23.35 GROUP 7 ....................$ 42.96 23.35 GROUP 8 ....................$ 43.13 23.35 GROUP 9 ....................$ 43.30 23.35 GROUP 10 ....................$ 44.30 23.35 GROUP 11 ....................$ 45.30 23.35 GROUP 12 ....................$ 46.30 23.35 GROUP 13 ....................$ 47.30 23.35 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 ....................$ 41.80 23.35 GROUP 2 ....................$ 42.58 23.35 GROUP 3 ....................$ 42.87 23.35 GROUP 4 ....................$ 43.01 23.35 GROUP 5 ....................$ 43.23 23.35 GROUP 6 ....................$ 43.34 23.35 GROUP 7 ....................$ 43.46 23.35 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 Toed, 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; PJU 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 8 of 26 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 B: 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 http://www.wdol.gov/wdol/scaftles/davisbacon/ca35.dvb 01/13/2016 Page 9 of 26 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 (Rackley-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, 1090 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) http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 10 of 26 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 19: 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 11 of 26 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 load, 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) http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 12 of 26 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) http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 13 of 26 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, MOM. 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, MOM. 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, MOM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MOM. Continue S following R32E lines to the NW corner of T31S, R32E, MOM. Continue W to the NW corner of T31S, R31E, MOM. Continue S to the SW corner of T32S, R31E, MOM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MOM. 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 14 of 26 T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, 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. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 15 of 26 the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ------------------------ ENGI0012-004 08/01/2015 Rates OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 (2) Dredge dozer ............ $ 43.53 (3) Deckmate................$ 43.42 (4) Winch operator (stern winch on dredge) ............ $ 42.87 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 (6) Barge Mate ..............$ ---------------------------------------- 42.94 IRON0377-002 07/01/2015 Rates Ironworkers: Fence Erector ...............$ 27.08 Ornamental, Reinforcing and Structural ..............$ 33.50 PREMIUM PAY: Fringes 23.60 23.60 23.60 23.60 23.60 23.60 ------------------------ Fringes 20.21 28.85 $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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 16 of 26 $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ------------------------ LAB00300-005 01/01/2014 Rates Fringes Asbestos Removal Laborer ......... $ 28.00 15.25 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 07/01/2014 Rates Fringes LABORER. (GUNITE) GROUP 1 .....................$ 34.79 17.92 GROUP 2 .....................$ 33.84 17.92 GROUP 3 .....................$ 30.30 17.92 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 08/01/2015 Rates Fringes LABORER (TUNNEL) GROUP 1 .....................$ 37.04 16.78 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 17 of 26 GROUP 2 .....................$ 37.36 16.78 GROUP 3 .....................$ 38.82 16.78 GROUP 4 .....................$ 38.51 16.78 LABORER GROUP 1 .....................$ 31.39 16.78 GROUP 2 .....................$ 31.94 16.78 GROUP 3 .....................$ 32.49 16.78 GROUP 4 .....................$ 34.04 16.78 GROUP 5 .....................$ 34.39 16.78 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 18 of 26 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, http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 19 of 26 wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ----------------------- LAB00652-003 07/01/2014 Rates Fringes Brick Tender .....................$ 29.12 15.78 ----------------- ----------------- LABO1184-001 08/01/2015 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ 32.60 12.16 (2) Vehicle Operator/Hauler.$ 32.77 12.16 (3) Horizontal Directional Drill Operator ..............$ 34.62 12.16 (4) Electronic Tracking Locator .....................$ 36.62 12.16 Laborers: (STRIPING/SLURRY SEAL) GROUP 1 .....................$ 33.76 15.04 GROUP 2 .....................$ 35.06 15.04 GROUP 3 .....................$ 37.07 15.04 GROUP 4 .....................$ 38.81 15.04 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 20 of 26 and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ----------------------- LABO1414-001 08/05/2015 Rates Fringes LABORER PLASTER CLEAN-UP LABORER .... $ 30.16 17.11 PLASTER TENDER ..............$ 32.71 17.11 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-001 07/01/2015 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) ...............$ 27.29 12.83 (2) All Other Work .......... $ 30.72 12.83 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 10/01/2015 Rates DRYWALL FINISHER/TAPER ........... $ 36.18 ---------------------------------------- PAIN0036-015 06/01/2015 Rates GLAZIER ..........................$ 40.70 --------------------- Fringes 16.82 --------------------- Fringes 20.92 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up PAIN1247-002 01/01/2015 Rates Fringes SOFT FLOOR LAYER .................$ 29.85 13.56 --------------------------------------------------------- PLAS0200-009 08/05/2015 Rates Fringes http://www.wdol.gov/wdoUseafiles/davisbacon/ca35.dvb 01/13/2016 Page 21 of 26 PLASTERER ........................$ 38.44 13.77 --------------------------------------------------------- PLAS0500-002 07/01/2015 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 32.30 20.65 --------------------------------------------------------- PLUM0016-001 07/01/2015 Rates Fringes PLUMBER/PIPEFITTER Plumber and Pipefitter 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 .......................$ 45.96 20.71 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 44.54 19.73 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................$ 35.16 18.06 --------------------------------------------------------- PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work....$ 33.24 17.13 ROOF0036-002 08/01/2014 Rates Fringes ROOFER ...........................$ 35.02 13.57 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 $1.75 per hour "pitch premium" pay. SFCA0669-008 07/01/2013 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 22 of 26 AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER .................$ 34.19 19.37 --------------------------------------------------------- SFCA0709-003 01/01/2015 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) .......... $ 40.46 24.17 ---------------------------------------------------------------- SHEE0105-003 07/01/2015 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 ........................$ 41.26 25.38 (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 ---------------------------------------------------------------- ... $ 41.26 25.38 TEAM0011-002 07/01/2015 Rates Fringes TRUCK DRIVER GROUP 1 ....................$ 28.24 25.24 GROUP 2 ....................5 28.39 25.24 GROUP 3 ....................$ 28.52 25.24 GROUP 4 ....................$ 28.71 25.24 GROUP 5 ....................$ 28.74 25.24 GROUP 6 ....................$ 28.77 25.24 GROUP 7 ....................$ 29.02 25.24 GROUP 8 ....................$ 29.27 25.24 GROUP 9 ....................$ 29.47 25.24 GROUP 10 ....................$ 29.77 25.24 GROUP 11 ....................$ 30.27 25.24 GROUP 12 ....................$ 30.70 25.24 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 23 of 26 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. 129 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. http://www.wdol.gov/wdoUscafiles/davisbacon/ca35.dvb 01/13/2016 Page 24 of 26 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. http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 25 of 26 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 Regional Office for the area in which the survey was conducted because those Regional Offices have 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 26 of 26 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 DECISION http://www.wdol.gov/wdol/scaflles/davisbacon/ca35.dvb 01/13/2016 CITY CLEKK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 AM on the 3rd day of February, 2016, at which time such bids shall be opened and read for PARK AVENUE BRIDGE REPLACEMENT PROJECT FEDERAL PROJECT NO. BRLO-5151 (026) Contract No. 6155 $ 4165,000.00 Engineer's Estimate Approvgd by e _ �' 3:�3'�' yrs"—j�3} -• _ . ,,'Mark Vukojevic City Engineer DBE GOAL: 16.00% DATE: January 21, 2016 TIME AND PLACE: 10:00 AM in front of The Balboa Island Fire Station This will be the only opportunity for contractors interested in bidding the work to ask questions in-person of the Design Team and Construction Manager. Prospective bidders may obtain Bid Documents, Project Specifications and Drawings via PlanetBids: http://www.planetbids.com/portal/portal cfm?CompanyiD-22078 Hard copy plans may be purchased from Mouse Graphics at (949) 548-5571 located at 659 W. 19`h Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project. "A" For further information, call Fong Tse, Project Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newoortbeachcagov/oovernment/open-transparent/online services/bids rfps- vendor-registration CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-515110261 TABLE OF CONTENTS NOTICEINVITING BIDS..................................................................................................COVER INSTRUCTIONS TO BIDDERS.................................................................................................3 BIDDER'S BOND........................................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)...............................................................................9 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL...............10 INFORMATON REQUIRED OF BIDDER..................................................................................13 ACKNOWLEDGEMENT OF ADDENDA....................................................................................16 TECHNICAL ABILITY AND EXPERIENCE REFERENCES......................................................17 NON -COLLUSION AFFIDAVIT.................................................................................................21 DESIGNATION OF SURETIES.................................................................................................22 STATE AND FEDERAL CERTIFICATIONS/DISCLOSURES....................................................23 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION.....................................................24 PUBLIC CONTRACT CODE.....................................................................................................25 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT..........................................25 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE......................................25 PUBLIC CONTRACT CODE SECTION10232 STATEMENT..............................................26 NONCOLLUSION AFFIDAVIT (TITLE 23 US CODE SECTION 112 AND PUBLIC CONTRACT CODE SECTION 7106...................................................................27 DEBARMENT AND SUSPENSION CERTIFICATION...............................................................28 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS....................................29 DISCLOSURE OF LOBBYING ACTIVITIES (SF-LLL)...............................................................30 INSTRUCTIONS FOR COMPLETION OF SF-LLL..............................................................31 EXHIBIT 15-G LOCAL AGENCY BIDDER DBE COMMITMENT...............................................33 INSTRUCTIONS — LOCAL AGENCY BIDDER DBE COMMITTMENT................................34 DBE INFORMATION — GOOD FAITH EFFORTS.....................................................................35 EXHIBIT 12-B BIDDERS LIST OF SUBCONTRACTORS (DBE AND NON -DBE) ..................... 39 EXHIBIT12-B PART I.........................................................................................................40 EXHIBIT 12-B PART II........................................................................................................41 EXHIBIT 16-B SUBCONTRACTING REQUEST........................................................Exhibit 16-B FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL AID CONSTRUCTION CONTRACTS....................................................................... FHWA-1273 CONTRACT....................................................................................................................... CON -1 FAITHFUL PERFORMANCE BOND................................................................................. A-1 LABOR AND MATERIALS PAYMENT BOND................................................................... B-1 INSURANCE REQUIREMENTS ............................................. ......................................... C-1 PROPOSAL..........................................................................................................................PR-1 DAVIS BACON FEDERAL WAGE DETERMINATIONS........................................................DB-1 SPECIAL PROVISIONS........................................................................................................SP-1 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Hard Copy to be submitted directly to the City Clerk prior to bid opening) DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ACKNOWLEDGEMENT OF ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall also confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL (LINE ITEMS to be completed via PlanetBids; however the declaration page must also be signed and included in your submittal) 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 NOTICE INVITING BIDS. REQUIRED STATE AND FEDERAL CERTIFICATIONS/DISCLOSURES: Equal Employment Opportunity Certification Public Contract Code Questionnaire Noncollusion Affidavit (Title 23 United States Code Section 113 and Public Contract Code Section 7106) Debarment and Suspension Certification Nonlobbying Certification for Federal -Aid Contracts Disclosure of Lobbying Activities (Standard Form LLL Rev. 09-12-97) Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) Exhibit 15-H DBE Information — Good Faith Efforts Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Part I and Part 11 Exhibit 16-B Subcontracting Request 2. Awarded Contractor shall furnish subcontractors' 1273 in the contractor/sub agreement. 3. 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. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLOS151f0261 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. The Davis -Bacon Wage determinations are available at Federal Wage website: htto://www.gpo.00v/davisbacon/ca.htmi 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq, of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 709151 A, B, Haz Contractor's License No. & Classification John S. Meek Company, Inc. t CL / /fel I Tvresider& 2, 2016 Date 61 C6?J 06 y, I(4 l aci uuA by FZIE1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) 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 John S. Meek Company Inc. Dollars ($10% of Amount Bid), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of PARK AVENUE OVER GRAND CANAL BRIDGE REPLACEMENT, Contract No. 6155 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 29th day of January , 2016. John S. Meek Company, Inc. BY: Name of Contractor (Principal) p4honzed Signature/Title SureTec Insurance Company Name of Surety 3033 5th Avenue, Suite 300 San Diego, CA 92103 Address of Surety (619)400-4106 Telephone In Authorized Melissa Lopez, Attorney -in -Fact Print Name and Title Presidwnl' (Notary acknowledgment of Principal & Surety must be attached) CAUFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ Orange ) On JAN 19 2016 before me, Michele A. Fedoruk, Notary Public Date Hen; Insert Name and Title of the Officer personally appeared Melissa Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(e) whose namem is/we subscribed to the within instrument and acknowledged to me that fie/she/+hey executed the same in fits/herA I;ieir authorized capacity", and that by4*dher/their signatur*) on the instrument the person(*, or the entity upon behalf of which the person(s) acted, executed the instrument. MICHELE A.FEDORLIK Commission # 2062160 _ . m Notary Public • California z Orange County s My Comm. Expires Mar 23, 2016' 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 _Z Q� Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 510610 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Christina Johnson, Melissa Lopez its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recogaizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 05/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizaaces, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 206 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this stn day of October, A.D. 2015 '01.Qu„„ SURETEC INSURANCE COMPANY S�nAN By: wtw 6� John l oxJi•:,� resident State of Texas ss: 1 V County of Harris On this 6th day of octcber, A.D. 2015 before me personally came John Knox Jr., to meknown, who, being by me duly sworn, did depose and say, that be resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument, that be knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his time thereto by like order. IS JACQUELYN MAblic ONotary PublicState of Texas My Comm. FxD_ 5118/2017 Jacq elyn Maldonado, Notary Public My commission expires May 18, 2017 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day of JAN 2 9 2016 AD M. Breift Beaty, Assistant ecretary Any Instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 8:00 pm CST. ACKNOWLEDGMENT ----------------------------------------------------- State of Califomia County of� l12+ss. On J4A4- c2 ,O!(o before me, Public, pers nally appeared 41� t.t-T�. ' Notary who proved to me on the basis of satisfactory ev nce to be the personal whose name(2) is/gee subscribed to the within instrument and acknowledged to me that he/s.ae/they executed the same in his/hoth& authorized capacity(ies), and that by his/hit/their signatures(s) on the instrument the person(,sr), or the entity upon behalf of which the person(s>j-acted, executed the instrument. I certify under PENALTY OF PERJURY under the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sig t laws of the State of California that the ANNA LISA PAILA Commission # 1978245 <-� 7- Notary P z Z ;�_,._-„ y ublic -California Z Los Angeles County D My, omm. Expires May 14, 2016 (seal) ----------------------------------------------------- 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 of Signer: Trustee Power of Attorney _ CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Thumbprint of Signer Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT ----------------------------------------------------- State of California County of On _ Public, personally ss. before me, appeared Notary who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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 (scsa!> ----------------------------------------------------- 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 of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) For each subcontractor listed, Contractor must also provide a signed Form 16-B Subcontracting Request, a copy of which is located in the STATE AND FEDERAL CERTIFICATIONS/DISCLOSURES portion of the Bid Documents. Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Address: DIR Number: Phone: State License Number: Name: Address: DIR Number: Phone: State License Number: Name: Address: DIR Number: Phone: i State License Number: John S. Meek Company, Inc. Bidder ',1112,J�IlPre-si2evtt'/ AuthorizedLSigriaturelfitle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-515110261 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name John S. Meek Company Inc Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 10 Current Record Record Record Record Record Year of for for for for for Record 2015 2014 2013 2012 2011 Total 2016 No. of contracts S-3 42 40 52 57 Total dollar Amount of Contracts (in n y,5� a5,a.M $20M $16M $14M $13M Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases ® 2 1 2 1 No. of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 10 Legal Business Name of Bidder: Business Address: Business Tel. No.: State Contractor's License No. and Classification: Title John S. Meek Company, Inc. 14732 So. Maple Avenue, Gardena CA 90248 (310)830-6323 709151 A, B, Haz 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. 1' Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. 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 of fewer than all of the partners/joint ventures if submitted 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 notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, joint venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. NOTARY ACKNOWLEDGMENT MUST BE ATTACHED 11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 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 Calif iia ) County ea ) On -I!o before me, 4 Date / nsert Name and Title Vithe Officer nJ personally appeared ���' /"• Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(B) whose name(s) iefare subscribed to the within instrument and acknowledged to me that he/s)ae/they executed the same in his/Fier/tbdir 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(1 acted, executed the instrument. ANNA LISA PAILA • Commission # 1976245 i'e`":. Notary Public - California z Los Angeles County il My Comm. Expires May 14, 2016 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ignature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: PAeeaa Document Number of Pages: Signer(s) Other Than Named Above: -" Capacity(ies) Claimed by Si nei;(s) Signer's Name: !teloSigner's Name: o J. /�� r— C'3't;orporate Officers): ' Fr6orporate Offi r - Title(s): au -F+ F-1Partner - LlLimited ElGeneral ❑Partner - ❑Limited ❑General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: r •. Date: ? - z -Ir- 02014 I6 ©2014 National Notary Association • www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT State of California County of }ss. On _ Public, personally before me, appeared Notary who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) 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: John S. Meek Company, Inc. Business Address: 14732 So. Maple Avenue, Gardena CA 90248 Telephone and Fax Number: (310) 830-6323, Fax (310) 835-2163 California State Contractor's License No. and Class: 709151 A, B, Haz (REQUIRED AT TIME OF AWARD) Original Date Issued: 07/05/1995 Expiration Date: 07/31/2017 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Ken Allred 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 John S. Meek President 14732 So. Maple Avenue, Gardena CA 90248 (310) 830-6323 Corporation organized under the laws of the State of California 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A 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; State of California, Department of Transportation 100 S. Main Street, Suite 1300 Los Angeles, CA 90012 (213) 687-6000 Briefly summarize the parties' claims and defenses; John S. Meek Company was due addition compensation for the state increasing scope of work. John S. Meek Company was paid 97% of our claims. Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 14 JOHN S J s M MEEK C 1 732 SO. MAPLE AVENUE COMPANY, IAko„7 hdpl11,?7n _ PI-OJECt .yUPCTIDLUI1C NA, CA 90248 GENERAL CON57RUL710NAND GON57RUC7I0 Responsibilities: TEL: (310) 830-6323 Responsible to direct pile driving operations and ensure a safe and pnr6 a1P)@3kSPkRIace for John S. Meek Company Personnel. EMAIL: general@johnsmeek.com Years Experience: 20 Certifications/Licenses/Awards: Journeyman Pile Driver OSHA Competent Person Certification Relevant Experience: • Superintendent Santa Monica Pier Oversee project to replace a large section of the iconic Santa Monica Pier. Work included driving new piles, removing the over 300' of the pier and construction of the new concrete underdeck structure, new timber stringers and decking and associated catwalks, handrails and utilities. • Superintendent Santa Rosa Island Pier Construction of new pier on pile foundations in the Channel Island National park including drilling piles through cobbles. Pile Driver General Foreman SCE 66kV Transmission Towers — Port of Long Beach Drive 240 each 16" precast concrete piles for 53 pole locations at various places in the Port of Long Beach. Superintendent Pacific Design Center Oversee project to drive 2,000 piles for the foundation of the new Pacific Red Building in Hollywood, California. Additional Related Projects: • Brawly Bypass - Piles • Middle Harbor Project — Install concrete sheet pile. • UPRR Sunset Line — Piles, Bridges Ocean Institute MJSLC — Install & Steel Sheet Pile Pile through Rock • UPRR LA Triple Track — Piles, C Street Off Ramp - Piles Bridges & Steel Sheet Pile General Construction: Pile Driving • Foundations • Marine • Shoring • FlazMat License #709151 n CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-515110261 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. John S. Meek Company, Inc. Bidder John S. Meek (Print name of Owner or President " of Corporation/ r pany) Auttiorzed Signature/Title President title February 2, 2016 Date Subscribed and sworn to (or affirmed) before me on this day of by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Notary Public [SEAL] My Commission Expires: 15 2016 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. StatdCali nia CouOn4 2a fb before me, 4 ate personally appeared k, Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(sywhose name(* is/are subscribed to the within instrument and acknowledged to me that he/sbe/they executed the same in his/pef/theirauthorized capacity(ios), and that by his/hp/t4& signature(*on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. J ANNA LISA PAILA Commission # 1978245 Notary Public -California z Los Angeles County n My Comm. Expires May 14, 2016 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature �— Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: �'✓G'�/ '✓4�SL✓S"�S'✓K✓5�4<Y4'y�i�✓. ✓4`?4�G�✓SV4�;4<�/'✓G'✓ ✓4\'`x.4 `✓4'L<"`✓S.�/ .+/5���.e/4�v, . v4�, '✓4'v4'Y '. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 ACKNOWLEDGEMENT OF ADDENDA Bidders name John S. Meek Company, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents (Note: Proposers must also confirm addenda electronically via PlanetBids.) Addendum 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type Bidders Name John S. Meek Company, Inc FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 p Project Name/Number Vmhac' pji(r FWir Project Description "t i 40M yatnroj PICT Approximate Construction Dates: From To: 5/�D16 Agency Name CN ofVUthtp Contact Person kle i�1 � Oc.'&r Telephone (10�) 65a' yS�6 Original Contract Amount $1240,000 Final Contract Amount $ 1E2GbGW If final amount is different from original, please explain (change orders, extra work, etc.) SUR 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. 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO515110261 No.2 /nn (► !- Project Name/Number /5044 Ac. kiyu Reac� S Roe 5A R Project Description mf Flog' Wa115 Approximate Construction Dates: From To: 5. ka8 Agency Name L45ACE f Contact Person Lulti Khl )Pali Telephone (,t13) 4Sei 330 Original Contract Amount $1004%W Final Contract Amount $ 20,149,6W If final amount is different from original, please explain (change orders, extra work, etc.) v 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. Te No. 3 Project Name/Number scow MOO;(Q f ;(f &I1G(j Project Description 1A5kt t ( 136c45 Approximate Construction Dates: From �1 5 To: 1'x01 Agency Name of 5,'t4%&AO'11to Contact Person (rk t I PACA Telephone (3110) 7;.G Original Contract Amount $ i3`i,uro Final Contract Amount $ �1,3U06 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 18 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-515110261 No. 4 rt Project Name/Number Lost (unyon 1 Qr��� UTAC4lny Project DescriptionLt%idtn ce Approximate Construction Dates: From olkt5 To: Agency Name C' }r o Q tAf c, ( ICtf }`' Contact Person JQ-Wt Tony Telephone (w Original Contract Amount Final Contract Amount $ 174,600 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. S ff1 � n 6� Project Name/Number �'�q/rfl'b4 a( Y T4 Project Description fl2 bf o P;ec.?w 5 Approximate Construction Dates: From '7120 S To: s/�( d Agency Name brwtlt (ota/11 ( P"(k Wo&k5 Contact Person ®Cj'GJ'd 't / I/-5 Telephone (71� )- -140 Original Contract Amount $ 541-v o Final Contract Amount $ S (,000 If final amount is different from original, please explain (change orders, extra work, etc.) N 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. a 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) No. Project Name/Number qwt Project Description_het 4ir 4sphd 6U1 -i Approximate Construction Dates: From I�1 r5 To: 9L Agency Agency Name C;+y 011' 1-05 Contact Person &enc C -4,0C 5 Telephone P3) 17l -DRC 0 Original Contract Amount $ 2%111160 Final Contract Amount $ 245. 900 If final amount is different from original, please explain (change orders, extra work, etc.) E Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N—. §�7ayejlc Project Name/Number ✓^ OrrVe- Project Description 84Mec, Approximate Construction Dates: Fromn 15 To: //;L016 Agency Name C41 o7" I-0-)/�nWc, 5 Contact Person GtA-e (✓ kwa'5 Telephone (alb 10o -t)94 I Original Contract Amount $ �)LLJL J'Winal Contract Amount $ 2Jq 00(7 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 0 iF:] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-5151(026) No. d � L n Project Name/Number Si�gWal�t KPj/J�prf q Project Description RcdAce :5(e�e WgIF7 Approximate Construction Dates: From %(S To: 7/aOl S Agency Name G0 ¢% Of" LOS i oowe- 5 Contact Person _ L dt( � / D)` Telephone (71th 730-e2300 Original Contract Amount $ 7 7&00OFinal Contract Amount $ ti 90OL000 If final amount is different from original, please explain (change orders, extra work, etc.) lliym5cr gtAQA141e-5 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. J No. 6 C Project Name/Number ✓K Vq le'q G Project Description jr 5FPCC4-53r SlJtcdcaIk5 Approximate Construction Dates: From /� 3/a6l g 0 (5- To: o Agency Name Ct -( 0 L� 4n yt'1e-5 Contact Person C%fIf5 Vt �R Fu e4 lc Telephone (,2I1 �L2T- ySf 7 Original Contract Amount $'1,404'"FinalContract Amount $ ('1,300,000 If final amount is different from original, please explain (change orders, extra work, etc.) veam5v'� 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. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT N0.6155 BRLO-5151(026) 0 Project Name/Number u!YA Pool 1-mis c- /Svo,'i- Project Description _Aggit AJ/514e Approximate Construction Dates: From 3400 To: 512oI6 Agency Name 64% 014 �05 &dc -5 Contact Person 6clle Telephone (213) 979-M62, Original Contract Amount $ 0 000 Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. tv Project Name/Number t✓p cscell� / QrNe- & U'6AL(6 4 Project Description Rer14CG l�J" rct t Approximate Construction Dates: FromN 7,)1�( To: 6/ADl s Agency Name �f OT LO5 AaWe5 Contact Person Wll YUM P 5 h Telephone V13) 47$'01-6 6 Original Contract Amount $ 5 X130 Final Contract Amount $ Licit, RSX If final amount is different from original, please explain (change orders, extra work, etc.) twwe 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. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) NUJ2..,,912 Project Name/Number Project Description A@U1e1e (( ICE�i d r Approximate Construction Dates: From "fq To: III 01 Agency Name C�nn�y 0� OKAA4 Contact Person kwjwnd hull) w5 Telephone (�O6) 7102 Original Contract Amount $ ii Y01 Final Contract Amount $10 1�OOd If final amount is different from original, please explain (change orders, extra work, etc.) vafev5e'� 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. 13 Project Name/Number Project Description ©r( t 11 enc.; r Approximate Construction Dates: From 'oIq To: 5/2015" Agency Name Cf * 0 ' HUAPE J %�1 &kC h Contact Person OrA VL VC/0(t Telephone (71' 2i % 5- /J'/71 Original Contract Amount $ 04.0 Final Contract Amount $ 617-000 If final amount is different from original, please explain (change orders, extra work, etc.) Tno'md 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. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) No._tl I L Project Name/Number Par Project Description Approximate Construction Dates: From �� 2�1'J To:_ S��G16 Agency Name P64 6t" �.eno, cls Contact Person _RQY-A 664 Ch", Telephone (,%9) 2$3-9253 Original Contract Amount $ '�,61QW Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) VA 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. g IS n Project Name/Number oack to Project Description Off k- RTkCC6UtfA+ Approximate Construction/ Dates: From V19'013 To:Z1�15 Agency Name_( � l o I' 1-649 bftc� Contact Person�AAekc V" & tr Telephone(ib;j 5704ilt Original Contract Amount $ a 21111( $ S, bt06 9 Final Contract Amount 2. If final amount is different from original, please explain (change orders, extra work, etc.) Undrr►Jw1ci e(cc%�lca l IJ^G Wct S 11A 1Ae't4ft WIF AJ r/0j,..,i— J 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. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO.5151(026) No. 4116 Project Name/Number Project Description kc+( 'I1 ,'�q Approximate Construction Dates: From !a2 1 To: Agency Name Cvmt / of nrq/2G11. Contact Person _ RAM f A 1%d24 (-h Telephone (71H) 2QS-- t)rd I Original Contract Amount $1:'142,"OFinal Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Project Name/Number 6f Fof k Over NOTA Fn1 k J(, 645 Falk ovu Project Description Approximate Construction Dates: From 1/12P(3 To; '7IL.201 4 Agency Name ( v%4A V OF L -OS Qn.c e/G a Contact Person J o $C f0 k Telephone 04 951 - 2'19 1 Original Contract Amount $ a,441P0Ainal Contract Amount $ 02,00,600 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 0 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 No. I$ Project Name/Number Project Description �)(o/)e #&pcf)r Approximate Construction Dates: From — To: iZ01 Agency Name 4 DrL � �l3 1,05 ArL5de, S Contact Person 6cec CC C'fJ3 Telephone (,Rij_&G-64,(63 Original Contract Amount $ G0 Final Contract Amount $ Sw�i,e%s If final amount is different from original, please explain (change orders, extra work, etc.) S�vnli`I(cni iAff/GCP.7 _ e 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. 14 Project Name/Number Project Description Approximate Construction Dates: From Agency Name T Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) No. 4 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person T Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-5151(026) No. 6 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 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. John S. Meek Company, Inc. ",/� �� �� �� / Pre siderd— der A( thonzed Sigriature/Title 20 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) NON -COLLUSION AFFIDAVIT State of Cal fomia ) County of Los Angeles) ss. John S. Meek being first duly sworn, deposes and says that he ershe is President of _ John S. Meek Company, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. % I declare under penalty of perjury of the laws of the State of, California that the foregoing is true i(nd correct. John S. Meek Company, Inc. y"/rti //L L/ �,/ Nresfdana Bidder Authoriz6d Sionaturefritle T— Subscribed and sworn to (or affirmed) before me on this day of 2016 by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 21 Notary Public My Commission Expires: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 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 OA'before me ) On d, �ZO t�F-•�-�-- ate , Here nsert Name and Title of the fficer personally appeared A Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persolqW whose name* is/ire subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/Wtheirauthorized capacity( and that by his/her/their signature(e) on the instrument the person(*, or the entity upon behalf of which the person(.*acted, executed the instrument. •,: ANNA LISA PAILA Commission # 1978245 -az z -r Notary Public - California Z a D Los Angeles County My Comm. Expires May 14, 2016 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature nature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: OI • • • • • • •• :11 v• :11.J L•1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 DESIGNATION OF SURETIES Bidders name John S. Meek Company, 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): Performance Bonding Surety & Insurance Brokerage L.P. 15901 Red Hill Avenue, Suite 100, Tustin CA 92780 (714) 505-7000 SureTec Insurance Company 3033 5th Avenue, Suite 300, San Diego CA 92103 (800) 288-0351 22 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT N0.6155 BRLO-5151(026) STATE AND FEDERAL CERTIFICATION! 23 URES CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-515110261 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder John S. Meek Company Inc. proposed subcontractor(s) 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. Depart of Labor. i 7 By: Date: February 2, 2016 Title: By: Name: Title: By: Name: Title: 24 Date: Date: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-5151(026) 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 J 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 check mark 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 cautioged that making a false certification may subject the certifier to criminal prosecution. By: I -rvf ^ Name: John S. N Title: ; President Date: February 2, 2016 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 V If the answer is yes, explain the circumstances in the following space. 25 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO.6155 BRLO-5151(026) Public Contract Code 10232 Statement In conformance with Public Contract Code Sectioi under penalty of perjury, that no more than one fi of court by a federal court has been issue( immediately preceding two year period because with an order of a federal court which orders the the National Labor Relations Board. By: Name Title: 1 10232, the Contractor, hereby states nal un -appealable finding of contempt against the Contractor within the of the Contractor's failure to comply Contractor to comply with an order of 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. 26 Date: February 2, 2016 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-5151(026) Noncollusion affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY/ COUNTY of Orange DEPARTMENT OF PUBLIC WORKS In conformance with Title 23 United States Code Section 112 and Public Works 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, conniver 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, 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 Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 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 thereo)f shall also constitute signature of this Certification. By: Name: Title: 0.3 Date: February 2, 2016 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO5151(0261 NONLOBBYING CERTIFICATION 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. 09 COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report 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 For Material Change Only: e. loan guarantee year_ quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 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 DepartmenVAgency: 8. Federal Action Number, if known: 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual ❑ planned a. retainer b. one-time fee 12. Form of Payment (check all that apply): c. commission ea. 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 Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes IJ No ❑ 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: LLL 30 Signature: L�"- l Print Name: /John S. Meek I Title: 'President Telephone No.: (310) 830-6323 Date: 02/02/16 Authorized for Local Reproduction Standard Form - LLL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO5151(026) INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure forth 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 make 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 forth 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 full 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. 6. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (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 full name, address, city, state 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). 11. 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(es). 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(es). 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. 31 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6156 BRLO-515110261 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. 32 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 EXHIBIT 12-B BIDDER'S LIST OF SUBCONTRACTORS (DBE AND NON -DBE) PART I & PART 11 39 a H N�c a i 0 �7► = O C n z r N n n a p n mn n 3 W''ea v Da�'m a= S. CD N 0 rn W O� 1� P W W P y m t"p tA m N N y rn w 3 ) 5 5 ri .L1 O YO -s xaCD X � rj X k0 � V C � � ❑❑ ❑ ❑ ❑ �❑ ❑ El© ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 7 V 49(A A A A A 69 �iA V A EA fA A A iA yj� A V Efl 69 A A A A (fl y V A V9 EA A E9�� f�D C 01 N O �' 01010 0' (71010 0' 010100' N 01 333 3333. 3. 333.3 3333.3. �, j• 7 3 7 7 7 7. 0 7. 3 � - 7 7' 7 No' N CD j 7 ! 1 T (D 0 O O� i a M O O i } E ro 6 m. :� ;gyp j D' 1t- W. K tOo -b t,/,—,E I -b �vJ -r t0 M. A O'er ��-c 3 O �.z .1 d'O M z 3' aO? m m CO I m tmn m; m m y' c ! a H 8 Co W g Z J C� 1 0 G CL. 1z�� a Z.<�a Q� O� a m �jn m Q v �n n �co �a3 `Q m +'m �m ati m m mm �o H 3 O Q � ID o C i* CD 00 (D 0 1< TISI O � m W s T v? T T - T� k W� - X Z X C R X vaa O O O W m w (D (OD K A JAV ❑❑❑❑❑ ❑❑❑❑❑❑❑ !�I❑❑❑❑V A A n n V A A n A A n n I v A A n n.Zi�v! �+69v+ ���u> 6969v3En Iva 69 fflvcncna cncnCDcnoCn� Ic�nCA0(n333.. 333.3333 333330o.o a o 0 0 0 0 t o o' o0007 7 0 0 17 7 0 0 N Sn l � Q !! O N "a O 03 rxcr 7C O i A i OQ r � -7 -n❑ y aa'tn dm 3 m °Iz m, W 1 i r m R. q c c �r(—D n�2 S24 CD y N`P A uuuLL� czo" uuL-LlL r LLLJE� LJ LJ❑� 3 v n L n n v n n n n - v n n n n v n n N ,zf� -f s x bi,69 x x H,4969 x to p X w�� C CD CD s W 3 ` -AN cr,5 uuuLL� uuL-LlL r LLLJE� LJ LJ❑� 3 v n n n n v n n n n - v n n n n v n n N (A�699 bi,69 4Aw6969 H,4969 to fA 6s w�� C 933.33 33333;. 3. 3.3.3. 3333=: G) oo'-o'00 7 3 0'0'000:-00000 7 7 00000 7= 7 7 7 7 `_':3 7 7= 3 7 Z;; o� m EXHIBIT 16-B SUBCONTRACTING REQUEST DC -CEM -1201 (REV. 4/94) (OLD HC -45) CT# 7541-3514-7 Exhibit 16-B Local Assistance Procedures Manual Subcontracting Request STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION SUBCONTRACTING REQUEST DC -CEM -1201 (REV. 4/94) (OLD FIC -45) CT# 7541-3514-7 EXHIBIT 16-B FRONT See Instructions On Back REQUEST NUMBER CONTRACTOR NAME COUNTYROUTE John S. Meek Company, Inc. Los Angeles BUSINESS ADDRESS CONTRACT NO. 14732 So. Maple Avenue 6155 CITY/STATE ZIP CODE FEDERAL AID PROJECT NO. (From Special Gardena, CA 90248 Provisions) SUBCONTRACTOR (Name, Bovines Address, Phone) BID ITEM NUMBER(S) % BID ITEM CHECKIF: (See Categories Below) DESCRIBE WORK WHEN LESS TITAN 100% OF S AMOUNT BASED ON SUBBED 1 2) (3) WORK IS SUBBED BID S AMOUNT P.skxk PI„j; �eq owlt r(A y611/li, Ayvt, "AT Nh.rb".) Sw,' 6H6'ea reB:II H}Inrtr;MA bWra77ny RrNlr+deFA 19 Otwdts'45 'r $gIdOA'aa 9SI-737-5391 e 44s4� Al%) CA SS,14,i1/f4D wl49vIW' .��"t„sf60"b Alc&t%F.+t#.,OrvMtreR 7'V•Iw- 4 69 M+Ms.11 >j4y1fo1"'T c -44b ('.off,'Acni� CNA "*0#-, cA 29,36 !a,'rrlcrS 3aY0,Tac'0D }oci ,V5 -u teo Aar:..,, twlsr.lu, O'^^14cA 'lIN41,5"w 6Z. C3 S.pvtr. 44;g�1{ia.�6lttWwRnre.<A 1041 a5 Shekrc h- .�yy,23R'0s IWfrsrl Dra+�tiifll (,.i,h�.ts,s, S. AW, 141 6 W ~' DeI,o1,Wa, 310-73?-tY9f ,S-OD'37• 4niyr;+y lhbnrp(.r<rs, FcrriS/CA 1D H 27 3.1,5154 >ti k..lmf �Yff;Syf`ad Categories: 1) specialty 2) Listed Under Fair Practices Act 3) Certified DBE/MBE/WBE/DVBE I Certify That: • The Standard Provisions for labor set forth in the contract apply to the subcontracted work. • If applicable, (Federal Aid Projects only) Section 14 (Federal Requirements) of the Special Provisions have been inserted in the subcontracts and shall be incorporated in any lower -tier subcontract. Written contracts have been executed for the above noted subcontracted work. 'Fr: is section is to be completed by the Resident Engineer 1. Total of bid items................................................................................................................ 2. Specialty items (previously requested)................................................................. $ 3. Specialty items (this request)............................................................................... $ 4. Total (lines 2+3)................................................................................................... _ $ 5. Contractor must perform with own forces (lines 1 minus 4) x__% .......... 6. Bid items previously subcontracted..................................................................... $ 7. Bid items subcontracted ( this request)................................................................ $ 8. Total (lines 6+7)................................................................................................... _ $ 9. Balance of work Contractor to perform (lines 1 minus 8) .................................... $ 2016 ..... I ..................... $ 43 Pca�c I o•F ;I— 1,100' Local Assistance Procedures Manual Subcontracting Request STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION SUBCONTRACTING REQUEST DC -CEM -1201 (REV. 4/94) (OLD HC -45) CT# 7541-3514-7 EXHIBIT 16-B FRONT See Instructions On Back REQUEST NUMBER CONTRACTORNAME Lkyt COUNTY ROUTE 5_ me4k Cm lac, Los Anks If BUSINESSADDRESS CONTRACT CITY/STATE ZIY CODE FEDERAL AID PROJECT NO. (From Special / CA (� („�-1'A�j DCHECK Provisions) SUBCONTRACTOR (Name, Business Address, phone) BID ITEM NUMBER(S) %OFBID ITEM IF: (See Categories Below) DESCRIBE WORK WHEN LESS THAN 100% OF $AMOUNT BASED ON SUBBED (1) (2) 3 WORK IS SUBBED BID SAMOUNT 81" irvnr U'4 S.tla.aae2 46-441-3538 Is) li xW1000'ro t/IEI.t4ricreai.na,(A 405-156-rTrr 3i,yY L,)Ir+fvl *7y,310-" AC4Cs4y tietG 11lulu'CA L(ytra)c&rritr �1711Y70'eo Y01.391•u4ij �rD DJ. 5C140CrlPOrtied42(A 2pry11r:0 G2b1I sfbGOtO�D'oo 104 -SILT =414 13 Categories: WI3E/DV1) Specialty 2) Listed Under Fair Practices Act 3) Certified DBE/MBE/BE I Certify That: • The Standard Provisions for labor set forth in the contract apply to the subcontracted work • If applicable, (Federal Aid Projects only) Section 14 (Federal Requirements) of the Special Provisions have been inserted in the subcontracts and shall be incorporated in any lower -tier subcontract. Written contracts have been executed for the above noted subcontracted work. VOTE: This section is to be completed by the Resident Engineer 1. 2. 3. 4. 5. 6. 7. 8. 9. Totalof bid items............................................................................... Specialty items (previously requested) ....................................... Specialty items (this request) ..................................................... Total(lines 2+3)......................................................................... Contractor must perform with own forces (lines 1 minus 4) x_ Bid items previously subcontracted ........................................... Bid items subcontracted ( this request) ...................................... Total(lines 6+7).............................................................._......... Balance of work Contractor to perform (lines I minus 8)........... ................................................................ $ ............... $ ................ $ on ........................................... $ .......................... $ .......................... $ .......................... $ ................ -....... $ 43 f0.yt 2. -P;� 3. Copy- local agency Labor Compliance Officer 4. Contractor's Information Copy EXHIBIT 16-B Local Assistance Procedures Manual Subcontracting Request Back INSTRUCTIONS FOR COMPLETING SUBCONTRACTING REQUEST FORM All First-tier subcontractors must be included on a subcontracting request. Submit in accordance with Section 8-1.01 of the Caltrans Standard Specifications. Type or print requested information. Information copy is to be retained by the contractor. Submit other copies to project's Resident Engineer. After approval, the original will be returned to the contractor. When an entire item is subcontracted, the value to be shown is the contractor's bid price. When a portion of an item is subcontracted, describe the portion, and show the % of bid item and value. THIS FORM IS NOT TO BE USED FOR SUBSTITUTIONS. Prior to submittal of Form CEM -1201 involving a replacement Subcontractor, submit a separate written request for approval to substitute a listed subcontractor. Section 4107 of the Government Code covers the conditions for substitution. Submit a separate written request for approval of any DBE/MBE/WBE/DVBE substitution. Include appropriate backup information and state what efforts were made to accomplish the same dollar value of work by other certified DBE/MBE/WBE/DVBEs. NOTE: For contractors who will be performing work on railroad property, it is necessary for the contractor to complete and submit the Certificate of Insurance (State Form DH -OS -Al OA) naming the subcontractor as insured. No work shall be allowed which involves encroachment on railroad property until the specified insurance has been approved. 44 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Date of Last Revision: May 1, 2012 The Bidder hereby declares that FHWA-1273, Required Contract Provisions: Federal -Aid Construction Contracts, has been received and reviewed as part of this NOTICE INVITING BIDS. The above certification is part of,the Proposal. Signing this Proposal on the signature portion thereof shall also const signature of this Certification. By: /� / Date: February 2, 2016 Title: FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying 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 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this forth 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). 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. Forth 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). 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 bid proposal or request for proposal 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). 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 contractors 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. FHWA-1273 -- Revised May 1, 2012 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. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 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 60, 29 CFR 1626-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, 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 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, 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 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 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 (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 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 contractors project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 at seq.) set forth under 28 CFR 35 and 29 CFR 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. 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, 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 contractors staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who 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. b. All new supervisory or personnel office employees WII 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 contractors procedures for locating and hiring minorities and women. J. Notices and posters setting forth the contractors 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 meetthis 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 contractors 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. S. 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, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure 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. J. 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, andwill take appropriate corrective action 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 contmctor 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. 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, 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. it. 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, 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 I 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 there under. 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, 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 and 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. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contmctor 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 contracting agency deems appropriate. 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: (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 Forth 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 $10,000 or more. 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, 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 contractors 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). The requirements apply to all projects located within the right -of - my of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. 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 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(1bx2) 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 t.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 (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, Employment Standards Administration, 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 Wage and Hour Administrator for determination. The Wage and Hour 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 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 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)(2XB) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of tabor has found under 29 CFR 5.5(a)(1 xiv) 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)(2XB) 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 at http://www.dol.gov/esalwhd/fomsAvh347instr.htm or its successor 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 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 §5.5 (ax3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (ax3)(i) of Regulations, 29 CFR part 5, 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 Regulations, 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 propedy 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 section 1001 of title 18 and section 231 of title 31 of the United States Code. 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 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 contractors or subcontractors 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 and 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 thejob 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 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. 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. 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. 9. Disputes concerning labor standards. 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. 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 fine 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 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 rete 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. 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 liableto 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 of $10 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. 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. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (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. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 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" 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: (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. 2. 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. 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. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s 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 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. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into 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 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). 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 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). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s 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 concemed 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, Forth FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 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, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 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 AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federalaid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an avrard due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or rause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 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. 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. 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. 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. 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 and 1200. "First Ter Covered Transactions" refers to any covered transaction between a grantee or subgrantee 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 grantee or subgrantee 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). I. 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. 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. 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. 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 Excluded Parties List System website (httos://wwmeols.aov/), which is compiled by the General Services Administration. 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. 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, orvoluntarily excluded from participating in covered transactions by any Federal department or agency; (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; (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 (aM2) of this certification; 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. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. 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) a. By signing and submitting this proposal, the prospective lower tier 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 10 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. 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 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee 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 grantee or subgrantee 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. 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. 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 Excluded Parties List System website (httos:!/www.eols aov/), which is compiled by the General Services Administration. 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. 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 is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall 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 20). 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 subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 11 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS 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 (1c) 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 wntractor 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 wntmct 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 wntractor'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. 12 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. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO 5151 (026) CONTRACT NO. 6155 DATE: JANUARY 26, 2016 BY: OA t't�FJy� City E gineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. 1. Prevailing Wage Rates: a. The prevailing wage rates (CA160035 01/15/2016 CA35) have been updated. By signing Addendum No. 1, the bidder certifies that he/she has reviewed and is aware of the updated wage rates and has included the cost of current wage rates in the unit bid prices. 2. Notice Inviting Bids — Cover Sheet a. The Notice Inviting Bids cover sheet shall be replaced with the attached signed PDF copy from this Addendum No, 1. 3. Plans — Title Sheet a. The Title Sheet shall be replaced with the attached signed PDF copy from this Addendum No. 1. 4. Replace Section 6-7.4 Working Hours in its entirety with the following: 6-7.4 Working Hours Normal working hours are limited to 7:00 A.M. to 5:00 P.M., Monday through Friday. However, to assist the Contractor toward substantial completion by 1218/2016, the City could issue no -cost authorizations to the Contractor to continue low -noise work till 7:00 P.M Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. if the Contractor desires to work on Saturdays between the hours of 8.00AM and 3:00PM, a request to the Engineer for permission for such work shall be made at least 72 hours in advance. Saturday work will not be counted against the total 225 working days allocated for this project. Additionally, if the work is progressing to the satisfaction of the Engineer, the City could consider waiving the $152.00 per hour supplemental inspection fee for work performed outside of the normal working hours. 3. Add to the end of Section 2-6.1 Project Constraints Item No. 1 with the following: "Contractor should also be aware and sensitive to the fact that residences are immediately adjacent to the project site and the workforce's daily mobilization and gather at the project site prior to 7AM can be disturbing to the residents." Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. John S. Meek Company, Inc. Bidder's Name (Please Print) February 2 2016 Date Authorized Signature & Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO 5151 (026) CONTRACT NO. 61/ 51 DATE: JANUARY 28, 2016 BY: KV City En ineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. 1. PLANS - Replace Plan Sheet No. 2 with revised Plan Sheet No. 2. 2. PLANS - Replace Plan Sheet No. 4 with revised Plan Sheet No. 4. 3. PLANS — Sheet 14, Anchor Bolts Length is hereby revised to read 22". 4. PLANS — Sheet 30, Note No. 2 is hereby clarified that field bending is required. Repair the coating for any loss immediately. 5. PLANS — Sheet 30, Note No. 6 is hereby clarified to reference #10 bars and any service splice is acceptable for #10 continuous bars. 6. SPECIFICATIONS — GENERAL EXPLANATION The City will maintain status as the generator of any and all hazardous materials existing at the project site and will sign manifests as such. 7. SPECIFICATIONS - Add "Required Federal -Aid Contract Language" Exhibit 12-G in its entirety. a. http://www dot ca gov/hg/LocaIPrograms/lam/forms/chapterl2/12g pdf 8. SPECIFICATIONS - Add "Implementation of Cargo Preference Act Requirements" OB 16-01 in its entirety. a. http://www.dot.ca.-gov/hq/LocalPrograms/DLA 0B/2016/ob16-01.pdf b. http://www.dot.ca.gov/hq/LocalPrograms/DLA OB/2016/obl6- 01 attachmentl.pdf c. http://www.dot.ca.gov/hq/LocalPrograms/DLA OB/2016/obl6- 01 attachment2.pdf 9. SPECIFICAITONS - Add "Federal Trainee Program" per the attached rules (2 pages) as contained in Chapter -12 of the Caltrans Local Assistance Program Manual. 10. SPECIFICATIONS - Replace Item No. 13 in its entirety within "Section 9 — Measurement and Payment" with the following: Item No. 13 Install/Maintain/Remove Temporary Bridge: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for furnishing and installing a fully -engineered simple span 700XS Acrow Panel Bridge, or approved equal, of modular galvanized steel construction (panel type) temporary bridge, including but not limited to, structural design inclusive of all anticipated dead and live loads including the passage of 60' long fully loaded fire trucks, coordination with the various parties, furnish and place 2" thick asphalt concrete overlay on all riding surfaces, complete maintenance, and removal once Park Avenue bridge is re -opened, replacement of existing handrail that may need to be removed for the installation of the temporary bridge, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. 11. SPECIFICATIONS - Revised Section 9 — Measurement and Payment: Line Items No. 36 and No. 37 have been changed from "Cubic Yard" to "Linear Foot." 12. SPECIFICATIONS - Replace Item No. 59 in its entirety within "Section 9 — Measurement and Payment" with the following: Item No. 59 Furnish/Install Pedestrian Ramps/Stairs Metal Handrails: Payment shall be made as measured longitudinally along the handrail. Work under this item shall include the following: Construct Metal Railing and Hand Railing: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for construct metal hand railing, including excavation and backfill, posts,icp kets, handrail, sleeves, hardware,rg out, welding, anodized black hardcoat finish. and incidentals and shall include all other incidentals, as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Construct Wall -Mounted Metal Hand Railing: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for construct wall mounted metal hand railing, including drilling, brackets, wall flange" railing, hardware, welding, anodized black hardcoat finish, and incidentals and shall include all other incidentals, as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. 13. SPECIFICATIONS - Replace Item No. 60 in its entirety within "Section 9 — Measurement and Payment' with the following: Item No. 60 Install Flag Holder: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for construct barrier mounted metal flag holders, including drilling, anchoring/mounting, hardware, welding, anodized black hardcoat finish, and incidentals and shall include all other incidentals, as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. 14. SPECIFICATIONS - Replace Section 206-5.2 Metal Hand Railings Materials in its entirety with the following: 206-5.2 METAL HAND RAILINGS MATERIALS Railings and handrails shall be fabricated from Type 6063-T6 aluminum alloy. Brackets, fittings, end caps, and other components shall be fabricated from Type 6063-T5 aluminum alloy. Fasteners shall be fabricated from Type 18-8 stainless steel. Railings, handrails, connections, post embedments and attachments to portland cement concrete shall be designed per AASHTO specifications to support 50 pound per linear foot vertical and lateral loads acting simultaneously on each member. Submittals are required. Railings and handrails shall be anodized fabricated to Class 1, black hardcoat finish (0.7 mils minimum thickness). 15. SPECIFICATIONS - Replace Section 206-7 FLAG HOLDER in its entirety with the following: 206-7 FLAG HOLDER Flag holders (exhibit included in the Appendices)shall be heavy duty cast aluminum, alloy designation 6063-T6, minimum yield strength of 50,000 psi, and anodized fabricated to Class 1, black hardcoat finish (0.7 mils minimum thickness). Dimensions, diameter and angle shall be as shown in the plans. Bolts, attachment hardware, and other fittings shall be galvanized in accordance with Section 210-3, "Galvanizing," of the Standard Specifications of Public Works Construction. 16. SPECIFICATIONS - Replace Section 304-2.2.1 Metal Hand Railings — General in its entirety with the following: 304-2.2.1 Fabrication Add to this section: "Railings and handrails shall be fabricated and installed so that all fasteners, welds and attachments are concealed. Pickets and posts shall be vertical. Attachments to and embedment into concrete shall be sufficient to develop the full strength of the railing or post. Pickets, spears, and ornamentation shall be welded to railing panels prior to anodizing the panels. Welds shall be full penetration. Torch or flame cutting is not permitted. Railings and handrails shall be anodized fabrication to Class 1, black hardcoat finish (0.7 mils minimum thickness). The Contractor shall submit at least 4 sets of shop drawings; 1 set of substantiating calculations for railing, posts, post embedment and connections; and 4 sets of 3 color samples of the proposed black anodized finish to the Engineer for approval in accordance Section 2-5.3 and the following requirements: a) The Contractor shall verify the location and spacing of railing and handrail posts, embedment and connections by field measurement prior to fabrication. b) The Contractor shall submit fully detailed shop drawings, calculations and color samples at least 2 weeks prior to the need for fabrication and anodizing. c) Samples shall be actual production components that are large enough to be used as process control samples for visual comparison of color. d) Samples shall be individually marked as to physical characteristics. e) The Engineer shall approve 2 of the 3 samples to be used for process control and color. fl At least 2 sets of the approved shop drawings and color samples will be returned to the Contractor for his use." 17. SPECIFICATIONS - Replace Section 304-2.1.3 Installation in its entirety with the following: 304-2.1.3 Installation. Add to this section: "If a railing or handrail will be removed that is adjacent to an in -use public sidewalk or stairway, the Contractor shall provide and install temporary railings or handrails until the permanent railings or handrails are reinstalled. The Contractor shall submit plans and substantiating calculations for temporary railing or handrail materials, placement, and method of installation to the Engineer for approval at least two weeks prior to the need for temporary railing or handrail installations. The Contractor shall grout posts of anodized railings and handrails into core - drilled holes with Por -Roc or Quik Rok. The surface of the grout shall be sloped to drain moisture away from posts. The Contractor shall protect the anodized finish from damage throughout final acceptance of the work. Exposed surfaces shall be clean and free of scratches, water stains, and other blemishes. Prior to acceptance by the Engineer, the Contractor shall remove and replace railing and handrail components that are damaged or non -conforming to the approved color control samples. The Contractor's replacements shall be at no extra cost to the City, and shall be approved by the Engineer prior to installation." 18. SPECIFICATIONS — SECTION 317-9 — BRIDGE REINFORCEMENT is hereby amended with "All reinforcing, including the approach ramps, barrier, and site concrete shall be epoxy coated." 19. SPECIFICATIONS - Replace Appendix III — "Geotechnical — Fountain Report" in its entirety with the attached. 20. SPECIFICATIONS - Replace Appendix V9b) — "Light Pole: South Coat Lighting Traditional Series", in its entirety with the attached. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. John S. Meek Company, Inc. Bidder's Name (Please Print) February 2, 2016 Date Auth' rized Signature & Title a41.16/vr'4 v WIIPUONNV »s I ®p�p1 1 ; - .10. LL � tell I 01 1 tt pp � ♦p y £ y £ 9 09eese00 O O®6 ®® 9 ® ® ®® ® , 1 kJ 4 £ ^A rT A "v@ 3Atl3N01Y9V ..� a .<r ! e --- - - „ „ w3ntl----- - i Ytl� A Axp ! N�'� WZ1 W(W�F WF W < w W Q v �i Nd o.94 ABY g— w � All I i e _ _ a IYNv3UNtltl`JQ I I NNtlD UNtltlO Ii TON" —__ R. _W _._____, Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language EXHIBIT 12-G REQUIRED FEDERAL -AID CONTRACT LANGUAGE (For Local Assistance Construction Projects) The following language must be incorporated into all Local Assistance Federal -aid construction contracts. The following language, with minor edits, was taken from the 2010 Caltrans Standard Specifications, Revised Standard Specifications issued by Caltrans Office Engineer, and the Code of Federal Regulations. Table of Contents Section Page No. 1. DISADVANTAGEDBUSIIVESSENTERPRISES(DBE)......................................................................2 DBECOMMITMENT SUBMITTAL....................................................................................................................2 GOOD FAITH EFFORTS SUBMITTAL..............................................................................................................3 EXHIBIT 15-G LOCAL AGENCY BIDDER DBE INFORMATION (CONSTRUCTION CONTRACTS).4 SUBCONTRACTOR AND DISADVANTAGED BUSINESS ENTERPRISE RECORDS ..............................4 PERFORMANCE OF DISADVANTAGED BUSINESS ENTERPRISES.........................................................4 2. BID OPENING.........................................................................................................................................................5 3. BID RIGGING.........................................................................................................................................................5 4. CONTRACT AWARD............................................................................................................................................5 5. CONTRACTOR LICENSE....................................................................................................................................5 6. DIFFERING SITE CONDITIONS.........................................................................................................................5 CONTRACTOR'S NOTIFICATION....................................................................................................................5 ENGINEER'S INVESTIGATION AND DECISION ........................ ................................................................... 6 7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES...............................6 8. BUY AMERICA.......................................................................................................................................................6 9. QUALITY ASSURANCE........................................................................................................................................6 10. PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS...................................................7 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONTRACTS ..................7 12. FEMALE AND MIONORITY GOALS...............................................................................................................18 13. FEDERAL TRAINEE PROGRAM.....................................................................................................................19 14. TITLE VI ASSURANCES 22 Page 1 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language L DISADVANTAGED BUSINESS ENTERPRISES (DBE) Under 49 CFR 26.13(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. Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a goal for DBEs. Make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. Meet the DBE goal shown elsewhere in these special provisions or demonstrate that you made adequate good faith efforts to meet this goal. It is your responsibility to verify that the DBE firm is certified as DBE at date of bid opening. For a list of DBEs certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hgibep/find certified.htm. All DBE participation will count toward the California Department of Transportation's federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase from DBEs counts towards the goal in the following manner: • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. • 60 percent counts if the materials or supplies are obtained from a DBE regular dealer. • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d)(1) through (4) and (6). a. DBE Commitment Submittal Submit the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form, included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid. If the DBE Commitment form is not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the DBE Commitment form to the Agency. DBE Commitment form must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening. Other bidders do not need to submit the DBE Commitment form unless the Agency requests it. If the Agency requests you to submit a DBE Commitment form, submit the completed form within 4 business days of the request. Submit written confirmation from each DBE stating that it is participating in the contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If you do not submit the DBE Commitment form within the specified time, the Agency will find your bid nonresponsive. Page 2 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual b. Good Faith Efforts Submittal Exhibit 12-G Required Federal -aid Contract Language If you have not met the DBE goal, complete and submit the DBE Information - Good Faith Efforts, Exhibit 15-H, form with the bid showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by DBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening. If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met. Good faith efforts documentation must include the following information and supporting documents, as necessary: 1. Items of work you have made available to DBE firms. Identify those items of work you might otherwise perform with your own forces and those items that have been broken down into economically feasible units to facilitate DBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms. 2. Names of certified DBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and available means and provide sufficient time to allow DBEs to respond. 3. Name of selected firm and its status as a DBE for each item of work made available. Include name, address, and telephone number of each DBE that provided a quote and their price quote. If the firm selected for the item is not a DBE, provide the reasons for the selection. 4. Name and date of each publication in which you requested DBE participation for the project. Attach copies of the published advertisements. 5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms. If the agencies were contacted in writing, provide copies of supporting documents. 6. List of efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the DBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate. 7. List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date assistance was provided. Provide copies of supporting documents, as appropriate. 8. Any additional data to support demonstration of good faith efforts. The Agency may consider DBE commitments of the 2nd and 3rd bidders when detennining whether the low bidder made good faith efforts to meet the DBE goal. Page 3 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language c. Exhibit I5 -G -Local Agency Bidder DBE information (Construction Contracts) Complete and sign Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) included in the contract documents regardless of whether DBE participation is reported. Provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, the Agency encourages you to submit a copy of the joint venture agreement.) d Subcontractor and Disadvantaged Business Enterprise Records Use each DBE subcontractor as listed on Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) and Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form unless you receive authorization for a substitution. The Agency requests the Contractor to: 1. Notify the Engineer of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including: • Name and business address of each 1'` -tier subcontractor • Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier • Date of payment and total amount paid to each business If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the work. Before the 15th of each month, submit a Monthly DBE Trucking Verification form. If a DBE is decertified before completing its work, the DBE must notify you in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the certification date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-0, form. Submit the form within 30 days of contract acceptance. Upon work completion, complete Exhibit 17-F Final Report— Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subcontractors. Submit it within 90 days of contract acceptance. The Agency Will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. e. Performance of Disadvantaged Business Enterprises DBEs must perform work or supply materials as listed in the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form, included in the Bid. Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials from other sources without authorization from the Agency. The Agency authorizes a request to use other forces or sources of materials if it shows any of the following justifications: 1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet your bond requirements. Page 4 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials. 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Contract 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. Agency determines other documented good cause. Notify the original DBE of your intent to use other forces or material sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons why the use of other forces or sources of materials should not occur. Your request to use other forces or material sources must include: 1. One or more of the reasons listed in the preceding paragraph 2. Notices from you to the DBE regarding the request 3. Notices from the DBEs to you regarding the request If a listed DBE is terminated or substituted, you must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet the DBE goal. The substitute DBE must be certified as a DBE at the time of request for substitution. Unless the Agency authorizes (1) a request to use other forces or sources of materials or (2) a good faith effort for a substitution of a terminated DBE, the Agency does not pay for work listed on the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form unless it is performed or supplied by the listed DBE or an authorized substitute. 2. BID OPENING The Agency publicly opens and reads bids at the time and place shown on the Notice to Bidders. 3. BID RIGGING The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous.. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 4. CONTRACT AWARD If the Agency awards the contract, the award is made to the lowest responsible bidder. 5. CONTRACTOR LICENSE The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Public Contract Code § 10164). 6 DIFFERING SITE CONDITIONS a. Contractor's Notification Promptly notify the Agency's Engineer if you find either of the following conditions: 1. Physical conditions differing materially from either of the following: Page 5 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual • Contract documents • Job site examination Exhibit 12-G Required Federal -aid Contract Language 2. Physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the Contract Include details explaining the information you relied on and the material differences you discovered. If you fail to promptly notify the Engineer, you waive the differing site condition claim for the period between your discovery of the differing site condition and your notification to the Engineer. If you disturb the site after discovery and before the Engineer's investigation, you waive the differing site condition claim. b. Engineer's Investigation and Decision Upon your notification, the Engineer investigates job site conditions and: 1. Notifies you whether to resume affected work 2. Decides whether the condition differs materially and is cause for an adjustment of time, payment, or both 7. BEGINNING OF WORK-, TIME OF COMPLETIONAND LIQUIDATED DAMAGES The Contractor shall begin work within 15 calendar days after the contract has been approved by the attorney appointed and authorized to represent the City/County of This work shall be diligently prosecuted to completion before the expiration of WORKING DAYS beginning on the fifteenth calendar day after approval of the contract. (Insert amount of Liquidated Damages) The Contractor shall pay to the City/County of the sum of $ per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. 8. BUYAMERICA Furnish steel and iron materials to be incorporated into the work with certificates of compliance. Steel and iron materials must be produced in the U.S. except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore maybe used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)]; 2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2,500, materials produced outside the U.S. may be used. Production includes: 1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition; 2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials. 9. QUALITYASSURANCE The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency performs if they are available at the job site. Page 6 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language Schedule work to allow time for QAP. 10. PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS (The local agency must include one of the following three provisions to ensure prompt and full payment of any retainage from the prime contractor, or subcontractor, to a subcontractor. Remove or strike out the methods not used.) (EITHER) No retainage will be withheld by the agency from progress payments due the prime contractor. Retainage by the prime contractor or subcontractors is prohibited and no retainage will be held by the prime contractor from progress due subcontractors. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime Contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor or deficient subcontract performance, or noncompliance by a subcontractor. 1 No retainage will be held by the agency from progress payments due the prime contractor. Any retainage held by the prime contractors or subcontractors from progress payments due subcontractors shall be promptly paid in full to subcontractors within 30 days after the subcontractor's work is satisfactorily completed. Federal law (49CFR26.29) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime Contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. (OR) The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over 30 days may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. ll. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL AID CONTRACTS (Excluding ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS) [The following 10 pages must be physically inserted into the contract without modification.] Page 7 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General 11. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (induced in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (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). 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. 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). 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 bid proposal or request for proposal 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). 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 3. A breach of any of the stipulations contained in these Required Contract Provisions maybe 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. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. DLA -OB 13-06 II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 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 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, 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 60A.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 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, 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 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 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 (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 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 at seq.) set forth under 28 CFR 35 and 29 CFR 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 b. The contractor will accept as its operating policy the following statement: "1t 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, 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 Page 8 of 22 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 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 who 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 winch time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. 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 Wil 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, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure 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 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 Wit 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. 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, 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 Page 9 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual 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, 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 there under. 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, 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 and 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. Exhibit 12-G Required Federal -aid Contract Language (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. Ill. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. 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, 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. 10. Assurance Required by 49 CFR 26.13(b): - IV. DAVIS-BACON AND -RELATED ACT PROVISIONS a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor 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 contracting agency deems appropriate. 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: (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 DLA -01313-06 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). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. 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 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. Page 10 of 22 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 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 t.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 (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 rale (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, Employment Standards Administration, 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 Wage and Hour Administrator for determination. The Wage and Hour 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 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 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 rales 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 rales prescribed in the applicable programs. Page 11 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual 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 at http://www.dol.govlesalwhd/formstwh347!nstr.htm or its successor 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 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 §5.5 (a)(3)(11) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, 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 Regulations, 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 property executed certification set forth on the reverse side of Optional Forth 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 section 1001 of title 18 and section 231 of title 31 of the United States Code. 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 mitten notice to the contractor, the Exhibit 12-G Federal -aid Contract 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 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 Stale 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 Stale 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 rale 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 rale 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 and 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 predetennined 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. Page 12 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual 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 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. 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. 6. Subcontracts. The contractor or subcontractor shall insert Forth 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. DLA -OB 13-06 Exhibit 12-G Required Federal -aid Contract Language 9. Disputes concerning labor standards. 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. 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 firth 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 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. 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 of $10 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. 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 Page 13 of 22 August 12, 2013 Local Assistance Procedures Manual 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. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (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. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 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" 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: (1) the prime contractor maintains control over the supervision of the day -lo -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. 2. 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. 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 DLA -OB 13-06 Exhibit 12-G Required Federal -aid Contract Language 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. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: 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 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. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into 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 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). 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 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). VIII. 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 635) in one or more places Page 14 of 22 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 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, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 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 AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to lake such action as the contracting agency may direct as a means of enforcing such requirements. 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. 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 fumish a certification or an explanation shall disqualify such a person from participation in this transaction. 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. 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. e. The terns "covered transaction," "debarred," "suspended," "ineligible ;"'participant""person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee 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 grantee or subgrantee 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. 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. 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. 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 Excluded Parties List System website (httms://www.emis.govA, which is compiled by the General Services Administration. 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 Page 15 of 22 DLA -013 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 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 (0 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. 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) 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; (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; and (4) Have not within a three-year period preceding this application[proposal had one or more public transactions (Federal, Stale or local) terminated for cause or default. - b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. 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) a. By signing and submitting this proposal, the prospective lower tier 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. 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 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee 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 grantee or subgrantee 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. I. 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. 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 Excluded Parties List System website (httos,//www.eols.go, which is compiled by the General Services Administration. 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. 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 is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. Page 16 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall 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 20). 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 cenification 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 subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Page 17 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual 12. FEMALE AND MIONORITY GOALS Exhibit 12-G Required Federal -aid Contract Language To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal -Aid Construction Contracts," the following are goals for female and minority utilization goals for Federal -aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows: MINORITY UTILIZATION GOALS Page 18 of 22 ULA -OB 13-06 August 12, 2013 Goal Economic Area (Percent Redding CA: 174 Non -SMSA (Standard Metropolitan Statistical Area) Counties: 6.8 CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama Eureka, CA 175 Non -SMSA Counties: 6.6 CA Del Norte; CA Humboldt; CA Trinity San Francisco -Oakland -San Jose, CA: SMSA Counties: 7120 Salinas -Seaside -Monterey, CA 28.9 CA Monterey 7360 San Francisco -Oakland 25.6 CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA 176 CA Santa Clara, CA 19.6 7485 Santa Cruz, CA CA Santa Cruz 14.9 7500 Santa Rosa CA Sonoma 9.1 8720 Vallejo -Fairfield -Napa, CA CA Napa; CA Solano 17.1 Non -SMSA Counties: CA Lake; CA Mendocino; CA San Benito 23.2 Sacramento, CA: SMSA Counties: 6920 Sacramento, CA 16.1 177 CA Placer; CA Sacramento; CA Yolo Non -SMSA Counties 14.3 CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba Stockton -Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 178 CA Stanislaus 8120 Stockton, CA 24.3 CA San Joaquin Non -SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne Page 18 of 22 ULA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 179 Fresno -Bakersfield, CA SMSA Counties: 0680 Bakersfield, CA CA Kern 2840 Fresno, CA CA Fresno Non -SMSA Counties: CA Kings; CA Madera; CA Tulare 19.1 26.1 23.6 Los Angeles, CA: SMSA Counties: 0360 Anaheim -Santa Ana -Garden Grove, CA 11.9 CA Orange 4480 Los Angeles -Long Beach, CA 28.3 CA Los Angeles 180 6000 Oxnard -Simi Valley -Ventura, CA 21.5 CA Ventura 6780 Riverside -San Bernardino -Ontario, CA 19.0 CA Riverside; CA San Bernardino 7480 Santa Barbara -Santa Maria -Lompoc, CA 19.7 CA Santa Barbara Non -SMSA Counties 24.6 CA Inyo; CA Mono; CA San Luis Obispo San Diego, CA: SMSA Counties 181 7320 San Diego, CA 16.9 CA San Diego Non -SMSA Counties 18.2 CA Imperial For each July during which work is performed under the contract, you and each non material -supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR -1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 13. FEDERAL TRAINEE PROGRAM For the Federal training program, the number of trainees or apprentices is This section applies if a number of trainees or apprentices is specified in the special provisions. As part of your equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in your subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation must be in their Ist year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the City/County of Page 19 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 1. Number of apprentices or trainees to be trained for each classification 2. Training program to be used 3. Training starting date for each classification Obtain the City/County's of approval for this submitted information before you start work. The City/County of credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program. The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making these efforts, do not discriminate against any applicant for training. Do not employ as an apprentice or trainee an employee: 1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions. In your training program, establish the minimum length and training type for each classification. The City/County of and FHWA approves a program if one of the following is met: 1. It is calculated to: Meet the your equal employment opportunity responsibilities Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period 2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal -aid highway construction contracts Obtain the State's approval for your training program before you start work involving the classification covered by the program. Provide training in the construction crafts, not in clerk -typist or secretarial -type positions. Training is allowed in lower level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off-site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The City/County of reimburses you 80 cents per hour of training given an employee on this contract under an approved training program: 1. For on-site training 2. For off-site training if the apprentice or trainee is currently employed on a Federal -aid project and you do at least one of the following: • Contribute to the cost of the training • Provide the instruction to the apprentice or trainee • Pay the apprentice's or trainee's wages during the off-site training period 3. If you comply this section. Page 20 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit. 12-G Required Federal -aid Contract Language Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Famish the apprentice or trainee: 1. Copy of the program you will comply with in providing the training 2. Certification showing the type and length of training satisfactorily completed 14. TITLE VI ASSURANCES During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows: (1) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. (2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub -applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Sub -agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub -agreement, including procurements of materials or leases of equipment, each potential sub -applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR'S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. (4) Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the California Department of Transportation or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to famish this information, CONTRACTOR shall so certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. (5) Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the nondiscrimination provisions of this agreement, the California Department of Transportation shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or (b) cancellation, termination or suspension of the Agreement, in whole or in part. (6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub -agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. Page 21 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language CONTRACTOR shall take such action with respect to any sub -agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub -applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION Page 22 of 22 DLA -OB 13-06 August 12, 2013 MOr Division of Local Assistance -Office Bulletin DLA-OB 16-01—Cargo Preference Act 1 .S aur Office of Policy Development and Quality Assurance Issued— January 21, 2016 Expires — Upon Issuance ofLPP Implementation of Cargo Preference Act Requirements L BACKGROUND The Cargo Preference Act (CPA) requires that "... at least 50 percent of any equipment, materials, or commodities procured, contracted for or otherwise obtained with funds granted, guaranteed, loaned, or advanced by the U.S. Government under this agreement, and which may be transported by ocean vessel, shall be transported on privately owned United States -flag commercial vessels, if available." On January 7, 2016, the Federal Highway Administration (FHWA) advised Caltrans on the applicability of the CPA and implementing regulations (46 CFR 38 1) to the Federal -aid highway program. FHWA will use notice and comment rulemaking to implement appropriate contract clauses in the next revision of Form FHWA-1273 "Required Contract Provisions Federal -Aid Construction Contracts." II. POLICY Until Form FHWA-1273 is modified, local agencies must insert a contract clause referencing and requiring compliance with the CPA requirements and its implementing regulations in 46 CFR 381 for all Federal -aid projects. The clause should incorporate the recommended clauses in 46 CFR 381.7(a) -(b). III. PROCEDURE Local agencies must include the following contract clause (either directly or by reference) in all Federal - aid contracts awarded after February 15, 2016: Use of United States flag vessels: The contractor agrees — (1) To utilize privately owned United State -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 Unites States flag commercial vessels. (2) To furnish within 20 days following the date of loadingfor shipments originating within the United States or within 30 working days following the date of loadingfor 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 (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills -of lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. (3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. The following Local Assistance Procedures Manual (LAPM) Exhibits will be revised to include the new contract provision: • LAPM Exhibit 12-13, PS&E Checklist • LAPM Exhibit 12-G, Required Federal -aid Contract Language Page 1 oft Filename: ob16-01_cpa.docx Prepared by: DGiongco Division of Local Assistance - Office Bulletin DLA-OB 16-01— Cargo Preference Act +` Office of Policy Development and Quality Assurance Issued — January 21, 2016 IV. APPLICABILITY/IMPACTS All Federal -aid contracts awarded after February 15, 2016 must include the contract provisions provided in this Office Bulletin to comply with the CPA and 46 CFR Part 381. Failure to insert the contract provisions may lead to federal ineligibility of a contract. Recommended: Original Signed By David Giongco, Policy Liaison Office of Policy Development and Quality Assurance Approved: Attachments: Original Signed By Mohammad Maljai, Acting Chief Office of Policy Development and Quality Assurance 01/21/2016 Date 01/21/2016 Date 1. January 7, 2016 FHWA California Division letter: "Implementation of the Cargo Preference" 2. December 11, 2015 FHWA policy memorandum: "Implementation of Cargo Preference Act Requirements in the Federal -aid Highway Program" Page 2 of 2 Filename: ob16-01_cpa.docx Prepared by: DGiongco Memorandum U.S. Department of Transportation Federal Highway Administration Subject: ACTION: Implementation of Cargo Preference Act Date: December 11, 2015 Requirements in the Federal -aid Highway Program From: Mr. Thomas Everett Reply to Director, Office of Program Administration Ann. of: HIPA-30 To: Division Administrators Directors of Field Services This memorandum responds to several inquiries regarding the applicability of the Cargo Preference Act (CPA) and implementing regulations (46 CFR Part 381) to the Federal -aid highway program. For the reasons outlined in the attached legal opinion, we find that the 2008 amendment of the CPA had the effect of making the cargo preference requirements applicable to the Federal -aid highway program. This memo supersedes FHWA's February 19, 1988 memo titled: "Cargo Preference Act — Attorney General Opinion." Therefore, the CPA requirements are effective for the Federal -aid highway program as follows: • All recipients must insert a contract clause referencing and requiring compliance with the CPA requirements and its implementing regulations in 46 CFR 381 for all Federal -aid projects awarded after February 15, 2016. • The clause should incorporate by reference the recommended clauses in 46 CFR 381.7(a) -(b) until FHWA-specific ones are developed and implemented through a revision of Form FHWA-1273. For additional information, see the FHWA's web page providing guidance for Cargo Preference Act requirements. If you have any questions regarding this matter, you may contact Gerald Yakowenko, Contract Administration Team Leader at 202-366-1562. LLS Departmert of 3uisportatron Federal Highway Administration Mr. Malcolm Dougherty Director California Department of Transportation 1120N Street Sacramento CA 95814 Atm: Karla Sutliff California Division January 7, 2016 Subject: Implementation of the Cargo Preference Mr. Dougherty: 650 Capitol Mall, Suite 4-100 Sacramento, CA 95814 (916)498-5001 916 498-5008 (FAX) In Reply Refer To: HDA -CA I am writing to advise you of the result of a recent legal opinion that concluded the Cargo Preference Act of 1954 (CPA) now applies to federally funded highway construction projects. This letter summarizes certain elements of that act, as well as actions that will be necessary by Caltrans and local agencies for compliance. The CPA requires that "... at least 50 percent of any equipment, materials or commodities procured, contracted for or otherwise obtained with funds granted, guaranteed, loaned, or advanced by the U.S. Government under this agreement, and which may be transported by ocean vessel, shall be transported on privately owned United States -flag commercial vessels, if available." This requirement applies to materials or equipment acquired for specific Federal -aid highway projects. FHWA has issued a policy memorandum with guidance on implementing the CPA. That memorandum, dated December 11, 2015, requires state and local agencies to insert a contract clause that references and requires compliance with the CPA and the implementing regulations in 46 CFR 381. To implement the CPA on federally funded highway projects, relevant provisions will be added to Form FHWA-1273. Until Form FHWA-1273 is modified, federally funded construction projects awarded after February 15, 2016 shall include the following contract clause (either directly or by reference): "Use of United States -flag vessels: The contractor 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. "(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 Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. "(3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract." Guidance documents for this requirement, including the December 11, 2015 policy memo, the associated legal opinion, and a page of Questions and Answers are available on the CPA construction program guidance webpage: httus://www.fliwa.dot.gov/construction/cgitteargo.cfm, If you have any questions regarding the implementation of the requirements of the CPA, please contact Steve Pyburn at steve.pvbuni@dot.gov, or (916) 498-5057. Sincerely, For: Vince Matmnano Division Administrator Federal Highway Administration Federal Trainee Program On Federal -aid highway construction contracts and subcontracts over $10,000, "Federal Trainee" or "On -the -Job Training (OJT)" special provisions must be included in the contract provisions to establish the number of trainees for the construction contract. The main objectives of the Federal Trainee/OJT Program are to: 0 Provide training for women and minorities which will upgrade their job skills, thereby increasing their access to higher paying trade jobs and journeyman -level positions and ❑ Ensure that a diverse work force will meet future labor needs in the construction industry. Filling training positions on each project must focus on hiring women and minorities, but not exclude anyone. If a contractor cannot meet the OJT objectives, direct recruitment efforts must be documented to show an effort at OJT compliance. The major components of an OJT program include: ❑ The local agency must include the required federal training special provisions in the PS&E package if the project size and duration warrant an OJT program. ❑ The local agency should select contracts that contribute to the "Contract Training Goals." These contracts must show the number of trainees, the number of trainees upgraded to journeyman and the level of skills. ❑ The local agency must review the training programs proposed by contractors. Approval or rejection is based on the legitimacy of the job -skill classifications proposed and the number of training hours specified. ❑ Caltrans must determine if statewide OJT is effective. ❑ The Contractor is responsible for recruitment and selection of trainees. ❑ The Contractor must evaluate training based on an approved training program ❑ The contractor shall report the number of trainees and jobs using Form PR1391 "Federal -aid Highway Construction Contractors EEO Report" to the local agency. The local agency shall forward Form PR1391 to the Caltrans District Labor Compliance Officer (see Exhibit 16-0 of this manual). ❑ OJT provision costs are reimbursed by the FHWA in accordance with the "Federal Requirement Training Special Provisions" included in selected contracts. Required trainees/apprentices are to be funded on the bidding schedule or by change order at $0.80/hour; or the training program can be a bid item with the same reimbursement ratio as the construction project. OJT support services include recruiting, counseling, remedial training, and an OJT program administration by others. ❑ If the Contractor does not show a good faith effort to provide acceptable training to the trainees specified, a sanction may be applied. Sanctions may include withholding progress payments if effective on-the-job training is not provided. In California, federal "trainees" are considered registered apprentices. There are relatively few crafts in highway work which utilize apprentices—bricklayers, carpenters, cement masons, electricians, equipment operators, ironworkers, pile bucks, and a few others. There are no apprentice teamsters or laborers. The ratio of journeymen to apprentices is generally 5 to 1. With these thoughts in mind, the number of trainees established for a project should be determined by examining the extent of only that work which will be done by the apprenticeable crafts. The following procedure may be used as a guide for establishing the number of trainees for a Federal -aid project. For federally funded projects with at least 100 working days, include supplemental funds for the federal trainee program. Trainee funds are required for each of the following work categories: 0 Earthwork (except for imported borrow) 0 Pile driving 0 Portland Cement Concrete (except for precast concrete) 0 Masonry 0 Bar reinforcing and pre -stressing steel 0 Structural steel erection 0 Electrical 0 Buildings Use the following table to calculate the number of trainees for each work category: FEDERAL TRAINEE SCHEDULE Number of Cost for Work Number of * 25, plus 1 additional trainee for every $5,000,000 over $50,000,000 Trainees Category Trainees Cost for Work Category < 400,000 0 16,000,000 15 >_ 400,000 1 18,000,000 16 700,000 2 20,000,000 17 1,000,000 3 23,000,000 18 1,500,000 4 26,000,000 19 2,000,000 5 29,000,000 20 2,500,000 6 33,000,000 21 3,000,000 7 37,000,000 22 4,000,000 8 41,000,000 23 5,000,000 9 45,000,000 24 6,500,000 10 50,000,000 25 8,000,000 11 > 50,000,000 10,000,000 12 12,000,000 13 14,000,000 14 * 25, plus 1 additional trainee for every $5,000,000 over $50,000,000 FOUNDATION REPORT Park Avenue Bridge (Replace) Bridge No. 55C-0015 Newport Beach, California EMI Project No. 13-158 Date: December 17, 2015 EARTH MECHANICS, INC. Geotechnical and Earthquake Engineering APPENDIX III III -1 of 50 APPENDIX III Earth Mechanics, Inc. December 17, 2015 Michael Baker International 14725 Alton Parkway Irvine, California 92618 Attention: Mr. Bo Buriek, P.E. Geotechnical 8 Earthquake Engineering EMI Project No. 13-158 Subject: Foundation Report for Park Avenue Bridge (Replace), Bridge No. 55C-0015 Newport Beach, California Dear Mr. Burick: Attached please find the Foundation Report for the subject bridge replacement. This report contains our recommendations for the design and construction of the bridge foundations. Subsurface information used for foundation design and preparation of this report were obtained from soil borings drilled under the supervision of Earth Mechanics, Inc. We appreciate the opportunity to provide geotechnical design services for this project, If you have any questions, please call us. Sincerely, EARTH MECHANICS, INC. NO. 25% EXP.01-31-7016 Michael Hosbiyama, CEG 2599 Project Geologist Project manager 17800 Newhope Street, Suite B, Fountain Valley, California 92708 . Tel: (714) 751-3826 . Fax: (714) 751-3928 III -2 of 50 FOUNDATION REPORT PARK AVENUE BRIDGE (REPLACE) BRIDGE NO. 55C-0015 NEWPORT BEACH, CALIFORNIA Prepared for: Michael Baker International 14725 Alton Parkway Irvine, California 92618 Prepared By: Earth Mechanics, Inc. 17800 Newhope Street, Suite B Fountain Valley, California 92708 EMI Project No. 13-158 December 17, 2015 �,Ae.• Earth Mechanic, nc_ Geotechnical & Earthquake Engineanng APPENDIX III III -3 of 50 APPENDIX III TABLE OF CONTENTS Section page 1.0 INTRODUCTION................................................................................................................... 1 1.1 Purpose and Scope of Study... 1.2 Project Description ................. 2.0 FIELD INVESTIGATION AND LABORATORY TESTING .......................................... 3 2.1 Drilling and Sampling......................................................... 2.2 Laboratory Testing .............................................................. 3 3 3.0 GEOLOGY AND SEISMICITY........................................................................................... 5 3.1 Topography and Physiography...................................................................................... 5 3.2 Stratigraphy .................................................................................................................... 5 3.3 Structure.................................:....................................................................................... 7 3.4 Faulting.......................................................................................................................... 7 3.4.1 Newport -Inglewood Structural Zone(NISZ).................................................... 7 3.4.2 Pelican Hill Fault.............................................................................................. 7 3.4.3 San Joaquin Hills Fault..................................................................................... 9 3.5 Seismicity .......................................................................................................................9 3.6 Geologic Hazards........................................................................................................... 9 4.0 SUBSURFACE CONDITIONS 4.1 Soil Conditions ............... 4.2 Groundwater Conditions ............................................ ............................................ 11 ............................................ 12 5.0 CONCLUSIONS AND RECOMMENDATIONS..............................................................13 5.1 5.2 5.3 5.4 5.5 5.7 OR SeismicDesign Criteria..................................................................................... Liquefaction...................................................................................................... SoilCorrosivity ................................................................................................. Scour and dredging........................................................................................... FoundationDesign............................................................................................ 5.5.1 Foundation Type.................................................................................. 5.5.2 Foundation Data Provided by Structural Designers ............................. 5.5.3 Axial Pile Capacity .............................................................................. 5.5.4 Lateral Pile Capacity ....................................... ..................................... Embankments Settlement and Slope Stability .................................................. 5.6.1 Settlement and Settlement Period........................................................ 5.6.2 Slope Stability...................................................................................... Bridge Abutment Wall Design.......................................................................... 5.7.1 Abutment Static Lateral Pressures....................................................... 5.7.2 Abutment Seismic Lateral Pressures ................................................... RetainingWalls................................................................................................. i wEarth Mechanics, Inc. Geotechnical & EaMquake Engineering ........... 13 ..... I..... 15 ....... I... 15 ........... 15 ........... 16 ........... 16 ........... 16 ........... 16 ........... 18 .... I...... 18 ........... 18 ........... 18 ........... 19 ........... 19 ........... 19 ........... 20 III -4 of 50 APPENDIX III 6.0 CONSTRUCTION RECOMMENDATIONS....................................................................22 6.1 Earthwork.....................................................................................................................22 3 6.2 Groundwater.................................................................................................................22 11 6.3 CIDH Pile Construction............................................................................................... 22 6.4 Backdrain and Backfill Requirements......................................................................... 24 Table5-3. 6.4.1 Retaining Walls............................................................................................... 24 Table 5-4. 6.4.2 Abutment Walls..............................................................................................24 21 6.5 Review of Construction Plans...................................................................................... 24 6.6 Geotechnical Observation and Testing........................................................................ 26 7.0 LIMITATIONS.....................................................................................................................27 8.0 REFERENCES...................................................................................................................... 28 LIST OF TABLES Table 2-1. Soil Exploration Information......................................................................................... 3 Table 4-1. Idealized Soil Profiles and Strength Parameters......................................................... 11 Table 5-1. Foundation Design Loads............................................................................................ 16 Table 5-2. Foundation Design Recommendations........................................................................ 17 Table5-3. Pile Data Table............................................................................................................ 18 Table 5-4. Retaining Wall Spread Footing Data Table................................................................. 21 LIST OF FIGURES Figure1-1. Site Location Map........................................................................................................ 2 Figure 3-1. Regional Geologic Map............................................................................................... 6 Figure3-2. Regional Fault Map...................................................................................................... 8 Figure 3-3. Seismic Hazard Zone Map......................................................................................... 10 Figure5-1. Design ARS Curve ..................................................................................................... 14 Figure 6-1. Bridge Abutment Wall Backfill................................................................................. 25 APPENDICES Appendix A. Log of Test Borings Sheet Appendix B. Laboratory Test Results Appendix C. Soil Resistance (p) versus Pile Deflection (y) Curves ii u Earth Mec anics. Inc. Geo�echnical8 EaMquake Engineering III -5 of 50 APPENDIX III 1.0 INTRODUCTION 1.1 PURPOSE AND SCOPE OF STUDY This Foundation Report presents foundation design and construction recommendations for the proposed replacement of Park Avenue Bridge over Grand Canal (Bridge No. 55C-0015) in the City of Newport Beach, California. A site location map is presented in Figure 1-1. EMI is a subconsultant to Michael Baker International (MBI). The geotechnical services provided for this project included the following tasks: • Field exploration consisting of drilling and logging exploratory borings; • Laboratory testing of selected soil samples; • Engineering calculations and analysis to develop design and construction recommendations; and • Preparation of this report presenting our findings, conclusions and recommendations. 1.2 PROJECT DESCRIPTION The existing Park Avenue Bridge was built in 1930 over the Grand Canal to provide vital link between the little Balboa Island and Balboa Island. The existing bridge is a 100 -foot long by 33 - foot wide five span reinforced concrete t -beam structure supported on six multi -column pier bents (four intermediate and two end supports). The span configuration consists of five equal spans of 20 feet each, and each of the pier bents includes five 16" octagonal pile extensions supporting the super -structure girders. The adjoining sea walls built parallel to the Grand Canal run continuously through the underside of the bridge and function as retaining walls for the backfill behind the bridge. The bridge accommodates two 11 -foot wide traffic lanes, and two 6 - foot wide sidewalks. The bridge is on a very steep vertical curve with a grade difference of approximately 6 feet between the top of the bridge deck and the street elevations. At the four comers of the bridge, pedestrian ramps are present making a link between the bridge and the boardwalk/sidewalks at the street level. The proposed three -span precast prestressed concrete girder bridge is 110 feet long and 36.5 feet wide. The span configuration of the new bridge is 35 feet - 40 feet - 35 feet, and the spans are supported on two intermediate pier bents with pile extensions, and two secant pile wall systems as end abutments. The proposed work also includes reconstruction of the approach pedestrian ramps with new ramps and stairs at all four corners. In view of the environmental restrictions, site constraints such as proximity of residences within few yards of the bridge, the foundation type for the new bridge is being selected upon a thorough evaluation of construction time, cost and minimal disturbance to the community and the environment. Earth Mechanics, Inc. Geotechnical & E nhquake Engineenng III -6 of 50 APPENDIX I[] U|'7of5V -74 APL4 F-4 - SIM I' AIM Iz tTt it 31-6 7 Till LJ NY 17 on 0 4,000 8,000 FEET �m Earth Mechanics, Inc. PARK AVENUE BRIDGE OVER GRAND _-,NAL (REPLACEMENT) Site Location Map Figure 1 -1 Project No. 13-158 1 Date: Jme 2015 U|'7of5V APPENDIX III 2.0 FIELD INVESTIGATION AND LABORATORY TESTING 2.1 DRILLING AND SAMPLING A geotechnical field investigation was conducted between June 11 and 25, 2014. Three exploratory borings were completed along Park Avenue. Approximate boring stationings and offsets, and pertinent elevations are summarized in Table 2-1. Approximate boring locations are also shown on the Log -of -Test -Borings (LOTB) sheet presented in Appendix A. Table 2-1. Soil Exploration Information The soil borings were drilled with a truck -mounted Mayhew -1000 drill rig equipped with a 5 - inch diameter rotary -wash drilling system. Our field representatives visually classified the cuttings in accordance with Caltrans' Soil and Rock Logging Classification Manual (2010a) and maintained a detailed record of subsurface materials as well as the groundwater conditions encountered in the exploratory borings. When subsurface conditions permitted, alternating relatively undisturbed soil sampling and Standard Penetration Test (SPT, ASTM D1586) were performed in the boring at 5 -foot depth intervals. Relatively undisturbed drive samples were obtained using a Modified California split - spoon sampler (3.25 -inch outer diameter) lined with brass rings. Each of these brass rings is f- inch long with a 2.5 -inch outside diameter. The SPT was performed with a SPT sampler (1.4 - inch inside diameter) without liners. The samplers were driven into the ground using a 140-1b hammer free falling from a height of 30 inches. The number of blows to advance the samplers was recorded at every 6 inches of penetration, or until refusal. Only the total number of blows for the final 12 inches or less of driving of the sampler is shown on the LOTB sheet. The total blow counts required to drive the SPT sampler for the last 12 inches is referred as the Standard Penetration Resistance (N -value). 2.2 LABORATORY TESTING Soil samples considered representative of the subsurface conditions were tested to obtain or derive relevant physical and engineering soil properties. The following laboratory tests were conducted to supplement the observations recorded during the field investigation: • In-situ Moisture Content and Unit Weight • Percent Passing No. 200 Sieve M Earth MechanicsInc. _ .�� Geotechnical& Earthquake Engineenng III -8 of 50 Location Ground Bottom of (Park Avenue) Surface Hole Water Level Boring No. Elevation Station Offset Elevation Elevation feet feet (feet) (feet) (feet) R-14-01 3+81 I 5 Left +9 -71.5 +2.5 R-14-02 4+36 7 Left +I1 -95 +2 R-14-03 5+36 5 Left +9.5 -71 +3.5 The soil borings were drilled with a truck -mounted Mayhew -1000 drill rig equipped with a 5 - inch diameter rotary -wash drilling system. Our field representatives visually classified the cuttings in accordance with Caltrans' Soil and Rock Logging Classification Manual (2010a) and maintained a detailed record of subsurface materials as well as the groundwater conditions encountered in the exploratory borings. When subsurface conditions permitted, alternating relatively undisturbed soil sampling and Standard Penetration Test (SPT, ASTM D1586) were performed in the boring at 5 -foot depth intervals. Relatively undisturbed drive samples were obtained using a Modified California split - spoon sampler (3.25 -inch outer diameter) lined with brass rings. Each of these brass rings is f- inch long with a 2.5 -inch outside diameter. The SPT was performed with a SPT sampler (1.4 - inch inside diameter) without liners. The samplers were driven into the ground using a 140-1b hammer free falling from a height of 30 inches. The number of blows to advance the samplers was recorded at every 6 inches of penetration, or until refusal. Only the total number of blows for the final 12 inches or less of driving of the sampler is shown on the LOTB sheet. The total blow counts required to drive the SPT sampler for the last 12 inches is referred as the Standard Penetration Resistance (N -value). 2.2 LABORATORY TESTING Soil samples considered representative of the subsurface conditions were tested to obtain or derive relevant physical and engineering soil properties. The following laboratory tests were conducted to supplement the observations recorded during the field investigation: • In-situ Moisture Content and Unit Weight • Percent Passing No. 200 Sieve M Earth MechanicsInc. _ .�� Geotechnical& Earthquake Engineenng III -8 of 50 APPENDIX III 4 • Atterberg Limits • Direct Shear • Unconsolidated -Undrained Triaxial • Pocket Penetrometer • Minimum Resistivity, pH, Sulfate Content and Chloride Content The laboratory tests were conducted in general accordance with California Test Methods or American Society for Testing and Materials (ASTM) Standards. Laboratory test results are included in Appendix B. AFe° I Earth Mechanics, Inc. Gectec nical B Earthquake Engineenng III -9 of 50 APPENDIX III 3.0 GEOLOGY AND SEISMICITY 3.1 TOPOGRAPHY AND PHYSIOGRAPHY Tonoeranhv. The project site is located on the man-made Balboa Island within the Newport Bay. The island is just below Newport Mesa and was created from dredged materials from the bay. The project site has very little topographic relief as it lies in Newport Bay at an elevation just above sea level. 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. Phvsioarat) . The project site is located on Balboa Island in the Newport Bay. 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. 3.2 STRATIGRAPHY The geologic formations in the area, following the nomenclature of Morton and Miller (1981) in Figure 3-1, in descending stratigraphic order are: • Hydraulic Fill, Holocene (Af); • Alluvial Deposits, Holocene (Qa); and • Capistrano Formation, Pleistocene, (Tul). The site is generally underlain by hydraulic fill used to create the island originally. Underlying the hydraulic fill are alluvial soils deposited into the bay by way of the Santa Ana River (before being re -aligned). These deposits generally consist of grey, fine sands and silts. Underlying the alluvial deposits is the Capistrano Formation which is composed of dark to medium brown, well consolidated, highly fractured fine siltstone and claystone. Earth Mechanics, Inc. Geotechnical &Earthquake Engineering III -10 of 50 / rl rFri s at J/ at wx\ at C 4 1 Oa ee Ed"SETON Q( . ANAHEIM TU2- Tm HT n Tut K, APPENDIX III J11 REFERENCE: 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. Aa Earth Mechanics, Inc. PARK AVENUE BRIDGE OVER GRAND Cvolrr,,,,lcWaad Larthynnlarn�iaee,;n� CANAL (REPLACEMENT) Regional Geologic Map Project No. 13-158 1 Date: June 2015 Figure 3-1 III -11 of 50 Qe us at Tut Ti TUt - 1 VINE at : �,� it Qa j"U3 TU2 Tu ..Tut — u3 -_ TTUdOt- NUNTINGTON Q( _— — _ Z Y _ ud _ at BEACH TU3 U3 -TU3 P'FLICAN k/4t• SAN CLEMENTE of T at OB A at LAOUNA BEACH N NE r DAA POINT NEWPORT .,:.._ .. '...... .... ,QI. .... PrO•eCi♦ Locationl '........•' ... 'STRUCTURAL o ZONE ... •"' � NUNiINGTO PQQJtr •'NGLEW p00 p a h PACIFIC OCEAN EXPLANATION pa ouanlanerv: oa-anumum: Ormarma and n terface awosiea, ma ina Lowee T1T11113,aMaelne and non -marine devoana. O Eoc a l0 U11, Miocana va s 111 Eocene samiaap Fm. and Pe ao ene stlSaraCp Fm ' SCALE (KILOMETERS) SYMBOLS TV 1 "" UpP TIN nn G tl p tut Pliocene Fe a d F t Orth ty Pr N Sutl end KV Si Upper Crelacen : M e. Wlliama Ladd and baidl Trabuc0 F V cted 10 fA.INsa st J"l-- Fault. 6eebs an opaer plate of T.—I FaaO. VIAcup tY MTI p Vppe� M < na Puente fm, norlb lend utn sante Ana Mau 1 eFt of CMislianitoa Fau", Middle to Upper Miutene Mo I—T F. In 6aulh Caunly_ 1b 'r Upp T y: M"0d1 MI LI—, p i Tu3 9 O R. B - 1h nl T q EI M 0 - Kgr P Upp C laceoua: Kgr Lower W Muldle C t grant cs al eoolbern ["IPPV V 4 Vol ID co ly h Ilow d'aba t e a n Sa Joapam N Is, TlandA Tat 1Wou0hout Ne cowry �r J. 6 Ibb I'A J-Juresa¢ SanfaBo Paan Yolcan cs and aedUnd Canyon Fm REFERENCE: 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. Aa Earth Mechanics, Inc. PARK AVENUE BRIDGE OVER GRAND Cvolrr,,,,lcWaad Larthynnlarn�iaee,;n� CANAL (REPLACEMENT) Regional Geologic Map Project No. 13-158 1 Date: June 2015 Figure 3-1 III -11 of 50 APPENDIX III G 3.3 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. Geologic structure within the site vicinity consists of deformed, faulted, and folded bedding associated with the NISZ, with regional onshore data showing beds dipping shallowly to the north and west between 15 and 25 degrees. 3.4 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 Alquist-Priolo (AP) Earthquake Fault Zones 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 rapture. 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 does not enter into any AP fault zones and does not cross any active fault traces. The nearest active/potentially fault is approximately 3.8 miles away from the project site (Figure 3-2). 3.4.1 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 active trace of the NISZ is located approximately 3.8 miles west-northwest of the project site where the fault extends offshore near the mouth of the Santa Ana River. Other traces have been mapped nearer to the site, though these traces have not been deemed active. 3.4.2 Pelican Hill Fault The Pelican Hill fault is a right -lateral strike slip fault that is located approximately 1.6 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. Earth Mechanics Inc. F Geotechnical B Earthquake Engineanng III -12 of 50 i 0 Z W a a M fli IZ1 ME APPENDIX III 3.4.3 San Joaquin Hills Fault The San Joaquin Hills fault is a blind thrust fault located north 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. 3.5 SEISMICITY The site area is in seismically active southern California. The largest historical earthquake in the Los Angeles Basin was the 1933 Long Beach event which had a magnitude of about 6.3. This earthquake did not rupture the surface but is believed to have been centered in the Huntington Beach -Newport Beach area and associated with the Newport -Inglewood Structural Zone (Hauksson and Gross, 1991). The 1987 Whittier earthquake (M=5.9) occurred at depth on a thrust or reverse fault dipping northerly from the Los Angeles Basin, below the Puente Hills and the San Gabriel Basin. This event probably occurred on one of the faults within the Coyote Hills fault zone which includes the Norwalk fault and the Puente Hills fault of Shaw and Shearer (1999). There is no clustering or alignment of earthquakes in proximity to the site. 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 project site is located along the NISZ and approximately 3.8 miles the nearest active trace. In the event of an earthquake strong to moderate shaking should be anticipated at the site. 3.6 GEOLOGIC HAZARDS Geological hazards relevant to the project area include, earthquake shaking, tsunamis, and localized liquefaction. The project site is located on Balboa Island in Newport Bay. The site is located within a tsunami inundation according to published inundation maps (USGS, 2013). There are no known active surface faults within the project limits so ground rupture is not a factor. The nearest active fault is located approximately 3.8 miles from the project vicinity (Figure 3-2), 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 3-3,some near -surface alluvial sediments within the project area are susceptible to liquefaction due to moderate to intense ground shaking. Further analysis and potential for liquefaction is discussed in more detail in Section 5.2. 1 Earth Mechanics, Inc. Geotechnical & Earthquake Engineenng III -14 of 50 APPENDIX III III -15 of 50 a awl? la qn ¢�a- R 1 „ jF*-- [� i YI^I i J I 3 r I •n f, �e 4 : C. ii �— Ilr,'•4t �' I�. s• m... �I 1�i as r,a rw r y FA1011 *nor.2 1 I' ,' ° 1 T14, Y ; VOST IpaEr, 1 j3 �. yI. ✓ AV .- YY n .. fie.. __ y l' �� fu ,,,y �� p t�• �-*e, •,.,'!� � e i '� > ( ?` s I �. e '� � � � "+s'i'x"y��.� �>� = � U I � r� � 1 a 1,40 19 „xP i � .1 t.t• K4 4 l 1 j - ,n, 's^i'0'b �Sry 3d �• � '� . NEi{PORT' 139 MAP EXPLANATION '-I Project LOcatl 011_- xN ' w� i i. �•p Zones of Sequiredlnvestigatlon: E� s Llgwhceion _ Areaswhere hktodcacunenmoflquef�ctloryor local g,d,IuL "'\ 9eutedlnlal d, uncateapgtent al for_. -._.._- _ r•n _;J PemanenlgrqunddlsplarementsauA d,a[m Ngar qn as deNretl In Publk Reaeurtei("MeSechon 31A3(c7 wpultl berequlred. \.` "Vi - Fntip,mke-NEuptl UMsMas \ Aroswherc prevkusacarrenaolhndslitlemavemenG or lagal ® ,N IWo9.PhiG 9egloglol,9eotethnical andwbsurtace WarelwM'tloeu a A� - Intlircsea poMntlalforpPrn=.and dlsPlacementswdl lhat ,l \�i Itlgasbn Rideflnedin PublkResqurcxCMe Sectlon31i93(pwould "y, he required 0 4,000 0,000 FEST RERRENCE: pMm®lagiCY$wvrybg.W�uNmdL.wq N. awginuuenpuem�s Ce4lwrva MALE i" = 4,000 Earth Mechalucs, Inc. PARK AVENUE BRIDGE OVER GRAND — ' - c.utnkMni„ndE rtnnna enHhimdnP CANAL (REPLACEMENT) Seismic Hazard Map Figure 3-3 Project No. 13-158 Date: June 2015 III -15 of 50 APPENDIX III I1 4.0 SUBSURFACE CONDITIONS 4.1 SOIL CONDITIONS Materials encountered during the field investigation consist primarily of sand and sand with silt overlying siltstone bedrock. The idealized soil profiles and strength parameters used for foundation design are presented in Table 4-1. It should be noted that the elevations shown in Table 4-1 and the lines designating the interface between materials on the LOTB sheet generally represent approximate boundaries. The actual transition between subsurface materials is usually gradual. Table 4-1. Idealized Soil Profiles and Strength Parameters Approximate Predominant Equivalent Total Unit FrictionSPT 7 Cohesion/ Elevation Subsurface Weight Angle Undrained (feet) Materials Blowcount ,� (pcf) (degree) Shear Strength 125 (blows/foot) +1 to -4** with Silt (psf) Abutments +11 to +1 Sand and Sand (14) to 19 120 32 100 _ _ with silt.--- 5 to 17 Average = 14 -17 to -20 Sand and Sand 31 125 _ +1 to -4** with Silt with Silt 120 32 100 -4 to -20 Sand and Sand (24) to 32 — 125 35 50 - _ — with Silt -- -- Average = 30 --(37) Average = 41 -20 to -42 Sand to >70 ---128 38---- --- --.50 --' 4,500 Average = 46 Average = 58 -42 to -80 Siltstone (50) to >70 105 4,500 Average > 70 Piers -3 to -17** ( Sand and Sand (14) to 19 120 32 100 _ with Silt Average = 17 -17 to -20 Sand and Sand 31 125 35 50 _ with Silt -20 to -42 Sand --- (37) to 51 -- 128 -- — 38 ----I 50 ---- Average = 41 42 to -95 Siltstone f 105 4,500 Average = 58 *Blowcounts in parenthesis have been corrected for sampler size; a correction factor of 0.5 was used to convert Modified California sampler blowcounts to equivalent SPT blowcounts. **Liquefiable soil layers; liquefied (residual) shear strength = 600 psf. Earth Mechanics, Inc. Geotechnical & Earthquake Engineering III -16 of 50 APPENDIX III 12 The above friction angles for sandy soil type are based on correlation with Standard Penetration Test (SPT) blowcounts (Lam and Martin, 1986). Friction angles obtained from the direct shear tests are slightly less than the friction angles obtained from the SPT correlation. Due to potential disturbance of the laboratory test specimens, friction angles obtained from the SPT correlation are considered to be more appropriate for foundation design. Results obtained from unconsolidated -undrained triaxial tests show undrained shear strengths higher than the value presented in Table 4-1. Thus, the design undrained shear strength can be considered as conservative. The liquefied (residual) shear strength of 600 psf in Table 4-1 is based on correlation with SPT blowcounts published by Seed and Harder (1990). 4.2 GROUNDWATER CONDITIONS Groundwater was encountered near elevation +3 feet during drilling in June 2014. A groundwater elevation of +5 feet was used for the soil liquefaction evaluation and foundation design to account for local tidal fluctuation. Groundwater elevation during construction will likely be different from those reported above. u Earth Mechanics, Inc Geotechnical &Earthquake Engineering III -17 of 50 APPENDIX III 13 5.0 CONCLUSIONS AND RECOMMENDATIONS 5.1 SEISMIC DESIGN CRITERIA To develop the ARS curve in accordance with the 2013 Seismic Design Criteria (SDC) (Caltrans, 2013) and Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations (Caltrans, 2012c) procedures, we considered the following response spectra. The design ARS curve is the envelope of the following spectra: Deterministic Spectrum based on late -Quaternary faults in the 2012 fault database (Caltrans, 2012b and Merriam, 2012), Probabilistic Spectrum based on 5% in 50 years probability of exceedance ground motion. Minimum Deterministic Spectrum based on a Mw = 6.5 strike -slip event occurring at a distance of 7.5 miles (12 km) from the site. Caltrans ARS Online is used to develop the acceleration response spectrum (ARS) curve (Caltrans, 2012a and Shantz, 2012). Results generated by Caltrans ARS Online were verified using the Caltrans Deterministic Response Spectrum Spreadsheet and Probabilistic Response Spectrum Spreadsheet. We used these spreadsheets following the procedures outlined in Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations. Results obtained from the deterministic spreadsheet and the Caltrans ARS Online were compared and the discrepancy was found to be less than 10%. Therefore, in accordance with Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, the deterministic ARS curve developed using the Caltrans ARS Online is acceptable for design. Spectral acceleration values for the probabilistic response spectrum were calculated using the USGS Interactive Deaggregation Tool (USGS, 2008) for the periods of 0, 0.3, 1.0 and 3.0 seconds. Results obtained from the Caltrans ARS Online and USGS Interactive Deaggregation Tool were compared in the Caltrans Probabilistic Response Spectrum Spreadsheet, and the discrepancy was found to be less than 10%. Therefore, in accordance with Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, the probabilistic ARS curve developed using the Caltrans ARS Online is acceptable for design. Using the information presented in the attached LOTB sheet, a small strain shear wave velocity (Vs30) of 886 feet per second was obtained using the SPT correlations (Caltrans, 2012c). The recommended design ARS curve is presented in Figure 5-1 together with the digitized coordinates. As shown in Figure 5-1, the peak ground acceleration is calculated to be 0.62g. M Earth Mechanics Inc. Geotechnical & EaMquake Engineenng III -18 of 50 APPENDIX III III -19 of 50 1.4 ill , O , d Q U V) 0.0 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 Period (sec) Latitude =33.60570 Longitude =-117.88900 Damping Ratio = 5% Magnitude M = 7.0 Spectral Coordinates Period (see) Ace. (g) Period sec Acc. 0.010 0.620 0.700 1.095 0.050 0.736 0.850 1.039 0.100 0.884 1.000 0.977 0.150 1.019 1.200 0.828 0.200 1.111 1.500 0.656 0.250 1.155 2.000 0.503 0.300 1.177 3.000 0.323 0.400 1.182 4.000 0.229 0.500 1.156 5.000 0.175 0.600 1.123 a' Earth Mechanics, Inc. Park Avenue Bridge (Replace) Design ARS Curve Project: 13-158 7ate: 08/06/14 Figure 5-1 III -19 of 50 APPENDIX III 15 5.2 LIQUEFACTION Liquefaction analysis was performed using the available site-specific subsurface information and a design groundwater elevation of +5 feet. The liquefaction potential of saturated, granular materials below the groundwater table was evaluated using the procedures outlined by Seed et al. (1983) and updated by NCEER (1997). Results of the analyses indicate that granular materials susceptible to liquefaction were encountered at the abutment and pier locations. These potentially liquefiable soil layers are located between El. +1 and -4 feet at the abutments, and between the mudline and El. -17 feet at the piers. In addition to the reduction in soil strength, liquefaction will also result in seismically -induced settlements. In the liquefiable layers, seismically -induced soil settlements are expected to be about 2 and 1 inch at the abutments and piers, respectively. These settlements will generate downdrag forces on the piles and these downdrag forces will be considered in foundation design. 5.3 SOIL CORROSIVITY According to Caltrans Memo to designers 3-1 dated June 2014 (Caltrans, 2014a), a site is considered to be corrosive if the minimum resistivity is less than 1,000 ohm -cm or the soluble sulfate content is more than 2,000 ppm or the chloride content is more than 500 ppm or pH is 5.5 or less. Based on the corrosion test results presented in Appendix B, minimum resistivity ranges from 110 to 520 obm-cm; pH varies from 7.2 to 8.7; soluble sulfate measurements are between 100 and 600 parts per million (ppm); and soluble chloride measurements are between 1,158 and 11,610 ppm. Based on the above corrosion test results and the Caltrans criteria, on-site soils are considered to be corrosive. In addition, the project site is located in a marine environment. Minimum concrete cover should be in accordance with Table 5.12.3-1 of the California Amendments to the AASHTO LRFD Bridge Design Specifications — Sixth Edition (Caltrans, 2014b). Corrosion resistant concrete mix designs that address corrosive conditions are specified in Section 90-1.02H of the Caltrans Standard Specifications (2010c). Additional corrosion protection requirements for concrete structural members are presented in Section 5 of the California Amendments to the AASHTO LRFD Bridge Design Specifications — Sixth Edition (Caltrans, 2014b). 5.4 SCOUR AND DREDGING Based on our discussions with MBI, scour is not a condition that needs to be addressed in bridge design. However, lowering of the mudline by dredging operation can occur during the design life of the bridge structure. Unfortunately, the dredging depth and subsequent cycles of dredging and re -deposition of sediments in the dredged zone are all unknowns. After further discussions with MBI, a permanent lowering of the mudline of 5 feet was considered for the Service I and Strength Limit State load cases and no lowering of the mudline was considered for the Extreme Event Limit State load case. Earth Mechanics, Inc Geotechnical B Earthquake Engineenng III -20 of 50 APPENDIX III 16 5.5 FOUNDATION DESIGN 5.5.1 Foundation Type Based on the as -built drawings, existing abutments and pier foundations are supported on driven concrete piles. The pile details show a 16 -inch octagonal pile with the last 5 feet of the pile length tapering down into an 8 -inch square rip. Pile lengths are 27 to 33 feet on the design plan. The as -built pile lengths and pile design load are both unknowns. Deep foundations are proposed for the replacement structure to match the existing bridge. Based on discussions with MBI, Cast -in -Drilled -Hole (CIDH) concrete piles are recommended because pile driving is not permitted due to proximity of residential structures. Preliminary plans prepared by MBI show four 30 -inch CIDH piles at each pier. The abutment is constructed as a secant -pile wall consisting of nineteen reinforced CIDH piles and eighteen un -reinforced CIDH piles. Both pile types have a diameter of 24 inches and are spaced at a maximum of 2'-8" on - center. The reinforced CIDH piles are extended below the secant pile wall. In the design calculations, only fifteen out of nineteen reinforced piles are assumed to be effective to provide axial and lateral soil resistance. 5.5.2 Foundation Data Provided by Structural Designers The foundation design loads, as provided by RBF, are presented in Table 5-1. Table 5-1. Foundation Design Loads 5.5.3 Axial Pile Capacity Abutments and piers foundation design recommendations are presented in Table 5-2. The Pile Data Table for the Contract Plans is presented in Table 5-3. The abutment pile recommendations pertain to the reinforced piles only. According to Section 10.8.3.6.3 (AASHTO, 2012), a pile -group efficiency factor (GEF) of 0.65 is used for a center -to -center pile spacing of 2.5 times the pile diameter, and a GEF of 1.0 is used for a center -to -center spacing of 4.0 times the pile diameter or greater. Linear interpolation can Earth Mechanics, Inc. Geotechnical & EaMquake Engineenng III -21 of 50 Service -I Limit State Strength/Construction Limit State Extreme Event Limit State kis (Co trolling Group, kis(Controlling Group, kips) Support Permanent Compression Tension Compression I Tension Per Max. Per Max. Per Max. Per Max. No. Total Load Loads Per Support PP Per Support Support Per Support Per Support Per Support pp Per Pile Pile Pile Pile —Abut1 660 —� 490 920 85 0 0 490 62 0 0 Pier 880 580 1270 415 0 0 580 280 0 0 3 880 580 1270 415 ( 0 I 0 580 T 280 0 0 —Pier Abut4 _ 660 490 920 85 --- 0 --I 0 ---- 490 i - -- --- i 62 0 0 5.5.3 Axial Pile Capacity Abutments and piers foundation design recommendations are presented in Table 5-2. The Pile Data Table for the Contract Plans is presented in Table 5-3. The abutment pile recommendations pertain to the reinforced piles only. According to Section 10.8.3.6.3 (AASHTO, 2012), a pile -group efficiency factor (GEF) of 0.65 is used for a center -to -center pile spacing of 2.5 times the pile diameter, and a GEF of 1.0 is used for a center -to -center spacing of 4.0 times the pile diameter or greater. Linear interpolation can Earth Mechanics, Inc. Geotechnical & EaMquake Engineenng III -21 of 50 APPENDIX III 17 be used to determine the GEF for intermediate spacings. Based on the pile layouts provided by MBI, GEF's of 0.7 and 0.9 were used for the abutment and pier pile, respectively. The pile capacity is also based on soil resistance only and may be ftuther limited by the pile -head connection details and the strength of the pile materials. As shown in Table 5-2, the specified pile -tip elevations at the abutments and piers were controlled by the Strength/Construction Limit load case. Even though the Extreme -Event Limit load case incorporated the effect of downdrag forces, the design pile -tip elevations were higher than the Strength/Construction Limit load case; downdrag forces were estimated to be 30 and 50 kips for the abutment and pier piles, respectively. Table 5-2. Foundation Design Recommendations Notes: 1. Design tip elevations are controlled by the following demands: (a-) Compression (Strength\Construction Limit), (a -Il) Compression (Extreme Event), (c) Settlement and (d) Lateral Load. 2. There are no design tip elevations for Tension at abutments and piers. 3. The Specified tip elevations shall not be raised above the design tip elevations for Settlement and Lateral Load. 4. Cut-off elevations are bottom of abutment wall for abutment piles and mudline for pier piles. lu Earth Mechanics, Inc Geotechniral8 Earthquake Engineering III -22 of 50 Required Factored Nominal Resistance 1 ! I Service -I Limit (kips) (- Support Pile i Cut- 1 off i State Loads per Total I Support (Idps)permissible. Design Tip Specified Strength Limit Extreme Event Location Type Elev. Support Elev. Tip Elev. (feet) Settle. (inch) 1 Permn Co.p. Tension 1 Comp. I Tension (feet) (feet) ! Totals -neat (4=09) (�=U•'� t�-1.o) 1 i (4-1.0) ! ( -38 (a-) Abut 1 -8 660 490 1 85 0 62 0 323 38 CIDH (cM -�-- -- -33 (d) I Pier 2 CIDH 1 -3 880 580 1 415 0 280 0 -59 -27 (c) 53 (d) Pier 3 30 CIDH 3 ; 880 580 1 1 415 0 2800 -47 (a-11)59 27 (c) -- -38 (a-) Abut 4 -8 660 490 1 85 I 0 62 0 31 38 CIDH cm j 1 1 1 I I -33 () Notes: 1. Design tip elevations are controlled by the following demands: (a-) Compression (Strength\Construction Limit), (a -Il) Compression (Extreme Event), (c) Settlement and (d) Lateral Load. 2. There are no design tip elevations for Tension at abutments and piers. 3. The Specified tip elevations shall not be raised above the design tip elevations for Settlement and Lateral Load. 4. Cut-off elevations are bottom of abutment wall for abutment piles and mudline for pier piles. lu Earth Mechanics, Inc Geotechniral8 Earthquake Engineering III -22 of 50 APPENDIX III 18 Table 5-3. Pile Data Table Notes: 1. Design tip elevations are controlled by the following demands: (a) Compression, (c) Settlement and (d) Lateral Load. 2. There are no design tip elevations for Tension at abutments and piers. 3. The specified tip elevations. shall not be raised above the design tip elevations for Settlement and Lateral Load. 5.5.4 Lateral Pile Capacity Nonlinear soil resistance (p) versus pile deflection (y) curves were calculated using the computer program LPILE (Ensoft, 2010) and the soil strength parameters presented in Table 4-1. Static and seismic (with soil liquefaction) p -y curves were generated and these curves are included in Appendix C. Based on the pile layout provided by MBI, group efficiency factors of 0.95 and 0.85 are recommended for longitudinal and transverse loading at the piers, respectively; corresponding group efficient factors at the abutments are 0.73 and 0.57. Each of the soil resistance (p) values in Appendix C will need to be multiplied by the above group efficiency factors in order to incorporate the pile -group effects. 5.6 EMBANKMENTS SETTLEMENT AND SLOPE STABILITY 5.6.1 Settlement and Settlement Period The replacement structure will be constructed more -or -less on the footprint of the existing bridge. Project Profile Sheet provided by MBI shows very minor cuts and fills at the approaches. As a result, soil settlement at the approach due to fill placement is negligible and a settlement period for abutment pile construction is not required. 5.6.2 Slope Stability A cross-section along the bridge centerline was provided by MBI. Global stability of this cross section was evaluated for static and pseudo -static conditions using the computer program SLIDE 6.0 (Rocscience, 2012) and the soil strength parameters presented in Table 4-1. The mudline was also lowered by 5 feet for the static condition only to represent future dredging operation. Earth Mechanics Inc Geotechnical 8 Earthquake En9ineenng III -23 of 50 Nominal Resistance (kips) Design Tip Specified Tip Location Pile Type Elevations Elevation Compression Tension (feet) (feet) -38 (a) Abut 1 24" CIDH I 130 0 -23 (c) -38 ------ ---------L-------- —-- —33 (d) -- ------- I -59 (a) Pier 2 30" CIDH 600 0 -27 (c) -59 -59 (a) Pier 3 30" CIDH 600 0 -27 (c) -59 — I (dJ--- — Abut 4 24" CIDH 130 0 -23 (c) -38 33 (d Notes: 1. Design tip elevations are controlled by the following demands: (a) Compression, (c) Settlement and (d) Lateral Load. 2. There are no design tip elevations for Tension at abutments and piers. 3. The specified tip elevations. shall not be raised above the design tip elevations for Settlement and Lateral Load. 5.5.4 Lateral Pile Capacity Nonlinear soil resistance (p) versus pile deflection (y) curves were calculated using the computer program LPILE (Ensoft, 2010) and the soil strength parameters presented in Table 4-1. Static and seismic (with soil liquefaction) p -y curves were generated and these curves are included in Appendix C. Based on the pile layout provided by MBI, group efficiency factors of 0.95 and 0.85 are recommended for longitudinal and transverse loading at the piers, respectively; corresponding group efficient factors at the abutments are 0.73 and 0.57. Each of the soil resistance (p) values in Appendix C will need to be multiplied by the above group efficiency factors in order to incorporate the pile -group effects. 5.6 EMBANKMENTS SETTLEMENT AND SLOPE STABILITY 5.6.1 Settlement and Settlement Period The replacement structure will be constructed more -or -less on the footprint of the existing bridge. Project Profile Sheet provided by MBI shows very minor cuts and fills at the approaches. As a result, soil settlement at the approach due to fill placement is negligible and a settlement period for abutment pile construction is not required. 5.6.2 Slope Stability A cross-section along the bridge centerline was provided by MBI. Global stability of this cross section was evaluated for static and pseudo -static conditions using the computer program SLIDE 6.0 (Rocscience, 2012) and the soil strength parameters presented in Table 4-1. The mudline was also lowered by 5 feet for the static condition only to represent future dredging operation. Earth Mechanics Inc Geotechnical 8 Earthquake En9ineenng III -23 of 50 APPENDIX III 19 The calculated factor of safety for a deep-seated failure is greater than the minimum required 1.5 under static condition with a 2 -foot soil surcharge to represent traffic loading. Slope stability analysis under pseudo -static condition was performed using a seismic coefficient equal to 0.207 (which is one-third of the horizontal peak ground acceleration). The calculated factor of safety is greater than the minimum required 1.1 under pseudo -static condition. 5.7 BRIDGE ABUTMENT WALL DESIGN 5.7.1 Abutment Static Lateral Pressures The abutment (secant pile) wall is assumed to be 19 -foot tall with a top -of -wall and bottom -of - wall elevation of +11 and -8 feet, respectively. A design groundwater elevation of +5 feet is used. The abutment wall design will need to include the effect of water pressure. Above an elevation of +5 feet and if abutment walls are free to move laterally at the top, a static active lateral earth pressure of 36 psf per foot of depth is recommended for a free -draining, level and compacted backfill. If lateral movement at the top of abutment walls is restrained, the lateral earth pressure for a free draining, level and compacted backfill should follow Section 5.5.5.11 of the Caltrans BDS (2004). For this condition, we recommend a coefficient of active lateral earth pressure of 0.3, a coefficient of at -rest lateral earth pressure of 0.46 and a soil unit weight of 120 pcf. Below an elevation of +5 feet, both earth pressure and hydrostatic pressure should be considered. If abutment walls are free to move laterally at the top, a static active lateral earth pressure of 22 psf per foot of depth is recommended for a level and compacted backfill. If lateral movement at the top of abutment walls is restrained, the lateral earth pressure for a level and compacted backfill should follow Section 5.5.5.11 of the Caltrans BDS (2004). For this condition, we recommend a coefficient of active lateral earth pressure of 0.3, a coefficient of at -rest lateral earth pressure of 0.46 and an effective soil unit weight of 72 pcf. If applicable, a uniform lateral pressure of at least 72 psf due to vehicle loads, equivalent to a vertical pressure produced by at least 2 feet of earth, should be added to the above lateral earth and water pressures. In addition to the abutment piles, the embedded abutment wall (below the mudline) will provide some passive resistance to lateral loads. We recommend a passive lateral pressure of 200 psf per foot of depth, measured from the mudline elevation. 5.7.2 Abutment Seismic Lateral Pressures A seismic incremental active earth pressure of 30 psf per foot of depth is recommended for the abutment wall. We recommend using this incremental seismic active earth pressure for the entire wall height. The abutment wall is taller than 5.5 feet. Under seismic loading, an ultimate uniform passive earth pressure of 5 ksf may be used for the approach backfill above elevation +5 feet (Caltrans SDC, 2013). Below elevation +5 feet, an ultimate uniform passive earth pressure of 3 ksf is recommended. The horizontal movement at which the maximum passive pressure is expected to { I" Earth Mechanics, Inc Geotechnical & Earthquake Engineering III -24 of 50 APPENDIX III 20 be fully mobilized can be determined following the procedure outlined in Section 7.8.1 of the Caltrans SDC (2013). 5.8 RETAINING WALLS Pedestrian access ramps are proposed at all four corners of the approaches. These ramps connect Park Avenue to the banks of the canal. Each access ramp consists of three retaining walls on a common footing. Wall and foundation design parameters are provided below. Lateral Earth Pressures. Above an elevation of +5 feet and if walls are free to move laterally at the top, a static active lateral earth pressure of 36 psf per foot of depth is recommended for a free -draining, level and compacted backfill. If lateral movement at the top of walls is restrained, a static lateral earth pressure of 55 psf per foot of depth is recommended for a free -draining, level and compacted backfill. Below an elevation of +5 feet, both earth pressure and hydrostatic pressure should be combined. If walls are free to move laterally at the top, a static active lateral earth pressure of 22 psf per foot of depth is recommended for a level and compacted backfill. If lateral movement at the top of walls is restrained, a static lateral earth pressure of 33 psf per foot of depth is recommended for a level and compacted backfill. If applicable, a uniform lateral pressure of at least 72 psf due to vehicle loads, equivalent to a vertical pressure produced by at least 2 feet of earth, should be added to the above lateral earth and water pressures. In addition, a seismic incremental earth pressure of 30 psf per foot of depth is recommended for the entire wall height. Lateral Resistance. Resistance to lateral loads may be developed by a combination of friction acting at the base of the retaining wall footings and passive earth pressure. A frictional coefficient of 0.44 is recommended for the Service and Strength Limit State. After incorporating the effect of soil liquefaction, a frictional coefficient of 0.25 is recommended for the Extreme Event Limit State. Maximum passive equivalent fluid pressure of 390 and 230 psf per foot can also be used for above and below the groundwater, respectively. We recommend 100% of the base friction only for Service Limit State; 50% of the passive resistance and 100% of the base friction for Strength Limit State; and 100% of the passive resistance and 100% of the base friction for the Extreme Event Limit State. Bearing Capacity and Settlement. The Spread Footing Data Table, per Caltrans MTD 4-1 (2014c), is presented in Table 5-4. The calculated settlement for the Service Limit State is about 1/2 inch, and the calculated Extreme Event Factored Gross Nominal Bearing Resistance incorporated the effect of soil liquefaction. Under the Extreme Event Limit State, soil liquefaction also induces about 2 inches of settlement. We do not anticipate a total collapse of the retaining wall under this settlement magnitude, but some tilting of the retaining wall is likely to occur; repairs will be required to restore full usage of the pedestrian ramps. � Earth Mechanics, Inc. Geotechnical 8 Earthquake Engneenng III -25 of 50 APPENDIX III 21 Table 5-4. Retaining Wall Spread Footing Data Table Footing Bottom Service Permissible Strength/Construction Extreme Event Factored Gross Elevation (ft) Net Contact Stress Factored Gross Nominal Nominal Bearing (Settlement) (ksf) Bearing Resistance (ksl) Resistance s +3.75 and +4.0 2.1 7.0 4.0 Recommendations given in Table 5-4 assume that the retaining walls footing is underlain by a minimum of 2 feet of compacted fill or 2 feet of concrete seal course. Compacted fill is Caltrans Structure Backfill with a minimum relative compaction of 95% of maximum density as determined by Caltrans Test Method 216. The overexcavation bottom should be inspected by a qualified geotechnical engineer or technician to confirm the presence of an unyielding and competent surface prior to backfilling. a Earth Mechanics. Inc. Geotechnical &Earthquake Engineenng III -26 of 50 EWU .1.Im 4w 22 6.0 CONSTRUCTION RECOMMENDATIONS 6.1 EARTHWORK Earthwork should be performed in accordance with Caltrans Standard Specifications, Section 19 (2010c). Appropriate measures should be taken to prevent damage to adjacent structures and utilities. Any design and construction of temporary sloping, sheeting, or shoring should be made the contractor's responsibility. 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 shall conform to all applicable occupational and health standards, rules, regulations, and orders established by the State of California. hi addition, other State, County, or Municipal regulations may supersede the recommendations presented in this section. If a trench shoring design and safety plan is required, the geotechnical consultant should review the plan to confirm that recommendations presented in this report have been applied to the design. 6.2 GROUNDWATER Groundwater was measured near elevation +3 feet during drilling in June 2014. Groundwater level during construction will be higher due to tidal fluctuations. Groundwater will be encountered during construction of the CIDH piles and abutments. Dewatering, if used, must be implemented with extreme caution because this operation could induce soil settlement which could damage buried utilities and nearby residential structures. Contractor should be fully prepared for a wet construction when bidding and selecting construction equipment and methods. 6.3 CIDH PILE CONSTRUCTION Construction of CIDH piles should follow Section 49-3 of the Caltrans Standard Specifications (2010c). Very challenging CIDH pile construction is anticipated due to a wet construction and high groundwater. The project site is also located in a tidal zone and marine environment. Difficult drilling conditions are anticipated because the project site is underlain by saturated, caving soils with localized dense and hard soil layers. Bedrock contact is estimated to be near El. -40 feet; actual bedrock contact can be higher or lower than El. -40 feet. The bedrock is predominantly hard clayey siltstone and claystone. Advancement into the bedrock could be slow and difficult. Contractor should be prepared to deploy all excavation tools necessary for the removal of the borehole materials. Bedrock contact is also known to be dipping sharply in the vicinity. As a result, Contractor should anticipate an inclined bedrock contact surface inside the borehole. This inclined surface could trigger "running" (horizontal translation) of the excavation (cutting) device, and Contractor should be prepared to handle this condition. The abutment is constructed as a secant -pile wall consisting of nineteen reinforced CIDH piles (soldier piles) and eighteen un -reinforced CIDH piles (lagging piles). Both pile types have a diameter of 24 inches and are spaced at a maximum of 2'-8" on -center. Only the reinforced CIDH piles extend below the mudline to provide axial and lateral soil resistance. Secant pile wall construction should start with installation of the unreinforced lagging piles followed by installation of the reinforced soldier piles. Soldier piles should not be installed until the two adjacent lagging piles have been installed and have reached their initial set. Soldier piles a Earth Mecham s, Inc. Geotechnical 8 Earthquake Engineering m-27 of 50 APPENDIX III 23 should be installed as early as possible after the lagging piles have reached their initial set to avoid coring through hardened concrete. Extreme caution should be taken to maintain verticality of both the lagging and soldier piles during CIDH pile excavation. When drilling soldier piles, the soldier piles will have a tendency to deflect in a direction perpendicular to the wall face resulting from overbreak from the lagging piles. If verticality of lagging piles is not maintained, the soldier piles will have an increased tendency to deflect away from the wall face. The Contractor should be required to include in the CIDH Pile Installation Plan measures for how verticality of the CIDH piles will be monitored and maintained during drilling. The CIDH Pile Installation Plan should also include contingencies and mitigation measures in the event the CIDH piles are installed outside of the vertical tolerances in the project specifications and special provisions. For a wet pile construction, the contractor is required to maintain a minimum 10 -foot head of slurry over the piezometric surface at all times during CIDH pile construction. This minimum head of slurry is required to prevent a "quick" condition during the CIDH pile excavation. Water is not allowed as slung, even if full length casing is used during pile excavation. As a standard Caltrans practice for "wet" construction, PVC tubings must be installed within the reinforcement cage of the CIDH pile for gamma -gamma testing per Caltrans Memo -To -Designers 3-1 (2014a). Dewatering operations, if necessary, should not be initiated until after CIDH pile construction is complete; dewatering should not be performed concurrent with pile excavation. Dewatering performed during CIDH pile construction will potentially remove drilling slung from the CIDH excavation causing the CIDH excavation to collapse. Dewatering will also induce ground subsidence. As such, dewatering could affect the nearby structures. Soil caving can be controlled using a temporary casing or slurry. The use of temporary casing is left to the contractor's discretion. Temporary casings should have an outer diameter equal to or exceeding the pile diameter, and should be placed tight in hole. Temporary casing installation may be difficult due to the presence of dense and hard soil layers. The temporary casing should be pulled as the concrete is being poured while always maintaining at least a 5 -foot head of concrete inside the temporary casing. The Contractor should be required to drill the bottom of the shaft boring with a clean-out bucket to ensure adequate removal of loose soils. The shaft borings should be inspected and approved by the Resident Engineer prior to 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. Per latest Caltrans requirement, 3 -inch of concrete cover over reinforcement should be provided to improve the construction of the 24 -inch and 30 -inch diameter CIDH piles. The pile reinforcing cage should be installed and the concrete pumped, immediately after drilling is completed. No borings should be drilled immediately adjacent to another pile until the concrete in the other pile has attained its initial set. t, Earth Mech nics, Inc. Geotechnical &Earthquake Engineering III -28 of 50 APPENDIX III 24 In the event that any boring becomes bell-shaped and cannot be advanced due to severe caving, 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. 6.4 BACKDRAIN AND BACKFILL REQUIREMENTS 6.4.1 Retaining Walls Caltrans Structure Backfill should be used as backfill material behind the retaining walls. Backfill should be compacted in accordance with Section 19-5 of the Caltrans Standard Specifications (2010c). The horizontal limits of the Structure Backfill should begin one foot from edge of the footing bottom and extending upward at a 45 -degree imaginary plane until the plane intersects the ground surface. Backfill should be placed in loose lifts not exceeding 8 inches in thickness, moisture -conditioned to near optimum moisture content, and compacted to at least 90 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 walls in order to avoid damaging the walls due to large lateral earth pressures. Backdrains should be installed behind the wall to relieve hydrostatic pressure. Backdrains should be constructed in accordance with Bridge Detail 3-1 on Sheet BO -3 per Caltrans Standard Plans (2010b) or the geocomposite drain alternative per Section 6 of the Caltrans Bridge Design Details (1992). 6.4.2 Abutment Walls Caltrans Structure Backfill should be used as backfill material behind the bridge abutment walls as shown in Figure 6-1. Backfill should be compacted in accordance with Section 19-5 of the Caltrans Standard Specifications (2010c). Backfill should be placed in loose lifts not exceeding 8 inches in thickness, 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 in order to avoid damaging the walls due to large lateral earth pressures. 6.5 REVIEW OF CONSTRUCTION PLANS Recommendations contained in this report are based on draft plans. The geotechnical consultant should review the final construction plans and specifications in order to confirm that the general intent of the recommendations contained in this report have been incorporated into the final construction documents. Recommendations contained in this report may require modification or additional recommendations may be necessary based on the final design. *Ea th Me hanics, Inc. Geotechnical 8 Earthquake Engineering III -29 of 50 APPENDIX III III -30 of 50 w J v J J w U YQ LL C) O Z J 0 Q J LL OZ z F— w w Z O: H ~ Om ma CD m Q � co 07 I � I o N T f0 N U co N co W M 00 2 J LL co O U Z a z m s a I— U F- I— I— Z w 2 Z c LU Q — - Q F y U IL J C7 U LL m w - III -30 of 50 APPENDIX III 26 6.6 GEOTECHNICAL OBSERVATION AND TESTING It is recommended that inspections and testing be performed by the geotechnical consultant during the following stages of construction: • Grading operations, including excavations and placement of compacted fill • Shoring installation • Footing excavation and pile construction • Backdrain installation and backfilling of bridge abutment and retaining walls • Removal or installation of support of buried utilities or structures • When any unusual subsurface conditions are encountered Earth Mechanics, Inc Geotechnical B Earthquake Engineering III -31 of 50 APPENDIX III 27 7.0 LIMITATIONS This report is intended for use by the City of Newport Beach, and Michael Baler International for design and construction of the Park Avenue Bridge replacement project. This report is based on the project as described herein and the information obtained from the exploratory borings at the approximate locations indicated on the attached plans. The findings and recommendations contained in this report are based on the results of the field investigation, laboratory tests, and engineering analyses. Also, soils and subsurface conditions encountered in the exploratory borings are presumed to be representative of the project site; however, subsurface conditions and characteristics of soils between exploratory borings 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 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 herein are applicable to the specific design elements and locations which are the subject of this report. Data, opinions, and recommendations herein 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 is not responsible 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 were 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. Earth Mechanics, Inc Geotechnical & EaMquake Engineenng III -32 of 50 APPENDIX III 28 8.0 REFERENCES American Association of State Highway and Transportation Officials (AASHTO), 2012, AASHTO LRFD Bridge Design Specification, 6th Edition, Washington, DC: AASHTO. American Society for Testing and Materials (ASTM), 2015, Annual Book of Standards. Soil and Rock; Dimension Stone; Geosynthetics. Vol. 04.08. 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. California Department of Transportation (Caltrans), California Test Methods. Caltrans, 2014a, Memo to Designers 3-1, June. Caltrans, 2014b, California Amendments to AASHTO LRFD Bridge Design Specifications, Sixth Edition, January. Caltrans, 2014c, Memo to Designer 4-1, April. Caltrans, 2013, Seismic Design Criteria, Version 1.7, April. Caltrans, 2012a, Caltrans ARS Online Version 2 Website (http://dap3.dot.ca.gov/shake table/v2/index.php). Caltrans, 2012b, Caltrans Fault Database Version 2a for ARS Online, October 23. Caltrans, 2012c, Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, Division of Engineering Services Geotechnical Services, November, Caltrans, 2010a, Soil and Rock Logging, Classification, and Presentation Manual, 2010 Edition. Caltrans, 2010b, Standard Plans. Caltrans, 2010c, Standard Specifications. Caltrans, 2004, Bridge Design Specifications, Section 5, August. Caltrans, 1992, Bridge Design Details, Section 6, November. Ensoft, 2010, LPILEP" Version 6. 0, A Program for Analyzing Stress and Deformation of a Pile or Drilled Shaft under Lateral Loading, Austin, Texas. 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. Lam, I.P., and Martin, G.R., 1986, Seismic Design of Highway Bridge Foundations, FHWA Report Nos. FHWA A/RD-86/102. Earth Mechanics, Inc Geotechnical & Earthquake Engineering III -33 of 50 APPENDIX III 29 Merriam, M., 2012, Caltrans Fault Database (V2a) for ARS Online, California Department of Transportation, Sacramento, CA, October 23. 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. NCEER, 1997, Proceeding of the NCEER Workshop on Evaluation of Liquefaction Resistance of Soils, T. L. Youd and I. M. Idriss Editors, Technical Report NCEER-97-0022, NCEER, Buffalo, NY. Rocscience, 2012, SLIDE 6.0 — 2D Limit Equilibrium Slope Stability Program, Toronto, Canada. Seed, R.B. and Harder, L.F., Jr., 1990, SPT -Based Analysis of Cyclic Pore Pressure Generation and Undrained Residual Strength, in Proceedings, H. Bolton Seed Memorial Symposium, BiTech Publishers, Ltd., P. 351-376. Seed, H. B., Idriss, 1. M., and Arango, L, 1983, Evaluation of Liquefaction Potential Using Field Performance Data, Journal of Geotechnical Engineering, ASCE, Vol. 109, No. 3, pp. 458-482. Shantz, T., 2012 ARS Online 2.0, Discussion of New Features and Updated Source Data, California Department of Transportation, Sacramento CA. Shaw, J.H., and Shearer, P.M., 1999, An elusive blind -thrust fault beneath metropolitan Los Angeles: Science, v. 283, p.1516 (5 March). USGS, 2013, The SAFRR (Science Application for Risk Reduction) Tsunami Scenario, Open - File Report 2013-1170, California Geological Survey Special Report 229. USGS, 2008, USGS 2008 Interactive Deaggregations (Beta), https://geohazards.usgs.gov/deaggint/2008/ w Earth Mechanics. Inc. lArI cLWim, 8 EaMquake Engineering III -34 of 50 Appendix A LOG OF TEST BORINGS SHEET APPENDIX III III -35 of 50 a s Ep a r un[:i- sU°Jz� e. a.wTvwTn..e vw.x'!•=•M NI NOI1tlA313 n -s.\[ttttoz��w^Na Xm ' 0 x W O Ui $ p0 56: e�6 3. °ap e 0 W Py p a6$�gBs =Z F p y� R 4�y So tl •F yR§$d Sp k g� & gs 'S a `ro 5 3 T y i iFxi ms Rlsp � C � (+6 v 9 Y k e LJ j G gyp¢ ey °ggS5 p a E'i Nt € 8 O s MOIJ � ¢ F uY yy z= f S &8 3 II I � t 12 t € Z g f 6 'esE F a h §3 p e h ¢ 3i P e n0 @ S S$€ ss O z N S'� � E aQ� mss 5� SzS9 ���42A (U) NOUVA 13 ^°g� �"\_ \ i21aa..= •\ | r § ! ;- •! _ § m || : ; 00 \ _ }�| � | | ). 4�7-; j3 \ !�( VN f / / /\ } . � �| �"\_ \ i21aa..= i21aa..= § ! i21aa..= }\/}\\\{ e @$ _ _� (} � Bo— \\;A /] §/\ /\m \\j\§\) — \. -- . � /\\Q#2R --- )/)\\\& �««� - §A. D, a1 ) 55 #{\, !|°}\}§�\ ••§ - §.. ' > \.\.\l};\ ! ) |! |,\ �_„ : - §{/!!,/- !,))){)\\\))) _-- `� " _---- \ _> _ }\/}\\\{ e @$ _ _� (} � Bo— \\;A /] §/\ /\m \\j\§\) — \. -- . � /\\Q#2R \ g )/)\\\& �««� - §A. D, a1 ) 55 #{\, 33A. R > \.\.\l};\ ) |! . �_„ !,))){)\\\))) _-- `� " _---- \ _ ;)/{{{{{{ {{)\(((\ ° k o { • ° ; ; { / � . { ! , | \ | [ ! ; [ r 1 !No -sVSK� W'�vw-•wTa^Aae.a ww•x'P+•M•gn Y�V�aEVr/wd�y xm e s a hzLL �( et tE� O u e o n c t a2 e E e `s Em Uk� K d' 0� .a fr e Ub E OF Ki m w a e "ee E o ¢u 2� $ p� u3 a- F E9p �yE _�8 FU nE F iv w_ iea veE 'e n 9.:^ .. ebe3 s cL CEe$i�v_ _ G Y2 Ev _S vEfr= E�Lcm £ Ei �voogva ceF �E p� G F 4 se `8583 p4 E=g% s` °=fr$s`ss`; - 3d fro €��o ggs ai z S E - E ss F q # S ;ea s g �6 FF I IE p� 5 a Eli ¥ " Peo� 3 isra $' x � s3a"ems''y _c �,. es •,•a. ..� . v�i ^F2 s£`u $ $ a e.�G 6��EP ei Spy _ _ _v E_ e 's y ase ,i 8 U C 8 " am 3fr R � o a" a�> - w mNoa w 5 � e _ Q o \_ U _@ w� gN o iL az N� NO y - F O S z gy Q m � uF wF - v �98 jQ` S e e - a et tE� P o n c t E e e E e `s vE .a fr e E e E E o $ o a- nE F iv w_ 'e = s cL CEe$i�v_ n = _ G G se `8583 .9 E=g% s` °=fr$s`ss`; 3d fro z S E - E F ;ea $' x � s3a"ems''y _c �,. es •,•a. ..� . v�i ^F2 s£`u e.�G 6��EP ei Spy _ _ _v E_ e 's ase ,i 8 S e e - a et tE� P o n c t E e e E e `s vE .a fr e E e E E o $ o a- nE F iv w_ 'e = s cL CEe$i�v_ n = _ G G se `8583 .9 E=g% s` °=fr$s`ss`; 3d fro z S E - E F S P o n c t E e e E e E a - = e E e E E o 'e = n = _ G G Appendix B LABORATORY TEST RESULTS APPENDIX III III.40 of 50 F V U J cwa E o 0 0 0 v o m ax'm r m ry V E� F a Q LJ 'D ^ W k. m O U N 6 3 a m F - dam io m m n G W m a c m � d O O U m a y r Q Y M m (7 0) h Q to Q r Y W N CJ IR m N N O O w J3H J mFN ^�n r�om�nm�n omr Q.o min i°O�n ��n .-ink rnr MmQin Jnr mm m<n�<n�omm Q N^ O) W 2 W z z a o� M mm �n F my a�n <n wrn cn a�n����a�namu�vi v�� 2E 22222x 2xi :Ex gx m „ I m II Q ono Q N in000O�no m (D r W N N M -o m Q - V Oen N 1(1 - f0 - fp O r - r - m - O) i° O- o in O v�o �n ou�o�n000 [i Q M V ;z d�d�ov�o�np�o�nd�o�nd�o�o�d�dd�d�,�o�ov�o�,ov�oJ,�oc%� m 6 V O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O ° ❑ v v v Q Q Q v v v v v v v Q v v v v v v v v v Q Q v e v v v v v v v v v Q v v v v v APPENDIX III 2.5 R-14-007 Strength Intercept (C) : 110.13 (ksp Peak 0.71 (ksf) 2.0 Sample No. : D-2 6.32 (kPa) 5.17 (kPa) 2.0 1 Friction Angle ( ) : 43.52 Degree 30.24 Degree Description : Gray, Poorly graded SAND (SP) C Shear Rate (memmxn eW) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pcf) (kN/ma) RATIO NORMAL STRESS F (ksf) (kPa) PEAK STRESS (ksf) (kPa) ULTIMATE STRESS (kef) (kPa) 0 21.65 100.70 15.85 0.67 050 a 1.5 C 28.73 0.40 18.96 22.26 .N 1.00 47.88 1,09 52.28 0.70 .x 1.5 20.46 104.42 16.44 0.61 2,00 95.76 2.03 97.10 M_ rn 1.0 60.90 a L m L i 0.5 ' z 0.0 0.0 0.5 1.0 1.5 2.0 2.5 Normal Stress (ksf) Ultimate : V I Shear Tvoe :I Pisid Moisiture I Undisturbed I Pooh • • 2.5 R-14-007 Strength Intercept (C) : 110.13 (ksp Peak 0.71 (ksf) Ultimate Sample No. : D-2 6.32 (kPa) 5.17 (kPa) 2.0 1 Friction Angle ( ) : 43.52 Degree 30.24 Degree Description : Gray, Poorly graded SAND (SP) Shear Rate (memmxn eW) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pcf) (kN/ma) RATIO NORMAL STRESS F (ksf) (kPa) PEAK STRESS (ksf) (kPa) ULTIMATE STRESS (kef) (kPa) 0 21.65 100.70 15.85 0.67 050 23.94 C 28.73 0.40 18.96 22.26 102.26 167 0.65 1.00 47.88 1,09 52.28 0.70 .x 1.5 20.46 104.42 16.44 0.61 2,00 95.76 2.03 97.10 1.27 60.90 a m L m 1.0 z m .c rn 0.5 0.0 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 0.40 0.45 0.50 Horizontal Deformation (inch) Boring No. R-14-007 Strength Intercept (C) : 110.13 (ksp Peak 0.71 (ksf) Ultimate Sample No. : D-2 6.32 (kPa) 5.17 (kPa) Depth (frim) : 10.0 10,00 1 Friction Angle ( ) : 43.52 Degree 30.24 Degree Description : Gray, Poorly graded SAND (SP) Shear Rate (memmxn eW) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pcf) (kN/ma) RATIO NORMAL STRESS F (ksf) (kPa) PEAK STRESS (ksf) (kPa) ULTIMATE STRESS (kef) (kPa) 0 21.65 100.70 15.85 0.67 050 23.94 0.60 28.73 0.40 18.96 22.26 102.26 167 0.65 1.00 47.88 1,09 52.28 0.70 33.32 20.46 104.42 16.44 0.61 2,00 95.76 2.03 97.10 1.27 60.90 r'v Earth Mechanics, Inc. ' ri- Geoeechnical and Earthquake Enaeering Project No.: 13-158 Date : 07/02/14 RBF/Park Avenue Bridge Replacement DIRECT SHEAR TEST No. III -42 of 50 APPENDIX 111 2.5 : R-14-002 Strength Intercept (C) ; 0.05 (ksf) Peak 0.07 (ks8 2.0 Sample No. D-2 2.59 (kPa) 3.45 (kPa) 2.0 Friction Angle ( ) : 45.37 Degree 31'.54 Degree Description : Otive brown, Poorly graded SAND (SP) Shear Rate 0 -hl -!.a e) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pct) (kN/: RATIO NORMAL STRESS PEAR STRESS ULTIMATE STRESS (kef) (kPa) (ksf) (kPa) (ksf) (kPa) 18.29 1.5 C 0.50 23.94 0.58 27.580.35 16.66 p 18.24 103.27 16.26 0.63 -- 47 .88 x 1.5 N N N 35.05 14,62 � 1664 0.59 2.00 M 1.0 2.09 99.97 L28 61.48 q L p v w � m 1.0 0.5 � 0.0 I m s m 0.0 0.5 1.0 1.5 2.0 2.5 Normal Stress (ksf) Ultimate : U I Shear Type :I Field Moisittire I Undisturbed I Peak: 0 2.5 : R-14-002 Strength Intercept (C) ; 0.05 (ksf) Peak 0.07 (ks8 Ultimate Sample No. D-2 2.59 (kPa) 3.45 (kPa) 2.0 Friction Angle ( ) : 45.37 Degree 31'.54 Degree Description : Otive brown, Poorly graded SAND (SP) Shear Rate 0 -hl -!.a e) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pct) (kN/: RATIO NORMAL STRESS PEAR STRESS ULTIMATE STRESS (kef) (kPa) (ksf) (kPa) (ksf) (kPa) 18.29 103.05 C 0.50 23.94 0.58 27.580.35 16.66 18.24 103.27 16.26 0.63 1.00 47 .88 x 1.5 0,73 35.05 14,62 105.75 1664 0.59 2.00 95.76 2.09 99.97 L28 61.48 q v w m 1.0 � m s m 0.5 �7i 0.0 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 0.40 0.45 0.50 Horizontal Deformation (inch) Boring No. : R-14-002 Strength Intercept (C) ; 0.05 (ksf) Peak 0.07 (ks8 Ultimate Sample No. D-2 2.59 (kPa) 3.45 (kPa) Depth (fUm) : 25.0 0.00 Friction Angle ( ) : 45.37 Degree 31'.54 Degree Description : Otive brown, Poorly graded SAND (SP) Shear Rate 0 -hl -!.a e) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pct) (kN/: RATIO NORMAL STRESS PEAR STRESS ULTIMATE STRESS (kef) (kPa) (ksf) (kPa) (ksf) (kPa) 18.29 103.05 16.22 0.64 0.50 23.94 0.58 27.580.35 16.66 18.24 103.27 16.26 0.63 1.00 47 .88 1.0 4 49.99 0,73 35.05 14,62 105.75 1664 0.59 2.00 95.76 2.09 99.97 L28 61.48 l �r Earth Mechanics, Inc. ° Y, s, Gcotachnical aN7 Enrthyueke t, epaecring Project No.: 13-158 1 Date : 07102114 RBF/Park Avenue Bridge Replacement DIRECT SHEAR TEST III -43 of 50 APPENDIX III 4.0 : R-14-0030. Strength Intercept (C) : 460 (kst) Peak 0.0 (k 11 Ultimate Sample No. : D-4 21 83 (kPa) 3.5 (kPa) Depth (fe.) : 20.0 10,00 1 Friction Angle ( ) : 38.20 1 Degree 30.84 Degree Description : Olive brown, Poorly graded SAND (SP) Shear Rate 0.02 SYMBOL MOISTURE CONTENT I%) DRYDENSITY VOID (pcf) (kN/ma) RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (ksf) (kPa) (ksf) (kPa) (ksf) 3.0 0 19.70 103.41 16.28 0.63 1.00 47.88 1.16 5573 0-66 31.60 V^, N 103.43 16.28 0.63 2.00 95.76 2.15 102.35 0.83 39.64 19.18 104.74 2.5 4.00 191.52 3.56 170.64 2.56 122.38 C m 2.0 c � F U) 1.5 ' F m ' 1.0 Fn m F m 0.5 0.0 0.0 0.5 1.0 1.5 20 2.5 3.0 3.5 4.0 4.5 Normal Stress (ksf) Ultimate : U I Shear Tvoe :I Field Moisiture I Undisturbed I Peal:. • 4.0 : R-14-0030. Strength Intercept (C) : 460 (kst) Peak 0.0 (k 11 Ultimate Sample No. : D-4 21 83 (kPa) 3.5 (kPa) Depth (fe.) : 20.0 10,00 1 Friction Angle ( ) : 38.20 1 Degree 30.84 Degree Description : Olive brown, Poorly graded SAND (SP) Shear Rate 0.02 SYMBOL MOISTURE CONTENT I%) DRYDENSITY VOID (pcf) (kN/ma) RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (ksf) (kPa) (ksf) (kPa) (ksf) 3.0 0 19.70 103.41 16.28 0.63 1.00 47.88 1.16 5573 0-66 31.60 20.30 103.43 16.28 0.63 2.00 95.76 2.15 102.35 0.83 39.64 19.18 104.74 r. 4.00 191.52 3.56 170.64 2.56 122.38 x 2.5 c d 2.0 m e 1.5 m F m 1.0 0.5 0.0 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 0.40 0.45 0.50 Horizontal Deformation (inch) Boring No. : R-14-0030. Strength Intercept (C) : 460 (kst) Peak 0.0 (k 11 Ultimate Sample No. : D-4 21 83 (kPa) 0.00 (kPa) Depth (fe.) : 20.0 10,00 1 Friction Angle ( ) : 38.20 1 Degree 30.84 Degree Description : Olive brown, Poorly graded SAND (SP) Shear Rate 0.02 SYMBOL MOISTURE CONTENT I%) DRYDENSITY VOID (pcf) (kN/ma) RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (ksf) (kPa) (ksf) (kPa) (ksf) (kPx) 0 19.70 103.41 16.28 0.63 1.00 47.88 1.16 5573 0-66 31.60 20.30 103.43 16.28 0.63 2.00 95.76 2.15 102.35 0.83 39.64 19.18 104.74 16.49 0.61 4.00 191.52 3.56 170.64 2.56 122.38 Earth Mechanics, Inc. wU.' Ceo[echvieal and Earihyuake Engineering Project No.: 13-158 Date: 07102114 RBF/Park Avenue Bridge Replacement DIRECT SHEAR TEST No. III -44 of 50 APPENDIX III 16.0 Sample Depth Replace), Newport Beach Dry Moisture Conf. 10% Axial Initial No. No. (ft) Soil Type 7.0 Content Stress - Saturation 14.0 (pcf) (%) (ksf) Stress (ksf) (%) R-14-002 D-8 55 Dark Brown, SILTSTONE (MH) 71.9 43.46 4.46 13.79 87.3 6.0 - - - -- - -- Q,12.0 -- ---t-- i 4.0-.- --- -- - --- a Y_ W10.0 N t 3.0 8.0 2.0 1.0 J! 6.0 ---- -- - ----- -�-- m 0 4.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 18.0 20.0 Normal Stress (ksf) - 2.0 0.0 0.0 2.0 4.0 6,0 8.0 10.0 12.0 14.0 16.0 Axial Strain (%) 8.0 Sample Depth Replace), Newport Beach Dry Moisture Conf. 10% Axial Initial No. No. (ft) Soil Type 7.0 Content Stress - Saturation (pcf) (%) (ksf) Stress (ksf) (%) R-14-002 D-8 55 Dark Brown, SILTSTONE (MH) 71.9 43.46 4.46 13.79 87.3 6.0 - G a 5.0 4.0-.- _ N t 3.0 2.0 1.0 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 18.0 20.0 Normal Stress (ksf) Boring Sample Depth Replace), Newport Beach Dry Moisture Conf. 10% Axial Initial No. No. (ft) Soil Type Density Content Stress Strain Dev. Saturation (pcf) (%) (ksf) Stress (ksf) (%) R-14-002 D-8 55 Dark Brown, SILTSTONE (MH) 71.9 43.46 4.46 13.79 87.3 Earth Mechanics' Inc. RBF/Park Ave Bridge over Grand Canal Replace), Newport Beach z ce°e°°naetaland Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No.: Project No.: 13-158 Date: 07/07/14 III -45 of 50 APPENDIX III 16.0 Sample Depth Dry Moisture Conf. 10% Axial Initial Soil Type 7.0 Content Stress Strain Dev. Saturation 14.0 Dark Brown SILTSTONE 6.0 2.0 4.0 0100 3.0 8.0 2-0 R 40 0.0 2.0 Axial Strain 8.0 Sample Depth Dry Moisture Conf. 10% Axial Initial Soil Type 7.0 Content Stress Strain Dev. Saturation Dark Brown SILTSTONE 6.0 4.0 3.0 2-0 1.0 0.0 Boring Sample Depth Dry Moisture Conf. 10% Axial Initial Soil Type Density Content Stress Strain Dev. Saturation Dark Brown SILTSTONE Earth Mechanics, Inc. RBF/Park Ave Bridge over Grand Canal 1 I Geotechnical and Earthquake Engineering CO 1 UNCONSOLIDATED UNDRAINED TEST [ (ASTM D2850) Figure No.: Project No. 13-158 1 Date: 07/07/14 U|'48of5o APPENDIX III 20.0 18.0 Depth (Replace), Newport Beach Dry Moisture Conf. 9.0 Initial No. No. (ft) Soil Type 8.0 Content Stress Strain Dev. Saturation 7.0 ..-.._.- --. N (ksf) N Y N R-14-003 D-10 50 Dark Brow(�H)LTSTONE N in5.o -- - _. _--- 4.02 15.86 90.3 Y14.0 d 4.0 --- _- .-_- -.- -- x12.0 2.0 - d -_ 1.0 _.._ X10.0 m 8.0 - 0.0 5.0 10.0 15.0 20.0 25.0 Normal Stress (ksf) c 6.0 4.0 2.0 - 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 Axial Strain I%) 10.0 Sample Depth (Replace), Newport Beach Dry Moisture Conf. 9.0 Initial No. No. (ft) Soil Type 8.0 Content Stress Strain Dev. Saturation 7.0 ..-.._.- --. N (ksf) N Y N R-14-003 D-10 50 Dark Brow(�H)LTSTONE N in5.o -- - _. _--- 4.02 15.86 90.3 d 4.0 --- _- .-_- -.- -- z N 3.0 2.0 - -_ 1.0 _.._ 0.0 0.0 5.0 10.0 15.0 20.0 25.0 Normal Stress (ksf) Boring Sample Depth (Replace), Newport Beach Dry Moisture Conf. 10% Axial Initial No. No. (ft) Soil Type Density Content Stress Strain Dev. Saturation (pCf) N (ksf) Stress (ksf) N R-14-003 D-10 50 Dark Brow(�H)LTSTONE 75.4 41.30 4.02 15.86 90.3 Earth Mechanics, Inc. RBF/Park Ave Bridge over Grand Canal (Replace), Newport Beach coece�na,�afuadEarthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure N..: Project No.: 13-158 1 Date; 07/07/14 11147 of 50 Appendix C SOIL RESISTANCE (p) VERSUS PILE DEFLECTION (y) CURVES APPENDIX III III -48 of 50 a 0 E Z; 0 0 — o ry .+ ti� m m� 000 o.m. o m o a n m m a m m n n o ry m c a n m m m o 0 c 0 o m e m w .ai � 0000" 00 o.i of o .+a o$ omti m _o P nom o n n m a m n a oo.�'i me mora+ _ 00000.+ O � o I� m N tm0 o e e a ry n m� ago ron O m m M m O N O N N N m 0 O O O O ti mmm m n I m m 6-S n v m o o.rv+ mn n n — a o m N v o n .ie a m o n7 o n o n .i ry n r a o$ ry ry m _ 0000.+ a m n o —opo .+n via m v o 0 m m m n ,y n 0.+00 0 vmi m 0000 0 0 0 Z; N O q —ouairvnovo ommN�n .+ 000 o.m. o m o n m m n m m m o 0 n j 0000" .+a omti m _o °i�mmm a m n oo.�'i me mora+ _ 00000.+ O � I� m N tm0 Oml w m� ago ron O ti M 6 O n O OO OO OO mmm Ao 6-S n v m o.rv+ mn n 00000.+ ry o n o n .i N ry a 0 ry m _ 0 0 0 m 0 0 —opo .+n via rva m"'m e mmm� ,y 0 0 0 0 0 0 N O q 1.1 NLf#ht1fiy_& CONCRETEigoPOLES & • , www.SouthCoastLighting.com 1 E71 =11 ! -'Ff d i [ Light louver Painted to match con, see color ch • AGGREGATE COLOR TO MATCH SEE COLOR CHART • CONSISTANT FAMILY DESIGN • BOLLARDS USED FOR SECURITY DETERRANTS Lighted Bollard 42 A chai eyele option Non Lit Bollard 42• APPENDIX V(b) 6 of r 13 G N Choose from many Q different light fixtures, contactyour South Coast Lighting Salesmen for ideas. 10' - 15' Manufactured by KING / STRESSCRETE GROUP see spec pages for info 1391 CALLE AVANZADO SAN CLEMENTE, CA, 92673 SouthCoastLighting.com Phone 949.276.8850 Fax 9V(276.8855 b)-1 of 12 THE UNIVERSfTY The Americana Series 7 W�, The Americana Series Specifications Details* ' For bollard catalog Information please see the bollard section in the king Luminalm camlog or visit our website mwwwAngluminaire.00m How to Catalog for Traditional Concrete Pole Pole Style. Finish Footing Details Arms* (Pendant mount) Coating KD E - Etched Finish DB - Direct Buried KA15-Bishops Crook NA -Non Acrylic FBP - Flush Baseplate KA16-Florenine A -Acrylic SBP -Stub Baseplate KA30-Scroll Arm AG -Ami Graffiti KA40-Mini Scroll Ann Coating— KA69 - Jefferson Arm KA75-Santiago Arm r t �: •1 r r Heigh Color'* Tenon (Post Top Moum) Options' 5'-18' 10—Midnight Lace Specify Tenon Size DR— Duplex Receptacle 11—Eclipse Black GH- Ground Fault Duplex Receptacle 30— Salt &Pepper For example 14030/30 SR -1 Outlet 40—.Pearl Gray =27/8"OD&3"long LRN— Ladder Rest 90—Saluki bronze BPC—Base Plate Cover AS—Anchor Bolts ' Consult website for full llsfings." See decor colors on page 2 for full selection of colors. BA—Banner Arms "'Anti Grand Coating Is extra, wnwltfactory for more darals. FH— Flag Holders Footing Details Direct Embedment (Simple and Coal Effectha) 1. Auger the setting hole. 2. Set pole in hole and plumb stmlght. 3. Spel ll" with required baokfill tamping every 4° to 6°. Baseplate Option 1: FRP in dipeb me 14' 14'x14'x L4' SCu. T (4)7Access Hole an]/9°x,nneo LSlots ona ircle meter m.m Boll Circle iyyinllypole is set 2'-3^belnagrahe to hidearehorbohs 'Generally the excavated materia ran be used for backfill, in some spumous better baddill may be ralulmd. Baseplate Option 2: SDP 9-3/4" Handhold& 1-1/4"x1412"L coverplate Sldsana 14-12"e B. C. 0 2-1/2"x5" Wve Pups=, 1112 SQe wiring Mb APPENDIX V(l „C„ Pole height above grade A" "g^ aperture 18" below grade O Typical Pole Cross Section 42- light*Mir Nonlighted lollard www.StressCreteGroupxorn wwwStressCretecomFwwwKingLuminaire.com 36 Vill of 12 9-3/4" Handhold& coverplate 13" 0 2-1/2"x5" wiring "g^ aperture 18" below grade O Typical Pole Cross Section 42- light*Mir Nonlighted lollard www.StressCreteGroupxorn wwwStressCretecomFwwwKingLuminaire.com 36 Vill of 12 in our people. Pride in our product. StressCrete is the registered trade mark of StressCrete Ltd., an Ontariocorpore- tion and StressCrete Ina, an Alabama corporation. StressCrete poles have been in use throughout North America since 1953. 111 It is our objective to use the most advanced technical knowledge avaik able, plus state of the art equipment to man ufacture the highest quality product possible. It is also our goal to offer our customers the highest leve of service and technical backup possible Our product is available through an experienced and wel I educated team of manufacturers' agents who service utility, contractor and distributor accounts. Our product is a centrifugally cast rein- forced concrete pole; commonly referred to as a'Spun Pole: It corn Nnes elegance with durability, and surpasses most other materials in economy. ft meets the CSA and ASTM standards for spun concrete poles. as well as our own specifications which are more demanding. The spin- ning process introduces qualities into the concrete which cannot be obtained by more conventional casting methods. It provides a higher density and greater strength concrete which is more resistant to freeze -thaw and scaling by de-icers. As well, the centrifugal casting process automatically forms a hollow raceway inside the pole thereby providing a smooth conduit for electrical cables. All our poles are custom made, what- ever the design. An individual work order is issued to the plant, a copy is sent to the customer and one held in our files. Production is geared to your order Specification and delivery requirements. Poles are readily available in a full range of lengths, strengths, colors, finishes and cross-sections for a multitude of uses such as fighting, power distribution, transmission,.traff a traction and communications towers, Most poles may be equipped with steel base plates for flush mounting installations, although direct embedment is the norm. StressCrete APPENDIX V(b) Scope These specifications apply to the manufacture of centrifugally rest prestressed and/or reinforced concrete poles. Design Poles shall be designed to meet AASHTO-LTS-4, 2001 loadings for highway and sportslighting poles and to ANSI loadings for distribution poles. Coarse Aggregate Materials Shall be clean washed limestone or granite with a maximum size of 3/8", so graded as to achieve optimum quality in the finished product and shall conform to ASTM -C33. Fine Aggregate Shall be clean washed concrete grade pit sand free of clay and other deleterious matter and shall conform to ASTM -C33. Cement Shall be high early strength, equal to ASTM C-150, Type 1 or Type 3 and CSA Type 10 or Type 30. Adm'naures Water reducers, retarders or accelerating admixtures shall conform to ASTM - C494. Water Shall be free of acids, alkalis and organic materials. Steel Prestressing steel reinforcement shall conform to ASTM A416 and CSA G279. Deformed reinforcing bars shall conform to ASTM A615, and CSA 630.12. Helical Reinforcing wire shall conform to ASTM A82 and when applicable have a hot dipped galvanized coating as per ASTM A641, Class 3. ColorPigmeots Where used shall be non -fade iron or chromium oxides. Hardware All fasteners must be stainless steel, hot dip galvanized as per ASTM At 53 or zinc alloy as per AC41A. All structural steel shall be hot dip galvanized in accordance with ASTM Al 23 and shall conform to ASTM A36. Manufacturing Poles shall be prestressed and/or reinforced concrete with dimensions, tapers and cross-sections as shown in the catalog. The concrete used shall achieve a minimum 28 day compressive strength, of 8,000 psi. Poles shall be steam cured to a 3 -day strength, and thereafter stored under coverfor 72 hours at a minimum temperature of 50 degrees fahrenheit(10 degrees celsius). In areas subject to frequent freeze/thaw conditions an air entrainment admixture shall be used to produce a 5-8% air content in the mix. The steel cage shall be positioned in the mold by means of plastic spacers to ensure a minimum concrete cover over the longitudinal reinforcing steel of 5/8". Only steel molds shall be used, and concrete shall be compacted by the centrifugal spinning y process. Prestressing steel reinforcement shall be stressed to a maximum of 70% of their ultimate rapacity, and shall not be released until a minimum compressive strength of 3,500 psi has been achieved. 1 ; s APPENDIX V(b) Quality Control A production drawing shall be provided for each type of pole manufactured, and a quality control technician shall approve each stage of manufacture before proceeding to the next. A concrete cylinder test shall be performed for each 100 cu. yds. of concrete poured. A final quality control check shall be carried out on each pole after manufacturing is completed. All quality control procedures shall be mandated in a written manual and be available for inspection. Standard All lighting poles shall be provided with a fish wire to facilitate cable installation. A Accessories #6 copper ground wire shall be supplied inside the handhole. Handholes shall be box type, of non-metallic, non-conductive injection molded material and shall be supplied with a close fitting inset cover of the same material. Up to 6 holes, cable entrance and U/G wiring aperture shall be provided. All Decor Series poles shall be coated twice with a waterproof beathing membrane of methyl methacrylate. Optional • Decorative Aluminum fin caps. Accessories • Silane X75, an invisible protective coating on mold finished poles, for use in high roadside corrosive environments. This is not a silicone but a sophisticated Silane base coating. • Extra holes, apertures and handholes as well as non-standard sizes. GFI electrical receptacles. • Steps, safety cables for sportslighting poles. • BannerArms, ladder rests and flag holders. ip Base plate mounted poles shall be supplied with one template drawing indicating bolt circle. • Base plate covers and nut covers. , • Lighting rod. Handling and Transportation, site handling and erection shall be performed byqualified personnel Erection with equipment _and methods that are in accordance with industry practices. Detailed information on above can be found in the General and Technical section of our catalogue or by contacting one of our offices. StressCrete V(b)-6 of 12 Cain o vm v u�i H00n -_--- o o 3 o�r M = E e =s R OL ` M g 0 \ � m m 0 r APPENDIX V(b) u d ^ YJ l L N � � q C'J SOUTH COAST LIGHTING & DESIGN 1391 CALLE AVANZADO SAN CLEMENTE, CA. 92673 _ _....... __ __ V(4),70-12- _ i `° O O � O O O N a C h= N C_ y ¢ OJ (Ln N E O (O Z m R >> C O d p N -O m O� O d cp .O m t`p 75 O _ y � Vi o� o m m m oa Z � cV ci V u d ^ YJ l L N � � q C'J SOUTH COAST LIGHTING & DESIGN 1391 CALLE AVANZADO SAN CLEMENTE, CA. 92673 _ _....... __ __ V(4),70-12- _ For almost all applications of spun concrete poles such as streetlighting, sports lighting and power distribution, the theoretical load is applied near the pole tip. Because of this most poles are selected by tip load computation. In order to simplify ordering and cataloging, we have grouped our poles according to alphabetical classes, with a class being defined as minimum ultimate transverse load applied 2 ft. down from the pole tip. All poles which can sustain the same tip load have the same class. The ground line moment capacity, depends on the pole length, since that moment is the product of the ultimate load and the distance between the point of application (2 ft. from the tip), and the ground line. The table shown summarize the concrete classes. 56 68 62 BRITISH COLUMBIA 52a 61 —68 NUNAVUT r 68 6217 j APPENDIX V(b) Concrete Pole Classification -Claes Designation Minimum Morale Tronsumse load (flus) ("I Minimum DlDmale Torque (ft.•Ms) ram -M) A4 450 2.0aW as AL 600 2.7 we A6 A "a 2.7 SOW 2.4 9 900 4.0 2700 36 L1200 5.3 .4a00inin) a4 WN 0 15oos.7 E loon 6.5 tree F 2400 10.7 G 3000 133 H 37W 165 1 4500Mal K 5 00 24.0 L Roo 285 M 7500314 N 6700 317 o Dow 44s al ee 55 62 62 ONTARIO 52e 68 y1/1 52 75 QUEBEC 56 6 081 87 L 7S � 62 52 75 87 56 { 75 81 Note: 56 9 56 96 set Maximum EPA charts shown in this catalog 56 have been computed using load factors, height factors, coefficients 6 62 62 68 of drag and 3 second wind gusts specified in AASHTO LTS-4 2001. Values in the above Canadian map are hourly mean wind speeds in 62 mph, which are less than 3 second gusts. Therefore, all wind speeds shown above are to be multiplied by a factor of 1.32 in order to utilize the StressCrete Maximum EPA values. (e.g. map shows 62 mph, 62 x 1.32 = 81.84 mph)_ The values shown are hourly mean wind speeds in mph at 10 in (32.8') above ground for terrain roughness category B. This map is used with permission of Canadian Standards Association. Material is reproduced from CSA Standard C22.3 No. 1-01, overhead Systems which '. is copyrighted by Canadian Standards Associadon, 178 nexdale Blvd., Tomnm, Ontario, M8W 183. while use of this material has been authorized, CSA shall not be responsible far the manner in which the information is presented, nor for any interpretations thereof. S g V(b)-8 of 12 APPENDIX V(b) As an industry, we recognize there area few occasions when various design criteria dictate the use of base plates 0 despite cost disadvantages. We would be pleased to discuss your requirements for this type of pole, based on our experience of many past installations. 111/2' SQUARE I'CHAMFER �DIAMETER OF POLE ATBASE ACCESS HOLETO CABLE RACEWAY 7/6' x 13/4' SLOT FOR 314'x 27" ANCHOR BOLT (55,000 PSI MIN. YIELD(' 12' 141/2' SQUARE DIAMETER OF POLE AT BASE `ACCESS HOLE TO l CABLERACEWAY 1114' K 11/2' SLOT FOR 1' x 36' ANCHOR BOLT (55,000 PSI MIN. YIEW 3/4' }T i I � I 1 1/4' x 1.12' SLOT FOR 1" x 36' ANCHOR BOLT (55,OCO PSI MIN, YIELD)' Type Type 11 Type TYPE I IS USED FOR ROUND DIAMETER OF POLE TYPE V IS AVAILABLE FOR POLES AT BASE UP TO 40' IN LENGTH ON ALL ACCESS HOLE TO UP TO 20' IN LENGTH, CABLE RACEWAY CROSS SECTIONS WHERE THE POLE HUAGO NAL UP TO 25'& THE POLE BUTT IS LESS THAN I4'. BLITT IS GREATER THAN I4'. OCTAGONAL UP To 30'. 16' 16' j 3/4' }T i I � I 1 1/4' x 1.12' SLOT FOR 1" x 36' ANCHOR BOLT (55,OCO PSI MIN, YIELD)' Type Type 11 Type TYPE I IS USED FOR ROUND TYPE II IS AVAILABLE FOR POLES TYPE V IS AVAILABLE FOR POLES &TAPERED SQUARE POLES UP TO 40' IN LENGTH ON ALL UP TO 40'IN LENGTH ON ALL UP TO 20' IN LENGTH, CROSS SECTIONS AS LONG AS CROSS SECTIONS WHERE THE POLE HUAGO NAL UP TO 25'& THE POLE BUTT IS LESS THAN I4'. BLITT IS GREATER THAN I4'. OCTAGONAL UP To 30'. *IF ADVANCE SHIPMENT OF ANCHOR BOLTS IS REQUIRED, FREIGHT WILL BE PREPAID AND BILLED. . Please see Omamental Pole section for Americana baseplate options. 0ssStre rete V(b)-9 of 12 ` POLE TOP: 6 1/4' DIA 39 1/8' 12" mKilj 1 1%2' ±1/2' APPENDIX V(b) REV. ALTERATION DATE ---CUSTOMERo: PO SP IFI.ATION� STRESSCRETE ORDER o: CATALOG NO.: KD6—C—IX%—FBP—GFT C/W 140-35/35 QUANTITY: SECTION: ROUND FLUTED COLOR: TBD FINISH: ETCHED POLE TOP: 6 1/4" DIA. POLE BUTT: 13" DIA. POLE LENGTH: 6. 0" APPROX. WGT.: 200 lbs. MIN. RACEWAY: 1 1/8" 0 ANCHOR BOLTS: 3/4' x 27" x 3 3/4' BY OTHERS LUMINAJRF SPECIFICATION \ CATALOG NO.: K199R—B3AR—IV-60(SSL) I —1036-120:277—K14—PR7 QUANTITY: OPTICAL SYSTEM: BAFFLED ARRAY ACRYLIC RIPPLED IES CLASS.: TYPE N WATTAGE: SOW (1036 SERIES) SOLID STATE LIGHTING LINE VOLTAGE 120:277V CCT/DIODE 4000K/HE5 POLE ADAPTOR: K14 PAINT: TBD COLOR & FINISH, OPTIONS: 7—PRONG TWISTLOCK PHOTOCELL COLOR, TBD RECEPTACLE ANSI STANDARD C136.41 FINISH, ETCHED (PHOTO—EYE BY OTHERS) OPTIONS REQUIRED COATINGS; QUICK DISCONNECT OCK 0 2 TERMINAL COATS ACRYLIC Na - 'NOTE THAT THIS NXNRE 19 BY BEFADLT SHIPPED IN •NDN-� MOB,. THE I'MRE IS FIELD 9WRCHABLE TO'ADAPME-MOOS IF ADAPTIVE TECHNOIDOY IS TO BE UTILIZED. NOTE TNT SWRCHINO TO 'ABAPME MODE MAY INCREASE THE NOMINAL INPUT "ER OF THE FIXNRE P r ¢ CONTACT THE FALTgfY FOR NRTHER DETAALB, [A] 15A/120V DUPLEX (4) 7/8" x 1 3/4"L SLOTS RECEPTACLE C/W WP COVER ON A 16" 0 BOLT CIRCLE PAINT: TBD MOLD TOP NAMEPLATE C" MOW SENA BY [C] SMALL NAMEPLATE (MOLD TOP) I /wc�W } a Northport, Nobam 1-800-435-6563 Nina Wminaln SfneeCrele Eef. 1933 S T R E S S C R E T E 14[A] G R O U P deft.n, Ohio 1-600-268-7809 'ROJEC CUSTOMER: NEWPORT BEACH TRADITIONAL 3" X 5" HANDHOLE �C3G AT: NAT ALUM COVERPLATE C/W DATE: R VISION: GROUND WIRE & SC3 I 3• s WIRE ALLENHEAD SCREWS ACCESS HOLE BOTTOM FLUSH MOUNTED4 PoSMONED CENTERED BETWEEN A—BOLT S1A115 GALV BASEPLATE EE BASEPLATE DETAIL) BASEPLATE DETAIL 14' SOU. z 3/4i11K. aPLV. STEM NOTE: 4 - 3/4" X 27" GALV ANCHOR BOLTS (MIN 55,000 YIELD) (BY OTHERS) CUSTOMER APPROVAL & DATE: CONCEPT DRAWING INEWPORT BEACH V(b)-10 of 12 Nenofo0u6nn L=tions: Bwtington, Ontnno 1-800-268-7809 6 Northport, Nobam 1-800-435-6563 Nina Wminaln SfneeCrele Eef. 1933 S T R E S S C R E T E Atchison, Kon. 1-800—B37-1021 G R O U P deft.n, Ohio 1-600-268-7809 'ROJEC CUSTOMER: NEWPORT BEACH TRADITIONAL ASSEMBLY )RAWN BY: AT: CHECKED Y: DATE: R VISION: SC SC3 I 1-11-16 CONCEPT DRAWING INEWPORT BEACH V(b)-10 of 12 ASTM A36 STEEL; ASTM–A15J HOT DIP GALVANIZED; TYP. THICK STEEL PLATE PER CALTRANS SPECS: ASTM–A36 STEEL 1.375" 5" (TTP.) 4.5" \ 4" I.D. 16' BOLT , CIRCLE 15" 1.5" q d ■w DRAWN B% CATALOG #: OATF' SOLEAVANSTL/GHT/NG$OES/GN R.R. BB-.75x74-16BC 1.11.16 8 1391 CALLEAVAN76.88 SANCLEMENTE, CA. 928TJ CUSTOMER, PROJECT NAME. 8 VO/CE-9(9.116.8859 /FAX -949.1)48855 GARYKgSOOTHCOASaIGHT/NO.COM/WWW.SOUMCOA$nlGHT/NG.COM ANCHOR BOLTS aErocorvnrvwNc/uFaGraMENTs, sovnlcaasrClcnnNGaOEs2K lNORESERves mERlcNrm SOUTH COAST LIGHTING abNa+aanayn CNANGEOIbENSKWS CESIGNS ANO LONSIRVL)roNFRM/R/ATWN/LN IS SM1tlWN M/]MS BRJGH(/RE 9RAWING NUMBER: SHEET' CCNIACTFAGIORYFO?OETpICEO ENGINEER/NG PWW/NGS R-011116-2AB 1 OF 1 A B c ----T- D E F (b)-12 of 22 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 23rd day of February, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and JOHN S. MEEK COMPANY, INC., a California corporation ("Contractor"), whose address is 14732 South Maple Avenue, Gardena, California 90248, 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 demolition and the reconstruction of the Park Avenue bridge, which includes bridge and roadway reconstruction; secant piles; curb and gutter; storm drain pipe; manholes; inlets; sidewalk; curb ramps; Americans with Disabilities Act ("ADA") ramps; stairs; street lighting; signing and striping; landscaping and irrigation; plant establishment and maintenance; the performance of pre- and post -construction biological surveys; pre- and post -condition surveys of homes; spraying of the existing bridge of black beetles; the design and installation of temporary bridge at Balboa Avenue; providing crossing guard services; asbestos survey and abatement; temporary utility services; furnish -maintain -removal of field office; and all other work contained, shown, and described in the contract documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 6155, 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 Six Million Three Hundred Twenty Six Thousand Thirty Dollars and 00/100 ($6,326,030.00). 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 John S. Meek 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 John S. Meek Company, Inc. Page 2 authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: John S. Meek John S. Meek Company, Inc. 14732 So. Maple Avenue Gardena, CA 90248 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 John S. Meek Company, Inc. Page 3 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 Consultant on the Project. John S. Meek Company, Inc. Page 4 11. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 12. 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. 13. 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. 14. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 15. PREVAILING WAGES 15.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. 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. The Contractor is required to obtain the John S. Meek Company, Inc. Page 5 wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 15.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 16. SUBCONTRACTING 16.1 The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16.2 Contractor shall furnish to any and all subcontractors performing Work on this Project a copy of form FHWA-1273 within their respective agreements. A copy of this form is included within the Contract Documents, and is incorporated herein this Agreement by this reference. Contractor (or subcontractor) shall insert form FHWA- 1273 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). 16.3 Contractor shall furnish City's Project Manager with any and all agreements Contractor has entered into with any and all subcontractors performing Work on this Project, which agreements shall include a copy of form FHWA-1273. 16.4 Contractor shall furnish City's Project Manager with an executed copy of the State of California, Department of Transportation Subcontracting Request Form 16- B for each subcontractor who has performed Work on this Project. A sample of this form is attached hereto and incorporated herein as Exhibit D. John S. Meek Company, Inc. Page 6 17. RESPONSIBILITY FOR DAMAGES OR INJURY 17.1 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. 17.2 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. 17.3 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). 17.4 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. 17.5 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. 17.6 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 John S. Meek Company, Inc. Page 7 retained by it until disposition has been made of such suits or claims for damages as aforesaid. 17.7 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. 17.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 18. CHANGE ORDERS 18.1 This Contract may be amended or modified only by mutual written agreement of the parties. 18.2 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. 18.3 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. 19. CONFLICTS OF INTEREST 19.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 19.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate 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. 20. TERMINATION 20.1 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. John S. Meek Company, Inc. Page 8 20.2 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. 21. STANDARD PROVISIONS 21.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 21.2 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. 21.3 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. 21.4 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. 21.5 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. 21.6 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. 21.7 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. 21.8 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. John S. Meek Company, Inc. Page 9 21.9 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. 21.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 21.11 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. 22. 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. 23. 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. 24. 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] John S. Meek Company, 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: By: Aaron C. Harp GM a-ligll(s City Attorney ATTEST: 3/ 5, Date: CITY OF NEWPORT BEACH, a California municipal corporation M. yW CONTRACTOR: John S. Meek Company, Inc., a California corporation By: 664. ' C/'U 4 By: Leilani I. Brown City Clerk F c— /) S. Meek ident/Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Exhibit D — State of California, Department of Transportation Subcontracting Request Form 16-B John S. Meek Company, Inc. Page 11 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. MMC0029885 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to lohn S. Meek Company. Inc. hereinafter designated as the "Principal," a Contract for the demolition and the reconstruction of the Park Avenue bridge, which includes bridge and roadway reconstruction, secant piles, curb & gutter, storm drain pipe, manholes, inlets, sidewalk, curb ramps, ADA ramps, stairs, street lighting, signing & striping, landscaping and irrigation, plant establishment and maintenance, and all other incidental work in the specification document. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, traffic control, safety measures, replacement of disrupted improvements, coordination, preparation and accommodation of project constraints (whether specifically identified in these Special Provisions or encountered during the Contract), appurtenances and incidentals necessary to complete the work in conformance with applicable governing agency regulations and specifications, and to the satisfaction of the Engineer. Items of work which are necessary to complete the project in accordance with the plans and specifications, but are not specifically called out in the bid form, are considered incidental to the project work and are not subject to separate compensation, 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. SureTec Insurance Company & NOW, THEREFORE, We the undersigned Principal, and, Argonaut Insurance company, as Co -Sureties, 3033 5th Ave., Ste 300, San Diego, CA 92103 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 Six Million Three* Dollars and _/100 ($ 6,326.030.00 1 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. *Hundred Twenty -Six Thousand Thirty Dollars and 00/100 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 Page A-1 any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. 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 26th day of February 2016 Iohn S. Meek Company, Inc Name of Contractor (Principal) SureTec Insurance Company & Argonaut Insurance Company, as Co -Sureties Name of Surety 3033 5th Ave., Ste 300, San Diego, CA 92103 Address of Surety (800)288-0351 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: t By: A n C. Harp tarn 0111011LI City Attorney Melissa Lopez, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 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 Calif is Cou On 9 020 20 b fore m Notary Public, personally appeared a(.� who proved to me on the basis of satisfac evidence to be the personal whose name(s is/af subscribed to the within instrument and acknowledged to me that he/sIle/they executed the same in his/he /their authorized capacity(ies), and that by his/her/thetr signatures(s-) on the instrument the person(.-), or the entity upon behalf of which the person(s� acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoinq paragraph is true and correct. WITNESS my hand and official seal. Signatu .;�; AN LISA PAILA Commission # 1978245 _ . `e Notary Public - California i Z'' Los Angeles County > My Comm. Expires May 14, 2016' (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) Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE .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 Orange ) On FEB 2 6 2016 before me, Michele A. Fedoruk Date Here Insert Name and Title of the Officer personally appeared Melissa Lopez Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shefthey 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. MICHELE A.FEDDRUK Commission # 2062160 •'m Notary Public - California z orange county > M Comm. Expires Mar 23, 2078+ Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature / Signature of Nota P b is OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: 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: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: S<i 'ui v�4'✓1�+✓,�.v...vi-�"VS(�.� _-v1"H4\o 'ti -nyM1\ 'a• _ � • 1 • 1 1 � L• -�• 1� irr� � irr N•r JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas, and the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois, do hereby jointly nominate, constitute and appoint: Melissa Lopez, Christina Johnson, Erik Johansson Their true and lawful agent(s) and attomey(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety orjointly, as co -sureties, and as their act and deed any and all bonds and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Boards of Directors of SureTec Insurance Company and Argonaut Insurance Company: $30,000,000 "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Argonaut Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company and SureTec Insurance Company have caused their official seals to be hereunto affixed and these presents to be signed by their duly authorized officers on the 9th day of June, 2014. SureTec Insurance Company By: John I ox Jr: hairman & CEO STATE OF TEXAS COUNTY OF HARRIS SS: Argonaut Insurance Company By Joshua C. Betz, Sr. Vice President On this 9th day of June, 2014 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, and who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, deposed and said that they are the officers of the said Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to thesaid instrument by the authority and direction of the said corporations, and that Resolutions adopted by the Boards of Directors of said Companies, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Hams, the day and year first above written. KATHf AR M MEEKS NOTARY PUBUCBLC STATE OF TEAS MY COMM. EXP. 07-15,2017 ,<ah un i 11. YYlJ ltn (NotaryPublic) We, the undersigned Officers of SureTec Insurance Company and the Argonaut Insurance Company do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the day of FEB Z 6 2016 SureTec Insurance Company Argonaut Insurance Com-panv NI Brent Beaty, Assistant Secre airy Sarah Heineman, VP -Underwriting Surety THIS DOCUMENT IS NOT VALID UNLESS THE "JOINT POWER OF ATTORNEY" WATERMARK IS VISIBLE IN LIGHT BLUE. IF YOU HAVE QUESTIONS ON AUTRENTICITY OF THIS DOCUMENT CALL (713) 812-0800 (SureTec) or (210) 321-8400 (Argonaut). EXHIBIT B CITY OF NEWPORT BEACH BOND NO. mmcoo298885 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 50,204.00 , being at the rate of $ $14.40/$8.70/$6.90/$6.30 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to John S. Meek Company, Inc. hereinafter designated as the "Principal," a Contract for the demolition and the reconstruction of the Park Avenue bridge, which includes bridge and roadway reconstruction, secant piles, curb & gutter, storm drain pipe, manholes, inlets, sidewalk, curb ramps, ADA ramps, stairs, street lighting, signing & striping, landscaping and irrigation, plant establishment and maintenance, and all other incidental work in the specification document. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, traffic control, safety measures, replacement of disrupted improvements, coordination, preparation and accommodation of project constraints (whether specifically identified in these Special Provisions or encountered during the Contract), appurtenances and incidentals necessary to complete the work in conformance with applicable governing agency regulations and specifications, and to the satisfaction of the Engineer. Items of work which are necessary to complete the project in accordance with the plans and specifications, but are not specifically called out in the bid form, are considered incidental to the project work and are not subject to separate compensation, 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 SureTec Insurance Company & Argonaut Insurance Company, as Co -Sureties 3033 5th Ave., Ste 300, San Diego, CA 92013 , 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 Six Million Three* Dollars and _/100 ($ 6,326,030.00) 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. *Hundred Twenty -Six Thousand Thirty Dollars and 00/100. 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 Page B-1 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 attorney's fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 26th day of Febrliar-y '2016 John S. Meek Company, Inc. Name of Contractor (Principal) Sun,Tec Insurance Company & Argonaut Insurance Company, as Co -Sureties Name of Surety 3033 5th Ave., Ste 300. San Diego.CA 92103 Address of Surety (800)289-0351 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE By: Aaron C. Harp (AM 0311011(/ City Attorney Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 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 Califo is County of )ss. On %N�^-c,C_ � �-oi� , 20�¢ before e, , Notary Public, personally appeared ,�.{o�.�— who proved to me on the basis of satis ctory evidence to be the person(a) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/�k1e/they executed the same in his/herr/thetr authorized capacity(iss), and that by his/her/their signatures(s-) on the instrument the person(a), or the entity upon behalf of which the personw acted, executed the instrument. I certify under PENALTY OF PERJURY undert A MO -4s A ff ... that the foregoing paragraph is true and correct.`` ` ; commission x 1s�ez4s E Z Notary Public - California i WITNESS my hand and official seal. ZLos Angeles County My Comm. Expires May 14, 2016 Signat (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) Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE Fnotary public or other officer completing this certificate verifies only the identity of the individual who signed the cument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On FEB 2 6 2016 before me, Michele A. Fedoruk Date Here Insert Name and Title of the Officer personally appeared Melissa Lopez Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. MICHELE A.EFDORUK Commission # 2062160 Q0Orange Notary Public - Californiaz County M Comm. Expires Mar 23, 2018 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sea]. Signature�L-?ee , � Signature of Notary ublic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: 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 ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: U. u � .,T �, a, o r .� :rr:6 -8 * :rrM U,. JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas, and the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois, do hereby jointly nominate, constitute and appoint: Melissa Lopez, Christina Johnson, Erik Johansson Their true and lawful agent(s) and attomey(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Boards of Directors of SureTec Insurance Company and Argonaut Insurance Company: $30,000,000 "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Argonaut Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company and SureTec Insurance Company have caused their official seals to be hereunto affixed and these presents to be signed by their duly authorized officers on the 9th day of June, 2014. SureTec Insurance Company lay: r' John 1 ox Jr. hairman & CEO STATE OF TEXAS COUNTY OF HARRIS SS: Argonaut Insurance Company By Joshua C. Betz, Sr. Vice President On this 9th day of June, 2014 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, and who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, deposed and said that they are the officers of the said Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said corporations, and that Resolutions adopted by the Boards of Directors of said Companies, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. KATHLEEN M MEEKS NOTARY PUBLIC ok c6hu -n �I, �Y' Luo 1ba- STATE OF TEXAS MV COMM. EXP. 07-15-2017 (Notary Public) We, the undersigned Officers of SureTec Insurance Company and the Argonaut Insurance Company do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the day of FCB L 6 7016 SureTec Insurance Company Argonaut Insurance Company M. Brent Beaty, Assistant Secre ary Sarah Heineman, VP -Underwriting .Surety THIS DOCUMENT IS NOT VALID UNLESS THE "JOINT POWER OF ATTORNEY" WATERMARK IS VISIBLE IN LIGHT BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (713) 812-0800 (SureTec) or (210) 321-8400 (Argonaut). 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 John S. Meek Company, 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. Umbrella or Excess Liability Insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits of not less than four million dollars ($4,000,000) that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond in the event that any primary insurance limits are exhausted by paid claims; • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall "follow form" to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. E. Pollution Liability Insurance Contractor shall maintain a policy providing contractor's pollution liability ("CPL") coverage with a total limit of liability of no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy period. Claims -made policies require a 10 -year extended reporting period. The CPL policy shall include coverage for cleanup costs, third - party bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, resulting from pollution conditions caused by contracting operations. Coverage as required in this paragraph shall apply to sudden and non - sudden pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other irritants, contaminants, or pollutants. The CPL shall also provide coverage for transportation and off -Site disposal of materials. The policy shall not contain any provision or exclusion (including any so- called "insured versus insured" exclusion or "cross -liability" exclusion) the effect of which would be to prevent, bar, or otherwise preclude any insured or additional insured under the policy from making a claim which would otherwise be covered by such policy on the grounds that the claim is brought by an insured or additional insured against an insured or additional insured under the policy. John S. Meek Company, Inc. Page C-2 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of John S. Meek Company, Inc. Page C-3 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, sub- contractors shall provide additional insured coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may 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 John S. Meek Company, Inc. Page C-4 proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. John S. Meek Company, Inc. Page C-5 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 3/9/16 Dept./Contact Received From: Raymund Date Completed: 3/11/16 Sent to: Raymund By: Alicia Company/Person required to have certificate: John S. Meek Company Inc. Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 211/16-2/1/17 A. INSURANCE COMPANY: United States Fire Insurance Company B. AM BEST RATING (A-: VII or greater): A: XII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 1M / 2M/ 2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must (What is limits provided?) include): Is it included? (completed Operations status does F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No 1. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ®No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No H. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 2/1/16-2/1/17 A. INSURANCE COMPANY: Liberty Mutual Insurance Company B. AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 1/1/16-1/1/17 A. INSURANCE COMPANY: Starstone National Insurance Company B. AM BEST RATING (A-: VII or greater): A-: XI C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY ® N/A ❑ Yes ❑ No V POLLUTION LIABILITY EFF 2/1/16-2/1/17 CARRIER: UNITED STATES FIRE INS CO Rating: A: XII Admitted LIMIT: IM+Excess IOM ❑ N/A ® Yes ❑ No V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 3/11/16 Date ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date EXHIBIT D State of California, Department of Transportation Subcontracting Request Form 16-B John S. Meek Company, Inc. Page D-1 Local Assistance Procedures Manual EXHIBIT 16-B Subcontracting Request STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION FRONT SUBCONTRACTING REQUEST DC -CEM -1201 (REV. 4/94) (OLD HC -45) CT# 7541-3514-7 See Instructions On Back REQUEST NUMBER CONTRACTOR NAME COUNTY ROUTE BUSINESS ADDRESS CONTRACT NO. CITY/STATE ZIP CODE FEDERAL AID PROJECT NO. (From Special Provisions) SUBCONTRACTOR (Name, Business Address, Phone) BID ITEM NUMBER(S) % OF BID ITEM SUBBED CHECKIF: (See Categories Below) 1 2 3 DESCRIBE WORK WHEN LESS THAN 100% OF WORK IS SUBBED S AMOUNT BASED ON BID $AMOUNT Categories: 1) Specialty 2). Listed Under Fair Practices Act 3) Certified DBE/MBE/WBE/DVBE I Certify That: • The Standard Provisions for labor set forth in the contract apply to the subcontracted work. • If applicable, (Federal Aid Projects only) Section 14 (Federal Requirements) of the Special Provisions have been inserted in the subcontracts and shall be incorporated in any lower -tier subcontract. Written contracts have been executed for the above noted subcontracted work. NOTE: This section is to be completed by the Resident Engineer I. Total of bid items..................................................................... 2. Specialty items (previously requested) ...................................... 3. Specialty items (this request) ................................................... 4. Total (lines 2+3)......................................................................._ 5. Contractor must perform with own forces (lines I minus 4) x 6. Bid items previously subcontracted .......................................... 7. Bid items subcontracted ( this request) ..................................... S. Total (lines 6+7)........................................................................ 9. Balance of work Contractor to perform (lines 1 minus 8)......... .......................................................... ........................... $ ............................ $ ............................ $ % .......................... ......................... $ ......................... $ .......................... $ .......... I .............. $ J. Copy - local agency Labor Compliance Officer 4. Contractor's Information Copy Page 16-51 February 1, 1998 EXHIBIT 16-B Local Assistance Procedures Manual Subcontracting Request Back INSTRUCTIONS FOR COMPLETING SUBCONTRACTING REQUEST FORM All First-tier subcontractors must be included on a subcontracting request. Submit in accordance with Section 8-1.01 of the Caltrans Standard Specifications. Type or print requested information. Information copy is to be retained by the contractor. Submit other copies to project's Resident Engineer. After approval, the original will be returned to the contractor. When an entire item is subcontracted, the value to be shown is the contractor's bid price. When a portion of an item is subcontracted, describe the portion, and show the % of bid item and value. THIS FORM IS NOT TO BE USED FOR SUBSTITUTIONS. Prior to submittal of Form CEM -1201 involving a replacement Subcontractor, submit a separate written request for approval to substitute a listed subcontractor. Section 4107 of the Government Code covers the conditions for substitution. Submit a separate written request for approval of any DBE/MBE/WBE/DVBE substitution. Include appropriate backup information and state what efforts were made to accomplish the same dollar value of work by other certified DBE/MBE/WBE/DVBEs. NOTE: For contractors who will be performing work on railroad property, it is necessary for the contractor to complete and submit the Certificate of Insurance (State Form DH -OS -Al OA) naming the subcontractor as insured. No work shall be allowed which involves encroachment on railroad property until the specified insurance has been approved rage ro-az October 5, 2012 LPP 12-02 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE REPLACEMENT PROJECT CONTRACT NO. 6155 BRLO-515110261 PROPOSAL (Contractor shall submit proposals via the Bid 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 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 6155 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: February 2, 2016 Date (310) 830-6323 / Fax (310) 835-2163 Bidder's Telephone and Fax Numbers 709151 A, B, Haz Bidder's License No(s). and Classification (s) John S. Meek Company, Inc. Bidder f �/�l __J l�residcn) Authorized Signature and Title 14732 So. Maple Avenue, Gardena CA 90248 Bidder's Address Bidder's email address: generalc@johnsmeek.com PR -1 City of Newport Beach Page 1 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO-5151(026) (C-6155), bidding on February 3, 2016 Printed 02103/2016 Bid Results Bidder Details Vendor Name John S. Meek Company Inc. Address 14732 S. Maple Ave. Gardena, CA 90248 United States Respondee John S. Meek Respondee Title President Phone 310-830-6323 Ext. Email jemmiah@johnsmeek.com Vendor Type License# 709151 CA DIR Bid Detail Bid Format Electronic Submitted February 3, 2016 9:58:28 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 72201 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Submittal DOC423.pdf Bid Submittal Subcontractors DOC422.pdt Signed Subcontractors List Bid Bond Bid Bond.pdr Bid Bond Line Items Type Item Code UOM City Unit Price Line Total Comment Section 1 1 Mobilization and Demobilization Lump Sum 1 $673,000.00 $673,000.00 2 Traffic Controls Lump Sum 1 $149,500.00 $149,500.00 3 Survey Services Lump Sum 1 $52,000.00 $52,000.00 PlanetBids, Inc. City of Newport Beach Page 2 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO-5151(026) (C-6155), bidding on February 3, 2016 Printed 02/03/2016 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 4 Condition Survey, Inventory, and Documentation of Nearby Homes (Pre & Post Construction) Lump Sum 1 $21,300.00 $21,300.00 5 Unclassified Excavation and Disposal Cubic Yard 265 $93.00 $24,645.00 6 Remove/Dispose of Existing PCC Curbs, Gutters, And Sidewalk Lump Sum 1 $7,100.00 $7,100.00 7 Remove 4" ACP Water Pipe Lump Sum 1 $3,825.00 $3,825.00 8 Remove 6" ACP Water Pipe Lump Sum 1 $3,825.00 $3,825.00 9 Remove/Dispose of Existing Storm Drain Facilities Lump Sum 1 $9,500.00 $9,500.00 10 Remove/Dispose of Existing Landscaping and Irrigation Lump Sum 1 $9,800.00 $9,800.00 11 Remove And Reconstruct Monument Wall With Salvaged Sign Lump Sum 1 $9,000.00 $9,000.00 12 Temporary Bridge Utility Crossing Lump Sum 1 $65,240.00 $65,240.00 13 Install / Maintain / Remove Temporary Bridge Lump Sum 1 $419,000.00 $419,000.00 Subtotal $1,447,735.00 Bid Items No. 14 thru 39 Are For Work on the Park Avenue Bridge 14 Bridge Removal Lump Sum 1 $469,000.00 $469,000.00 15 Structural Excavation (Bridge) Cubic Yard 100 $160.00 $16,000.00 16 Structural Excavation (Retaining Wall) Cubic Yard 950 $93.00 .$88,350.00 17 Structural Backfill (Bridge) Cubic Yard 180 $70.00 $12,600.00 18 Structural Backfill (Retaining Wall) Cubic Yard 375 $70.00 $26,250.00 PlanetBids, Inc. City of Newport Beach Page 3 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO-5151(026) (C-6155), bidding on February 3, 2016 Printed 07/03/2016 Bid Results Type Item Code Uom city Unit Price Line Total Comment 19 Temporary Sheet Pile Coffer Dam Lump Sum 1 $449,000.00 $449,000.00 20 Construct 24" CIDH Concrete Secant Piling (Stage 1) Linear Ft. 675 $185.00 $124,875.00 21 Construct 24" CIDH Concrete Secant Piling (Stage 2) Linear Ft. 1900 $168.00 $319,200.00 22 Construct 30" CIDH Concrete Piling PlanetBids, Inc. Linear Ft. 475 $700.00 $332,500.00 23 Seal Course Concrete Cubic Yard 265 $300.00 $79,500.00 24 Structural Concrete, Bridge Footing Cubic Yard 220 $317.00 $69,740.00 25 Structural Concrete, Bridge Cubic Yard 250 $1,875.00 $468,750.00 26 Structural Concrete, Retaining Wall Cubic Yard 185 $865.00 $160,025.00 27 Structural Concrete, Approach Slab (Type EQ) Cubic Yard 25 $1,240.00 $31,000.00 28 Drill and Bond Dowel Linear Ft. 250 $65.00 $16,250.00 29 Furnish Precast and Pre -stressed Concrete Girders (30' -40') Each 36 $6,600.00 $237,600.00 30 Erect Precast and Pre -stressed Concrete Girders (30' - 40') Each 36 $1,263.00 $45,468.00 31 Joint Seal (MR 1/2 -Inch) Linear Ft. 100 $38.50 $3,850..00 32 Bar Reinforcing Steel (Epoxy Coated - Retaining Wall) Pound 23000 $7.50 $172,500.00 33 Bar Reinforcing Steel (Epoxy Coated - Bridge) Pound 170000 $2.00 $340,000.00 PlanetBids, Inc. City of Newport Beach Page 4 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO-5151(026) (C-6155), bidding on February 3, 2016 Printed 02/0312016 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 34 Headed Bar Reinforcement (Epoxy Coated) Each 180 $112.00 $20,160.00 35 Structural Shotcrete CubicYard 30 $3,400.00 $102,000.00 36 6" Welded Steel Pipe Casing (Bridge) Linear Ft. 45 $140.00 $6,300.00 37 16" Welded Steel Pipe Casing (Bridge) Linear Ft. 45 $240.00 $10,800.00 38 Concrete Barrier (Special) Linear Ft. 510 $468.00 $238,680.00 39 Bridge Lighting Lump Sum 1 $29,000.00 $29,000.00 40 Remove / Dispose of Existing Rip Rap Cubic Yard 100 $50.00 $5,000.00 41 Make 12" DIA Seawall Storm Drain Penetrations Each 4 $2,650.00 $10,600.00 42 Furnish and Install 12 -Inch Tideflex CheckMate Check Valve Each 4 $6,450.00 $25,800.00 43 Install 12 -Inch RCP (D-2000) Linear Ft. 230 $269.00 $61,870.00 44 Install 6 -Inch PVC Pipe (SCH 80) Linear Ft. 10 $115.00 $1,150.00 45 Construct Curb Inlet Type OL- A Each 2 $6,650.00 $13,300.00 46 Construct Curb Inlet Type OL- A (Modified) Each 2 $6,800.00 $13,600.00 47 Construct Manhole No. 2 Each 4 $10,500.00 $42,000.00 48 Install Street Lighting and Electrical Systems Lump Sum 1 $62,270.00 $62,270.00 PlanetBids, Inc. City of Newport Beach Square Ft. 200 Page 5 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO-5151(026) (C-6155), bidding on February 3, 2016 Printed 02/03/2016 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 49 Install 8 -Inch Water Line and All Other Water Related Items Lump Sum 1 $373,347.00 $373,347.00 50 Dry Utilities - Conduits Installation and System Coordination Lump Sum 1 $32,500.00 $32,500.00 51 Construct Unclassified Fill] Cublc Yard 70 $128.00 $8,960.00 52 Construct Crushed Aggregate Base (CAB) Cubic Yard 120 $129.00 $15,480.00 53 Construct Concrete Pavement Cubic Yard 110 $512.00 $56,320.00 54 Concrete PCC Curb and Gutter (Type A2-8) Linear Ft 65 $67.00 $4,355.00 55 Concrete PCC Curb and Gutter (Modified Type -C) Linear Fl 40 $57.50 $2,300.00 56 Construct Curb Access Ramp Each 4 $3,100.00 $12,400.00 57 Construct4-Inch Thick PCC Sidewalk Square Ft. 1380 $9.00 $12,420.00 58 Install Detectable Waming Surface PlanetBids, Inc. Square Ft. 200 $82.00 $16,400.00 59 Furnish / Install Pedestrian Ramps / Stairs Metal Handrails Linear Fl. 700 $254.00 $177,800.00 60 Install Flag Holder Each 8 $450.00 $3,600.00 61 Adjust Water Valve Cover To Grade Each 1 $1,250.00 $1,250.00 62 Install Landscaping and Irrigation Systems Lump Sum 1 $29,500.00 $29,500.00 63 180 -Day Plant Establishment and Maintenance Period Lump Sum 1 $13,500.00 $13,500.00 PlanetBids, Inc. City of Newport Beach Page 6 PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO-5151(026) (C-6155), bidding on February 3, 2016 Printed 02/03/2016 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 64 Install Signage, Pavement Striping, Markings, and Legends Lump Sum 1 $4,550.00 $4,550.00 65 As -Built Plans Lump Sum 1 $8,625.00 $8,625.00 PlanetBids, Inc. Subtotal $4,878,295.00 Total $6,326,030.00 Subcontractors Name $ Address Description License Num Amount Type National Demolition Demolition 765851 $374,900.00 Contractors 1536 W 25th Street #248 San Pedro, CA 90732 United States Con -Fab California Corp. girders 481285 $240,120.00 1910 E. Lathrop Rd Lathrop, CA 95330 United States Marina Landscape, Inc. Landscaping 492862 $35,300..00 CADIR 3707 W. Garden Grove Blvd. Orange, CA 92868 United States Integrity Rebar Placers Rebar 533729 $495,595.00 1345 Nandina Avenue Perris, CA 92571 United States CL Concrete curb and gutter 4887228 $82,460.00 1035 Gladstone Street azusa, CA 91702 United States Superior Gunite Shotcrete 370034 $44,232.00 12306 Van Nuys Blvd Lakeview Terrace, CA 91342 United States Vr ELECTRIC, INC. lighting 763236 $74,390.00 10825 Vernon Avenue Ontario, CA 91762 United States Blue Iron Foundations $ coffemam 652333 $225,000.00 Shoring LLC 4300 Campus Or Suite 203 NewportBeach,CA 92660 United States Foothill Engineering 8 Dewatering 443557 $58,000.00 Dewatering Inc 7000 Jurupa Ave Riverside, CA 92504 United States Pastusak Plumbing Company Plumbing 570076 $500,686.00 1644 W. 17th Street Long Beach, CA 90813 United States Alcorn Fence Company handralis 122954 $94,500.00 1206 West Struck Orange,CA 92867 United States ACL Construction Company concrete barrier 468840 $171,870.00 207 W. State Street Ontario, CA 91709 United States PlanetBids, Inc. City of Newport Beach PARK AVENUE BRIDGE REPLACEMENT PROJECT BRLO-5151(026) (C-6155), bidding on February 3, 2016 Bid Results Name $ Address Description DJ Scheffler CIDH 2500 Pomona Blvd. Pomona, CA 91768 United States Planet6ids, Inc, License Num 582912 Page 7 Printed 02/03/2016 Amount Type $610,000.00 FEDERAL WAGE DETERMINATIONS DAVIS BACON (DB) WAGE DETERMINATIONS General Decision Number: CA160036 01/08/2016 CA36 The Bidder hereby declares that the Davis Bacon (DB) Wage Determinations have been received and reviewed as part of this NOTICE INVITING BIDS. 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. ,J By: �, r'. �'y / h Date: February 2. 2016 Name: John S. Meek Title: President IR1Is Page 1 of 26 General Decision Number: CA160035 01/08/2016 CA35 Superseded General Decision Number: CA20150035 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: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * ASBE0005-002 07/01/2015 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) .....$ 36.74 19.49 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ...........................$ 25.38 16.81 * ASBE0005-0.04 06/29/2015 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, htt4)://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 2 of 26 scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 18.06 10.57 * BRCA0004-010 05/01/201.5 Rates Fringes BRICKLAYER; MARBLE SETTER ........ $ 36.56 13.91 *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 ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ----------------------------------------- BRCA0018-004 06/01/2014 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Rates Fringes MARBLE FINISHER ..................$ 28.45 11.38 TILE FINISHER ....................$ 23.78 9.84 TILE LAYER .......................$ 35.14 14.33 --------------------------------------------------------- BRCA0018-010 09/01/2013 Rates Fringes TERRAZZO FINISHER ................$ 26.59 10.34 TERRAZZO WORKER/SETTER ........... $ 33.63 11.13 --------------------------------------------------------- CARP0409-001 07/01/2010 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ....................$ 37.35 11.08 (2) Millwright ..............$ 37.85 11.08 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 37.48 11.08 (4) Pneumatic Nailer, Power Stapler ................$ 37.60 11.08 (5) Sawfiler...............$ 37.44 11.08 (6) Scaffold Builder ....... $ 28.55 11.08 (7) Table Power Saw Operator .....................$ 37.45 11.08 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 3 of 26 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. --------------------------------------------------------------- CARP0409-005 07/01/2010 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 37.35 11.08 STOCKER/SCRAPPER ............ $ 10.00 6.67 --------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer ...... $ 17.0.0 7.41 --------------------------------------------------------- ELECO011-002 12/01/2014 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 29.76 12.97 Technician ..................$ 30.10 12.48 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 08/31/2015 Rates Fringes CABLE SPLICER ....................$ 43.82 16.86 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 4 of 26 ELECTRICIAN ......................$ 41.89 16.81 * ELEC0441-003 12/01/2014 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer ...................$ 29.92 12.27 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 fringe benefits. Fire Alarms -Open Wire Systems ELEC0441-004 08/31/2015 ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) installed by the Technician. ------------------------------- Rates Fringes Cable Splicer/Fiber Optic Splicer .....................$ 42.49 16.82 Electrician .................$ 41.89 16.81 Technician ..................$ 31.42 16.49 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 06/01/20.15 Rates Fringes LINE CONSTRUCTION Page 5 of 26 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 6 of 26 (1) Lineman; Cable splicer..$ 52.85 15.53 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) ........... $ 42.21 14.32 (3) Groundman...............$ 32.28 14.03 (4) Powderman...............$. 47.19 14.60 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ELEV0018-001 01/01/2015 Rates ELEVATOR MECHANIC ................$ 49.90 Fringes FOOTNOTE: 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. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas. Day. --------------------------------------------------------- ENGI0012-003 07/06/2015 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1 ....................$ 39.95 23.35 GROUP 2 ....................$ 40.73 23.35 GROUP 3 ....................$ 41.02 23.35 GROUP 4 ....................$ 42.51 23.35 GROUP 5 ....................$ 41.86 23.35 GROUP 6 ....................$ 41.83 23.35 GROUP 8 ....................$ 42.84 23.35 GROUP 9 ....................$ 42.19 23.35 GROUP 10 ....................$ 42.96 23.35 GROUP 11 ....................$ 42.31 23.35 GROUP 12 ....................$ 43.13 23.35 GROUP 13 ....................$ 43.23 23.35 GROUP 14 ....................$ 43.26 23.35 GROUP 15 ....................$ 43.34 23.35 GROUP 16 ....................$ 43.46 23.35 GROUP 17 ....................$ 43.63 23.35 GROUP 18 ....................$ 43.73 23.35 GROUP 19 ....................$ 43.84 23.35 GROUP 20 ....................$ 43.96 23.35 GROUP 21 ....................$ 44.13 23.35 GROUP 22 ....................$ 44.23 23.35 GROUP 23 ....................$ 44.34 23.35 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 7 of 26 GROUP 24 ....................$ 44.46 23.35 GROUP 25 ....................$ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 41.30 23.35 GROUP 2 ....................$ 42.08 2.3.35 GROUP 3 ....................$ 42.37 23.35 GROUP 4 ....................$ 42.51 23.35 GROUP 5 ....................$ 42.73 23.35 GROUP 6 ....................$ 42.84 23.35 GROUP 7 ....................$ 42.96 23.35 GROUP 8 ....................$ 43.13 23.35 GROUP 9 ....................$ 43.30 23.35 GROUP 10 ....................$ 44.30 23.35 GROUP 11 ....................$ 45.30 23.35 GROUP 12 ....................$ 46.30 23.35 GROUP 13 ....................$ 47.30 23.35 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 ....................$ 41.80 23.35 GROUP 2 ....................$ 42.58 23.35 GROUP 3 ....................$ 42.87 23.35 GROUP 4 ....................$ 43.01 23.35 GROUP 5 ....................$ 43.23 23.35 GROUP 6 ....................$ 43.34 23.35 GROUP 7 ....................$ 43.46 23.35 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the £ollowng 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 l: Bargeman; Brakeman; Compressor operator; Ditch Witch, with. seat or similar type equipment; Elevator operator -inside; Engineer Oiler; Forklift operator (includes toed, 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; PJU 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 8 of 26 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(singleengine, 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 9 of 26 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) http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 10 of 26 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 11 of 26 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) http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 12 of 26 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 50tons 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) http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 13 of 26 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 perhour 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, MUM. 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, RIE, 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 14 of 26 TIS, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, 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 which 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. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, TION, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 15 of 26 the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE _________________________ ENGIC012-004 08/01/2015 -_-------------____--- Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 23.60 (2) Dredge dozer ............ .$ 43.53 23.60 (3) Deckmate................$ 43.42 23.60 (4) Winch operator (stern winch on dredge) ............ $ 42.87 23.60 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 23.60 (6) Barge Mate ..............$ 42.94 23.60 ------------ IRON0377-002 07/01/2015 ------------------------------ Rates Fringes Ironworkers: Fence Erector ...............$ 27.08 20.21 Ornamental, Reinforcing and Structural ..............$ 33.50 28.85 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 16 of 26 $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock LAB00300-005 _----_ 01/01/2014 ------_____ __ Rates Fringes Asbestos Removal Laborer ......... $ 28.00 15.25 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 07/01/2014 Rates Fringes LABORER (GUNITE) GROUP 1 .....................$ 34.79 17.92 GROUP 2 .....................$ 33.84 17.92 GROUP 3 .....................$ 30.30 17.92 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 08/01/2015 Rates Fringes LABORER (TUNNEL) GROUP 1 .....................$ 37.04 16.78 http:Y/www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 17 of 26 GROUP 2 .....................$ 37.36 16.78 GROUP 3 .....................$ 38.82 16.78 GROUP 4 .....................$ 38.51 16.78 LABORER GROUP 1 .....................$ 31.39 16.78 GROUP 2 .....................$ 31.94 16.78 GROUP 3 .....................$ 32.49 16.78 GROUP 4 .....................$ 34.04 16.78. GROUP 5 .....................$ 34.39 16.78 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 18 of 26 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, http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 19 of 26 wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ----------------------- LAB00652-003 07/01/2014 Rates Fringes Brick Tender .....................$ 29.12 15.78 ------------------------ LABO1184-001 08/01/2015 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ 32.60 12.16 (2) Vehicle Operator/Hauler.$ 32.77 12.16 (3) Horizontal Directional Drill Operator ..............$ 34.62 12.16 (4) Electronic Tracking Locator .....................$ 36.62 12.16 Laborers: (STRIPING/SLURRY SEAL) GROUP 1 .....................$ 33.76 15.04 GROUP 2 .....................$ 35.06 15.04 GROUP 3 .....................$ 37.07 15.04 GROUP 4 .....................$ 38.81 15.04 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 20 of 26 and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ------------ ------- LAB01414-001 08/05/2015 Rates Fringes LABORER PLASTER CLEAN-UP LABORER .... $ 30.16 17.11 PLASTER TENDER ..............$ 32.71 17.11 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------- ------------------- PAIN0036-001 07/01/2015 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) ...............$ 27.29 12.83 (2) All Other Work .......... $ 30.72 12.83 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 10/01/2015 Rates Fringes DRYWALL FINISHER/TAPER ........... $ 36.18 16.82 ___--____ ___-_---___ _-_ PAIN0036-015 06/01/2015 Rates Fringes GLAZIER ..........................$ 40.70 20.92 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ----------------------------------- -- PAIN1247-002 01/01/2015 Rates Fringes SOFT FLOOR LAYER.. ................$ 29.85 13.56 ------------------------------------ _____--- PLAS0200-009 08/05/2015 Rates Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 21 of 26 PLASTERER ........................$ 38.44 13.77 _______ -------------------------- PLAS0500-002 07/01/2015 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 32.30 20.65 ________ _____________________ _ PLUM0016-001 07/01/2015 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work .... $ 33.24 17.13 ------- ----- -------------- ROOF0036-002 08/01/2014 Rates Fringes ROOFER ...........................$ 35.02 13.57 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 $1.75 per hour "pitch premium" pay. SFCA0669-008 07/01/2013 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Rates Fringes PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work .......................$ 45.96 20.71 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 44.54 19.73 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................$ --------------------------------------------------------- 35.16 18.06 PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work .... $ 33.24 17.13 ------- ----- -------------- ROOF0036-002 08/01/2014 Rates Fringes ROOFER ...........................$ 35.02 13.57 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 $1.75 per hour "pitch premium" pay. SFCA0669-008 07/01/2013 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 22 of 26 AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER .................$ 34.19 19.37 --------------------------------------------------------- SFCA0709-003 01/01/2015 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) .......... $ 40.46 .24.17 ---------------------------- ------------------- SHEE0105-003 07/01/2015 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 http://www.wdol.gov/wdol/scafiles/davisbaconlea35.dvb 01/13/2016 Rates Fringes SHEET METAL WORKER (1) Commercial - New Construction and Remodel work ........................$ 41.26 25..38 (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 ... $ 41.26 25.38 ------------ -------------------------------- TEAM0011-002 07/01/2015 Rates Fringes TRUCK DRIVER GROUP 1 ....................$ 28.24 25.24 GROUP 2 ....................$ 28.39 25.24 GROUP 3 ....................$ 28.52 25.24 GROUP 4 ....................$ 28.71 25.24 GROUP 5 ....................$ 28.74 25.24 GROUP 6 ....................$ 28.77 25.24 GROUP 7 .....................$ 29.02 25.24 GROUP 8 ....................$ 29.27 25.24 GROUP 9 ....................$ 29.47 25.24 GROUP 10 ....................$ 29.77 25.24 GROUP 11 ....................$ 30.27 25.24 GROUP 12 ....................$ 30.70 25.24 http://www.wdol.gov/wdol/scafiles/davisbaconlea35.dvb 01/13/2016 Page 23 of 26 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. http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 24 of 26 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 (29C ER 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 linesbeginning 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. http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 Page 25 of 26 Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rateprevailed 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 Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. I£ 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 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 01/13/2016 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 DECISION 70 Page 26 of 26 http://www.wdol.gov/wdol/scafiiles/davisbacon/ca35.dvb 01/13/2016 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) PART 1 - GENERAL PROVISIONS 1 SECTION 2 -SCOPE AND CONTROL OF THE WORK 1 2-6 WORK TO BE DONE 1 2-6.1 Project Constraints 2 2-6.2 Project Mitigation Measures 3 2-6.3 Contractor's Consultants / Pre & Post Construction Surveys 8 2-9 SURVEYING 9 2-9.1 Permanent Survey Markers 9 2-9.2 Line and Grade 9 SECTION 3 - CHANGES IN WORK 9 3-3 EXTRA WORK 9 3-3.2 Payment 9 3-3.2.3 Markup 10 SECTION 4 - CONTROL OF MATERIALS 10 4-1 MATERIALS AND WORKMANSHIP 10 4-1.1 General 10 4-1.3 Inspection Requirements 11 4-1.3.1 General 11 4-1.3.2 Inspection by the Agency 11 SECTION 5 - UTILITIES 12 5-1 LOCATION 12 5-2 PROTECTION 13 5-5 DELAYS 13 5-6 COOPERATION 13 5-6.1 Utilities 13 5-6.1.1 Utility Installation, Construction, and Coordination 15 5-6.1.2 Southern California Edison — Electric 16 5-6.1.3 Southern California Gas Company— Gas 17 5-6.1.4 AT&T - Telephone 18 5-6.1.5 Time Warner - Cable TV 18 5-7 ADJUSTMENTS TO GRADE 19 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 19 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 19 6-1.1 Construction Schedule 20 6-7 TIME OF COMPLETION 20 6-7.1 General 20 6-7.2 Working Days �I� 21 6-7.4 Working Hours 21 6-9 LIQUIDATED DAMAGES 21 SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 22 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 22 7-1.2 Temporary Utility Services 22 7-5 PERMITS 22 7-7 COOPERATION AND COLLATERAL WORK 24 7-8 WORK SITE MAINTENANCE 24 7-8.1 General 24 7-8.3 Noise Control 24 7-8.4 Storage of Equipment and Materials 25 7-8.4.2 Storage in Public Streets 25 7-8.6 Water Pollution Control 26 7-8.6.2 Best Management Practices (BMPs) 27 7-8.7.2 Steel Plates 31 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. 31 7-9.2 Condition Survey, Inventory, and Documentation of Nearby Homes (Pre&Post Construction) 32 7-9.2.1 Notification and Coordination. 32 7-9.2.2 Field Inspection, Inventory, and Documentation 32 7-9.2.4 Repairs 33 7-10 PUBLIC CONVENIENCE AND SAFETY 33 7-10.1 Traffic and Access 33 7-10.2 Work Area Traffic Control. 33 7-10.2.1 Public Convenience 33 7-10.2.2 Public Safety 34 7-10.2.3 Temporary Traffic Control 35 7-10.2.4 Traffic -Handling Equipment and Devices 35 7-10.2.5 Barricades 36 7-10.2.6 Construction Area Signs 37 7-10.2.7 Portable Changeable Message Signs 40 7-10.2.8 Maintaining Traffic 42 7-10.2.9 Traffic Control System for Lane Closure 45 7-10.2.19 Payment 46 7-10.3 Street Closures, Detours and Barricades 46 7-10.4 Safety 47 7-10.4.2 Safety Orders 47 7-10.4.4 Hazardous Substance 47 7-10.5 "No Parking' Signs 48 7-15 CONTRACTOR'S LICENSES 49 7-16 CONTRACTOR'S FORMS (FHWA Form 1273) 49 7-17 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 60 SECTION 8 — FACILITIES FOR AGENCY PERSONNEL 60 8-2 FIELD OFFICE FACILITIES 60 8-2.1 Class "A" Field Office 60 SECTION 9 - MEASUREMENT AND PAYMENT 60 9-3 PAYMENT 60 9-3.1 General 60 PART 2 CONSTRUCTION MATERIALS 74 SECTION 200 --- ROCK MATERIALS 74 200-2 UNTREATED BASE MATERIALS 74 200-2.1 General. 74 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 75 201-1 PORTLAND CEMENT CONCRETE 75 201-1.1.2 Concrete Specified by Class 75 201-2 REINFORCEMENT FOR CONCRETE 75 201-2.2.1 Reinforcing Steel 75 201-7 NON -MASONRY GROUT 75 201-7.2 Quick Setting Grout 75 SECTION 206— MISCELLANEOUS METAL ITEMS 76 206-3 GRAY IRON AND DUCTILE IRON CASTINGS 76 206-3.1 General. 76 206-5 METAL RAILINGS 76 206-5.2 Metal Hand Railings Materials. 76 206-7 FLAG HOLDER 76 SECTION 207 - PIPE 76 207-2 REINFORCED CONCRETE PIPE (RCP) 76 207-2.1 General 76 207-2.5 Joints 77 207-9 CAST IRON AND DUCTILE IRON PIPE 77 207-9.2.1 General 77 207-9.2.2 PipeJoints 77 207-9.2.3 Fittings 77 207-9.2.6 Polyethylene Encasement for External Corrosion Protection 77 207-11 STEEL PIPE 78 207-11.1 General 78 207-17 PVC PLASTIC PIPE 78 207-17.1 General 78 207-17.3.3 Solvent Cement Joints 78 207-17.3.4 Injection Sealed Joints 78 207-25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 79 207-25.1 General 79 207-25.2 Material & Conformance Requirements 79 207-25.3 Pipe & Coupling Color & Markings 79 207-25.4 Fittings 80 207-25.5 Service Saddles 80 207-25.6 Installation Procedures & Workmanship 80 207-25.6.1 PVC Pipe Bending & Deflection 81 207-25.6.2 Pipe Joint Assembly 82 207-25.6.3 PVC Pipe Cutting 82 207-25.6.4 Preventing Foreign Matterfrom Entering Pipe 82 207-25.7 Hydrostatic Test for PVC Pressure Pipe 83 207-25.7.1 PVC Pipe Allowable Leakage 83 207-25.7.2 Testing of Pipe & Piping Appurtenance 84 207-25.8 Inspection of PVC Pressure Pipe 84 207-25.9 Fusible PVC Pressure Pipe 84 207-26 PIPE APPURTENANCES 86 207-26.1 General 86 207-26.2 Butterfly Valves 86 207-26.3 Resilient Wedge Gate Valves 86 207-26.4 Valve Boxes 87 207-26.5 Grooved -Pipe Couplings 87 207-26.6 Sleeve -Type Couplings 88 207-26.7 Combination Air Valve 88 207-26.8 Force Balanced Flexible Expansion Joint 89 207-26.9 Magnetic Water & Gas Main Locating 90 207-26.9.1 Tracer Wire 90 207-26.9.2 Metallic Warning Tape 90 207-27 STORM DRAIN CHECK VALVE. 90 SECTION 209— STREET LIGHTING AND TRAFFIC SIGNAL MATERIALS 91 209-3.3 Standards 91 SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS 91 212-1 LANDSCAPE MATERIALS 91 212-1.1 Topsoil 91 212-1.1.1 General 91 212-1.1.2 Class "A" Topsoil 91 212-1.1.4 Class "C" Topsoil 92 212-1.2 Soil Fertilizing and Conditioning Materials. 92 212-1.2.3 Commercial Fertilizer. 92 212-1.2.4 Organic Soil Amendment. 92 212-1.2.5 Mulch. 92 212-1.2.6 Pesticides and Herbicides. 93 212-1.4 Plants. 93 212-1.4.1 General. 93 212-2 IRRIGATION SYSTEM MATERIALS 94 212-2.1 Pipe and Fittings 94 212-2.1.1 General. 94 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. 95 212-2.2 Valves and Valve Boxes. 95 212-2.2.6 Quick -Coupling Valves and Assemblies. 95 212-2.2.7 Valve Boxes. 95 212-2.4 Sprinkler Equipment. 96 212-3 ELECTRICAL MATERIALS. 96 212-3.2 Conduit and Conductors. 96 212-3.2.1 Conduit. 96 212-3.2.2 Conductors. 96 SECTION 214—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 97 214-5 THERMOPLASTIC MATERIALS FOR TRAFFIC STRIPING AND MARKINGS 97 214-6 PAVEMENT MARKERS 97 214-7 ADHESIVES FOR PAVEMENT MARKERS 98 214-7.3 Hot -Melt Bituminous Adhesives 98 SECTION 215—SIGNAGE 98 215-1 TRAFFIC SIGNS 98 SECTION 216— MISCELLANEOUS MATERIALS 98 216-1 TEMPORARY BRIDGE. 98 216-2 TEMPORARY UTILITY CROSSING. 101 216-3 FIRE HYDRANT. 101 216-4 COMPOSITE MANHOLE COVER AND FRAME 103 216-5 REMOVE AND RECONSTRUCT MONUMENT WALL WITH SALVAGED SIGN 104 216-6 DETECTABLE WARNING SURFACE 104 PART 3 CONSTRUCTION METHODS 105 SECTION 300 - EARTHWORK 105 300-1 CLEARING AND GRUBBING 105 300-1.3 Removal and Disposal of Materials 105 300-1.3.1 General 105 300-1.3.2 Requirements 105 300-1.5 Solid Waste Diversion 107 300-1.6 Remove and Salvage Existing Sign 107 300-1.7 Remove and Salvage Existing Street Light 108 300-2 UNCLASSIFIED EXCAVATION 109 300-2.1 General 109 300-2.1.1 Remove Reinforced Concrete Pipe (RCP) and Other Pipe 109 300-2.1,2 Remove Catch Basins and Inlets 109 300-2.1.3 Abandon Fire Hydrant 110 300-4 UNCLASSIFIED FILL 110 SECTION 301—TREATED SOIL, SUBGRADE PREPARATION, 110 AND PLACEMENT OF BASE MATERIALS 110 301-1 SUBGRADE PREPARATION 110 301-1.7 Adjust Water Valve and/or Valve Box to Grade 111 SECTION 302 - ROADWAY SURFACING 112 302-5 ASPHALTIC CONCRETE PAVEMENT 112 302-5.1 General 112 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 112 302-6.6 Curing 112 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 112 303-1 CONCRETE STRUCTURES 112 303-1.1 General 112 303-1.2 Subgrade for Concrete Structures 112 303-1.3 Forms 113 303-1.7 Placing Reinforcement 113 303-1.7.1 General 113 303-1.8 Placing Concrete 115 303-1.8.1 General 115 303-1.8.6 Joints 115 303-1.9 Surface Finishes 116 303-1.9.1 General 116 303-1.9.2 Ordinary Surface Finish 116 303-1.10 Curing 116 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 116 303-5.1 Requirements 116 303-5.1.1 General 117 303-5.5 Finishing 117 303-5.5.1 General 117 303-5.5.2 Curb 117 303-5.5.4 Gutter 117 303-5.5.5 Alley Intersections, Access Ramps, and Driveways 117 SECTION 304— METAL FABRICATION AND CONSTRUCTION 118 304-2 METAL RAILINGS 118 304-2.1 Metal Hand Railings 118 304-2.2.1 General 118 304-5 FLAG HOLDER 118 SECTION 306 — UNDERGROUND CONDUIT CONSTRUCTION 118 306-1 OPEN TRENCH OPERATIONS 118 306-1.2.2 Pipe Laying 118 306-1.2.14 Connections to Existing Water Mains 119 [V] 306-1.2.15 Thrust Blocks and Anchor Blocks 119 306-1.2.16 Cut & Plug Existing System Water Mains 119 306-1.3 Backfill and Densification 120 306-1.3.2 Mechanically Compacted Backfill 120 306-1.3.3 Jetted Backfill 120 306-1.3.6 Mechanical Compaction Requirements 120 306-1.4.5 Water Pressure Test 121 306-1.4.7 Water Main Disinfection 121 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 123 307-2 STREET LIGHTING CONSTRUCTION 123 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 123 308-1 GENERAL 123 308-2 EARTHWORKAND TOPSOIL PLACEMENT. 123 308-2.3 Topsoil Preparation and Conditioning. 123 308-2.3.1 General. 123 308-4 PLANTING. 124 308-4.1 General. 124 308-4.5 Tree and Shrub Planting. 125 308-5 IRRIGATION SYSTEM INSTALLATION 126 308-5.1 General. 126 308-5.2 Irrigation Pipeline Installation. 127 308-5.2.1 General. 127 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment. 128 308-5.4 Sprinkler Head Installation and Adjustment. 128 308-5.4.2 Location, Elevation, and Spacing. 128 308-5.5 Automatic Control System Installation. 128 308-5.6 Flushing and Testing. 129 308-5.6.1 General. 129 308-5.6.2 Pipeline Pressure Test. 129 308-5.7 Controller Charts. 129 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. 130 308-6.1 Guarantee. 130 SECTION 314—TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS 131 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 131 314-3 REMOVAL OF PAVEMENT MARKERS 131 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS 131 314-5 PAVEMENT MARKERS 131 SECTION 315—SIGNAGE 132 315-1 TRAFFIC SIGN INSTALLATION, RELOCATION, AND REMOVAL 132 315-1.1 GENERAL 132 SECTION 316— MISCELLANEOUS ITEMS 133 316-1 TEMPORARY BRIDGE. 133 316-2 TEMPORARY UTILITY CROSSING. 133 316-3 STORM DRAIN CHECK VALVE. 134 316-4 FIRE HYDRANT. 134 316-5 FORCE BALANCE FLEXIBLE EXPANSION JOINT. 135 316-5 REMOVE AND RECONSTRUCT MONUMENT WALL WITH SALVAGED SIGN 135 316-6 DETECTABLE WARNING SURFACE 135 316-7 PIPE PENETRATION THROUGH SEAWALL. 135 [VI] SECTION 317—BRIDGE STRUCTURE 317-1 DESCRIPTION OF WORK 317-1.1 SUPPLEMENTAL PROJECT INFORMATION 317-2 PAYMENTS 317-3 UTILITIES 317-4 WELDING 317-4.1 Welding Quality Control 317-5 BRIDGE REMOVAL 317-6 STRUCTURE EXCAVATION AND BACKFILL 317-7 PILING 317-7.1 Cast -In -Drilled -Hole Concrete Piling 317-8 CONCRETE STRUCTURES (BRIDGE) 317-8.1 Precast Concrete Members 317-9 REINFORCEMENT 317-10 SHOTCRETE 317-11 WELDED PIPE CASING (BRIDGE) 317-12 MISCELLANEOUS METAL 317-13 CONCRETE BARRIER 317-14 BRIDGE LIGHTING 317-15 CONCRETE IN CORROSIVE ENVIRONMENTS 135 135 136 137 137 138 138 138 138 139 139 145 146 146 146 147 147 147 147 147 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CONTRACT NO. C-6155 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing R -6062-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2012 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2012 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the www.buiidingnews.com. Where reference is made to "Caltrans Standard Specifications", it shall mean the 2010 State of California Department of Transportation Standard Specifications. All references to the "Department" shall mean the "City". Bridge construction shall conform to Section 317, "Bridge Structure", of these Special Provisions. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section: "The work necessary for the completion of this contract consists of demolition and the reconstruction of the Park Avenue bridge, which includes bridge and roadway reconstruction, secant piles, curb & gutter, storm drain pipe, manholes, inlets, sidewalk, curb ramps, ADA ramps, stairs, street lighting, signing & striping, landscaping and irrigation, plant establishment and maintenance, the performance of pre and post construction biological surveys, pre and post condition surveys of homes, spraying of the existing bridge of black beetles, the design and installation of temporary bridge at Balboa Avenue, providing crossing guard services, asbestos survey and abatement, temporary utility services, furnish -maintain -removal of field office, and all other work contained, shown, and described in the contract documents." Page 1 The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, traffic control, safety measures, replacement of disrupted improvements, coordination, preparation and accommodation of project constraints (whether specifically identified in these Special Provisions or encountered during the Contract), appurtenances and incidentals necessary to complete the work in conformance with applicable governing agency regulations and specifications, and to the satisfaction of the Engineer. Items of work which are necessary to complete the project in accordance with the plans and specifications, but are not specifically called out in the bid form, are considered incidental to the project work and are not subject to separate compensation. Add the following section: 2-6.1 Project Constraints The project contains a number of conditions/factors that may constrain the Contractor's work. These conditions include, but are not limited to: 1. Existing residential sites are adjacent to the project. The Contractor and their forces must remain within limits of the project right-of-way and any temporary construction easements acquired by the City when performing work near these properties. 2. Bird nesting season is from February 1St through August 31St. Construction activities will be regulated in the vicinity of nesting birds (if discovered) as directed by the Project Biologist and in accordance with mitigation measures specified. 3. The potential for encountering Sensitive Species may exist. Any identified sensitive species shall be flagged for avoidance by the Project Biologist and in accordance with mitigation measures specified. Sensitive Species may include the following: a. Sensitive Bird species, including but not limited to: Belding's savannah sparrow, western snowy plover, brown pelican, light-footed clapper rail, black skimmer and/or California least tern, are present within 100' of the project site. b. Sensitive plant species, including but not limited to: wooly seablite, estuary seablite, Leopold's rush and/or southern tar plant are located within 25' of the project site. 4. Southern California Eelgrass are in the vicinity of the project site. Mitigation measures and restrictions shall be in compliance with Federal, State, or local regulatory requirements specified. 5. The potential for encountering Caulerpa Taxifolia (invasive alga) may exist. Any identified Caulerpa Taxifolia, within project area and buffer, shall be flagged for Page 2 avoidance or plant removal in accordance with California Coastal Commission Conditions of Approval and isolated, treated, and until the risk of spread is eliminated. 6. Any identified Noxious weeds/invasive exotic plant species, within project area and buffer, shall be eradicted until the risk of spread is eliminated. 7. Existing Transite (Asbestos Cement) pipes or asbestos wrapped pipes are to be removed in this project. The Contractor shall disposed of these pipes according to South Coast Air Quality Management District's (AQMD) Rule 1403 and Procedure 5, as well as any pertinent Federal, State, or local regulatory requirements. The Contractor shall develop a Health and Safety Plan (HASP) and attain Agency approval, prior to handling and disposing of the contaminants. 8. The potential for encountering asbestos, lead paint, PCB's or other contaminant exists during demolition operations. If encountered, Contractor shall stop work and contact the City in accordance with the approved "Health and Safety Plan" (HASP). All costs associated with the adhering to "Project Constraints" including, but not limited to the cost of coordination with other contractors, the Contractor's Project Biologist, Contractor's Lead Special ist/Environmental Professional, and the protection of all existing utilities, improvements and facilities, shall be included in the various items of work and no additional compensation shall be allowed therefore, with the exception below. Add the following section: 2-6.2 Project Mitigation Measures The project contains a number mitigation measures that the Contractor shall adhere to. These include, but are not limited to: Mitigation Number Mitigation Measure AESTHETICS AES -1 All construction and construction staging areas are sited and/or screened with temporary fencing in order to minimize impacts to public views to the maximum extent feasible. The fencing shall be comprised of opaque material to shield views from surrounding sensitive viewers. In addition, equipment/materials storage and any vehicle parking shall be sited such that their visibility from adjacent receptors is reduced to the greatest extent feasible. AES -2 For any nighttime lighting required for the project, the construction contractor and/or bridge contractor shall use the minimum amount and intensity of lighting required for safety purposes. The lighting shall be shielded and directed towards the specific area of construction, and away Page 3 Mitigation Number Mitigation Measure from surrounding sensitive uses to the extent practicable. AQ -1 The Contractor shall be in compliance with SCAQMD Rule 403, excessive fugitive dust emissions shall be controlled by regular watering or other dust prevention measures, as specified in the SCAQMD's Rules and Regulations. In addition, SCAQMD Rule 402 requires implementation of dust suppression techniques to prevent fugitive dust from creating a nuisance off-site. Implementation of the following measures (among others required by Rules 402 and 403) would reduce short-term fugitive dust impacts on nearby sensitive receptors: • All active portions of the construction site shall be watered every three hours during daily construction activities and when dust is observed migrating from the project site to prevent excessive amounts of dust; • Pave or apply water every three hours during daily construction activities or apply non-toxic soil stabilizers on all unpaved access roads, parking areas, and staging areas. More frequent watering shall occur if dust is observed migrating from the site during site disturbance; • Any on-site stockpiles of debris, dirt, or other dusty material shall be enclosed, covered, or watered twice daily, or non-toxic soil binders shall be applied; • All grading and excavation operations shall be suspended when wind speeds exceed 25 miles per hour; • Disturbed areas shall be replaced with ground cover or paved immediately after construction is completed in the affected area; • Visible dust beyond the property line which emanates from the project shall be prevented to the maximum extent feasible; • All material transported off-site shall be either sufficiently watered or securely covered to prevent excessive amounts of dust prior to departing the job site; and • Reroute construction trucks away from congested streets or sensitive receptor areas. BIOLOGICAL RESOURCES BI0-1 The Project Biologist shall thoroughly map the area, distribution, density and relationship to depth contours of any eelgrass beds that have the potential to be directly or indirectly impacted by project construction. Page 4 Mitigation Number Mitigation Measure Factors to be considered in delineating potential habitat areas include appropriate circulation, light, sediment, slope, salinity, temperature, dissolved oxygen, depth, proximity to eelgrass, history of eelgrass coverage, etc. All mapping efforts should be completed during the active growth phase for the vegetation (generally March through October) and shall be valid for a period of 60 days with the exception of surveys completed in August - October. Surveys completed in August - October shall be valid until the resumption of active growth (i.e., in most instances, March 1). After project construction, the Project Biologist shall conduct a post - project survey within 30 days and the results shall be sent to the resource agencies. The actual area of impact shall be determined from the post -project survey. An additional survey shall be completed after 12 months to ensure that the project or impacts attributable to the project have not exceeded the allowed limits. If the post -project or 12 month survey demonstrates a loss of eelgrass greater than the allowed limit, then mitigation pursuant to Sections 1-11 of the Southern California Eelgrass Mitigation Policy shall be required. BIO -2 The Project Biologist shall ensure that compensatory mitigation is provided in accordance with the Southern California Eelgrass Mitigation Policy (NMFS, 1991 as amended, Revision 11) for temporary impacts to eelgrass. Such mitigation may include planting eelgrass within the temporarily affected area and throughout the Grand Canal to offset impacts to eelgrass and increase the amount of eelgrass within the Grand Canal. The Project Biologist shall develop the compensatory mitigation program in consultation with the resource agencies prior to any construction activities that have the capacity to result in adverse impacts to eelgrass. Per the Southern California Eelgrass Mitigation Policy, the ultimate mitigation ratio shall be dependent on the results of the pre- and post - construction eelgrass surveys, but shall be no less than a 1:1 mitigation ratio unless otherwise agreed upon by the resource a encies. BIO -3 If construction occurs between February 15 and August 315, the following shall be implemented: • A pre -construction survey shall be conducted prior to construction activities to determine the presence or absence of nesting birds within the BSA. A qualified biologist shall conduct the survey. • If an active nest is found, the bird shall be identified to species and the approximate distance from the closest work site to the nest is estimated. No additional measures need to be implemented if Page 5 Mitigation Number. Mitigation Measure active nests are more than the following distances from the nearest work site: a) 500 feet for raptors or listed species; or b) 250 feet for non -listed passerines. Nests within these distances from the project site shall have a no -disturbance buffer implemented around them. The buffer shall be a minimum 250 feet for non -listed passerines and a minimum 500 feet for raptors or listed species. This distance may be increased according to the judgment of the qualified biologist, and may be decreased only with approval from the CDFW. • A qualified biologist shall periodically monitor any confirmed nest sites (with no -disturbance buffers) during construction to determine if grading activities occurring outside the buffer zone disturb the birds and if the buffer zone should be increased to prevent nest abandonment. The nest trees shall be monitored until all nests have been abandoned (for non -project related reasons) or the young have fledged. If no nesting birds are found on-site during this time period, construction activities may continue as planned. BIO -4 Prior to any construction activity within the Grand Canal, the Contractor shall consult with the appropriate responsible resource agency (i.e., U.S. Army Corps of Engineers, Regional Water Quality Control Board, and California Coastal Commission) to verify delineation results, determine permanent losses and temporary impact areas, and identify compensatory mitigation, as applicable. Prior to undertaking ground - disturbing activities on or immediately adjacent to any aquatic resource areas, the Contractor shall obtain all obligatory discretionary permits/authorizations. CULTURAL RESOURCES CUL -1 If evidence of subsurface archaeological resources is found during construction, excavation and other construction activity in that area shall cease and the construction contractor shall contact the City of Newport Beach Community Development Director. With direction from the Community Development Director, an archaeologist certified by the County of Orange shall be retained to evaluate the discovery prior to resuming grading in the immediate vicinity of the find. If warranted, the archaeologist shall collect the resource and prepare a technical report describing the results of the investigation. The test -level report shall evaluate the site including discussion of significance (depth, nature, condition and extent of the resources), final mitigation recommendations, and cost estimates. CUL -2 If evidence of subsurface paleontological resources is found during construction, excavation and other construction activity in that area shall cease and the construction contractor shall contact the City of Newport Beach Community Development Director. With direction from the Page 6 Mitigation Number Mitigation Measure Community Development Director, a paleontologist certified by the County of Orange shall evaluate the find. If warranted, the paleontologist shall prepare and complete a standard Paleontological Resources Mitigation Program for the salvage and curation of identified resources. HAZARDS AND HAZARDOUS MATERIALS HAZ-1 In the event construction activities associated with the proposed project result in the disturbance of traffic striping materials, generated wastes shall be transported and disposed of at an appropriate, permitted disposal facility as determined by a qualified lead specialist. The traffic striping materials shall be contained/transported and properly disposed of in accordance with the Federal, State, and local laws and regulations. HAZ-2 In the event any pole-mounted electrical transformer must be relocated during project construction activities, the construction contractor shall ensure that the relocation is conducted under the local purveyor to identify properly-handling procedures regarding potential PCBs, if applicable. HAZ-3 Prior to demolition of the existing bridge structure, a Certified Environmental Professional shall be retained by the City of Newport Beach to confirm the presence or absence of ACMs. Abatement of asbestos shall be completed before any activities that would disturb ACMs or create an airborne asbestos hazard. Asbestos removal shall be performed by a State certified asbestos containment contractor in accordance with the South Coast Air Quality Management District SCAQMD Rule 1403. HAZ-4 Prior to demolition activities, procedures shall be established, subject to review and approval by the City of Newport Beach Public Works Department, whereby all utility personnel and contractors who may be conducting work within the buildings shall be informed, prior to initiating work, as to the presence of ACMs, their location, type, and conditions. HAZ-5 During demolition of the existing bridge structure, the generated waste shall be disposed of at an appropriate, permitted disposal facility as determined by a lead specialist retained by the City of Newport Beach Public Works Department. The waste shall be contained/transported and properly disposed of in accordance with the Federal, State, and local laws and regulations. NOISE N-1 . All construction equipment, fixed or mobile, shall be equipped with properly operating and maintained mufflers and other State required noise attenuation devices. . The City shall provide a qualified "Noise Disturbance Coordinator." The Disturbance Coordinator shall be responsible for responding to any local complaints about construction noise. When a complaint is received, the Disturbance Coordinator shall notify the Page 7 Mitigation Number Mitigation Measure City within 24 -hours of the complaint and determine the cause of the noise complaint (e.g., starting too early, bad muffler, etc.) and shall implement reasonable measures to resolve the complaint, as deemed acceptable by the Community Development Department. The contact name and the telephone number for the Disturbance Coordinator shall be clearly posted on-site. During construction, stationary construction equipment shall be placed such that emitted noise is directed away from sensitive noise receivers. All costs associated with the adhering to and implementing the "Project Mitigation Measures" including, but not limited to the Contractor's Project Biologist and the cost of coordination with agencies and City personnel, shall be included in the various items of work and no additional compensation shall be allowed therefore. 2-6.3 Contractor's Consultants / Pre & Post Construction Surveys The Contractor's Consultants shall be qualified and specialize in the tasks required of him/her. The Contractor shall submit their prospective Consultant's resume and work history for review and approval, by the City, prior to commencement of Pre -Construction Surveys. The Contractor's Consultant shall perform surveys and recommendations in accordance with State, Federal, Local and other laws, rules, regulations, permits, conditionals of approvals, and orders. For the Contractor's information: The City's design consultant that handled the project environmental documents was Bo Burick at Michael Baker International, Inc., (949) 855-5733. The City's Project Biologist Consultant, during design, was Chris Clark at Pi Environmental LLC, (760) 908-5753. The Eel Grass Biological Survey report, done during design by Tierra Data, Inc., may be available from the City, by request. The Contractor's Project Biologist Consultant shall be specialized in Eelgrass, Caulerpa Taxifolia (invasive alga), nesting birds and raptors, sensitive species surveys. Surveys shall be performed in the time -frame (pre/post construction, set number of days prior and post, etc.) and frequency per the environmental and regulatory requirements. Non-compliance may result in stop -work. 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. Hazardous Material (Environmental Professional / Lead Specialist) The Contractor's Consultant (Environmental Professional & Lead Specialist) shall prepare the Health and Safety Plan (HASP), which shall address handling and the disposal of asbestos pipe and lead contaminants. f 8J&11AAVA;A71kTW 2-9.1 Permanent Survey Markers Delete this section and replace with the following: 'The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. 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 Line and Grade Add to this section: `The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Michael Baker International and can be contacted at (949) 472-3505. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General Add the following: BUY AMERICA REQUIREMENTS Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041 (a) and 1048 (a), and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, palletized and reduced iron ore manufactured outside of United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of such steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements. A Certificates of Compliance, conforming to the provisions in Section 6-1.07, "Certificate of Compliance" of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition to certifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the materials occurred in the United States, except for the exceptions allowed herein. Page 10 The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of such materials used does not exceed one-tenth of one percent (0.1%) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel and iron prior to incorporating such materials into the work. 4-1.3 Inspection Requirements 4-1.3.1 General Add the following The Contractor is responsible for all Quality Assurance & Quality Control (QAQC) testing and inspections. The test results and inspections shall ensure that all materials incorporated into the project are in compliance with the contract requirements. Sampling and Testing frequencies shall be in accordance with Project Quality Assurance Plan (QAP) (which is included in the Project Appendices) "Acceptance Sampling and Testing Frequency Tables" or in accordance with the frequency specified in elsewhere the Special Provisions, whichever is the most stringent. If testing frequencies for an element of work are not identified in any contract document, Contractor shall recommend a frequency of testing, subject to approval of the Engineer, and/or a minimum of ten (10) days prior to starting the element of work. The City may perform independent quality assurance testing and inspections (in addition to the Quality testing and inspections that are required to be performed by the Contractor) to verify accuracy and compliance with the contract requirements. Testing methods will be in accordance with Project QAP and the "Testing Procedures" of the Local Assistance Procedures Manual (LAPM), Exhibit 16-S, which the Contractor shall be responsible for attaining the latest edition in effect at the time of bid advertisement. For fabricated or manufactured material inspection, checks and test shall be done according to Table 6-2.2, Inspection of Fabricated and Manufactured Materials, of the Caltrans Construction Manual. The Contractor shall notify the Engineer at least two (2) full working days prior to commencement of any construction requiring testing. All material testing for the drainage facilities shall be provided by the Contractor in accordance with the number, location, and frequency requested by the City. The Contractor shall notify the Engineer a minimum of two (2) full working days prior to D - Load testing of RCP for verification of test results. 4-1.3.2 Inspection by the Agency Add the following: Page 11 Agency may perform independent quality assurance testing and inspections to verify accuracy and compliance with the contract requirements. Agency shall at all times have access to the Work and shall be furnished every reasonable facility for verifying that the materials and workmanship conform to the requirements of the Contract. Agency may test and inspect, either at CONTRACTOR's, subcontractor's or supplier's facility, all components, subsystems or workmanship prior to assembly of such components into the Work and prior to acceptance of the Work by Agency, as defined in Section 6 of these Special Provisions. Following such testing and inspection, Agency will issue a deficiency list to CONTRACTOR listing those items that fail to comply with the Contract. Agency may either reject or require correction of defective material, workmanship, or nonconformity to this Contract. CONTRACTOR shall, at its own expense, make available tools, pits, hoists, scaffolds, platforms, other equipment, facilities, drawings, and assistance as may be necessary for inspections or tests by the Agency. Costs of the Agency quality assurance testing and inspections shall be borne by Agency and shall not be a part of the Contract Price. Costs of Agency quality assurance testing required because of failed tests and Agency re -inspection costs caused by non- compliant work shall be charged to CONTRACTOR. The Agency's performance of, or the failure to perform, such inspections or tests shall not relieve CONTRACTOR of any responsibility for complete Contract performance. Where shop inspection is required by the terms of the Contract, CONTRACTOR shall notify Agency at least ten (10) days prior to the requirement for a shop / source inspection so that Agency may elect to perform Agency quality assurance inspections at the same time as the CONTRACTOR's QC inspector. SECTION 5 - UTILITIES M1liceZd_1%1101�I Add the following Existing underground utilities are shown as per available records. It shall be the Contractor's responsibility to verify the location of all existing underground utilities by potholing or other means. The Contractor shall provide coordination with all the utility companies involved and shall provide protection from damage to their facilities. The Contractor shall be responsible for repair or replacement to said facilities made necessary by its failure to provide required protection. The Contractor is required to include utility requirements in the Construction Schedule per Section 6-1. The Contractor shall be solely responsible to check all utility record maps, books, and/or other data in the possession of the City, other agencies, and/or all utility companies, and no allowance shall be made for any failure to have done so. The Contractor shall utilize the services of "Underground Service Alert -Southern California" for utility locating in all public right-of-ways by calling 1-800-227-2600 at least 48 hours prior to any excavation. Page 12 Utility crossings within the Canal shall be staked and flagged. Add the following after the 3`d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. All underground facilities shall be installed prior to surfacing of street. 5-5 DELAYS Add the following: All notification to utility companies insofar as the relocation or removal of a utility shall be made by the Engineer based on Contractor's request as submitted to the Engineer at least forty eight (48) hours in advance of the needed work. Any costs for delay of the Contractor of utility companies in this regard shall be assigned to the Contractor, if these costs are a result of the Contractor's request being untimely in any respect excepting thereof any delay cost incurred as a result of the utility company not responding at their agreed time. 5-6 COOPERATION Add the following: The contractor shall cooperate with all agencies affected by the project and notifying them at least 72 -hours prior to commencement of any work and adjacent to this project. Compensation for conforming to the requirements of "COOPERATION", including furnishing all labor, materials, equipment and incidentals for accomplishing the work as specified herein, shall be considered included in the various contract item of work and no additional compensation shall be allowed. Add the following: 5-6.1 Utilities Page 13 1. The Resident Engineer shall be made aware of any communications between the utility company representatives and the Contractor. 2. The Contractor shall coordinate all service disruptions and shutdowns with respective utility agencies. 3. Work performed by the utility companies (and their contractors), outside of the Contractor's work limits or traffic staging set-up areas, necessary for connections, plugs, joins, etc., will be the responsibility of the utility company to set-up a work zone. 4. The Contractor must be aware each utility must have their own construction window and may or may not work concurrently with another utility. The Contractor will coordinate with each utility company. Concurrent utility construction shall be verified with the respective utility companies. 5. Lead time (Notification time) prior to utility construction, as listed in the table below, is required for each utility company. 6. The work window / construction duration represents total accumulated time for the installation of the utilities. It is anticipated that each utility will require two work windows (temporary and permanent utility relocations) to complete their work as the Contractor completes his work. Should the construction of these utilities exceed the allotted time, the Contractor may be entitled to an extension of time in accordance with Subsection 6-6.2, "Extension of Time," of the Standard Specifications, but no additional compensation shall be allowed. It is anticipated that the following concurrent utility activities will require coordination between the Contractor and each respective utility company. For bidding purposes, the Utility Relocation Plans, Temporary and Permanent Facilities, are included in the included in the Appendices. Page 14 Work Notification Window/ Utility Owner Contact Address Phone & Email Duration Construction [Working Duration Days] [Working Days] Page 14 5-6.1.1 Utility Installation, Construction, and Coordination This item of work shall include the installation, construction and coordination for new conduit, trenching, backfill, conduit and fittings/hangers on bridge structure, and pull rope. The work shall be performed in accordance with the Standard Specifications and Standard Drawings, and requirements of each respective utility company. Conduit with pull rope, trenching, and fittings/hangers shall be constructed by the CONTRACTOR. The CONTRACTOR shall install and construct the following improvements unless otherwise indicated on the respective utility plans: Schedule 80 PVC conduit with pull rope Trench & Backfill Hangers and Support Assembly. The utility inspector shall be notified 48 hours in advance of any electrical related construction so he can be available for observation. It is anticipated that the following Contractor's utility installation responsibility will require coordination between the Contractor and each respective utility company. The Contractor's responsibility shall include, but not limited to, the following: Page 15 Work Notification Window/ Utility Owner Contact Address Phone & Email Duration Construction [Working Duration Days] [Working Da s] 714-895-0292 tim.mcginnis@ sce.com Tim McGinnis Temp reloc: Southern (Planner) Chris White's 10 California 7333 Bolsa Ave. Westminster, CA 92683 information will 30 Perm reloc: Edison Chris White be on SCE (Construction) work order map 10 produced and provided by SCE 714-634-5091 Temp reloc: The Gas Wilson 1919 state college Blvd. wbaldelomar@ 30 10 Company Baldelomar Anaheim, CA 92806 semprautilities. Perm reloc: com 10 949-480-6084 Temp reloc: AT&T Steve 3939 Coronado St. sb1658@att.co 30 10 Besneatte Anaheim, CA 92807 Perm reloc: m 10 Time Warner 7142 Chapman Ave. 714-709-3390 Temp reloc: 10 Communications Joe Barrios Garden Grove, CA jo los@tw 30 Perm reloc: 62841 caebbsble.com 10 5-6.1.1 Utility Installation, Construction, and Coordination This item of work shall include the installation, construction and coordination for new conduit, trenching, backfill, conduit and fittings/hangers on bridge structure, and pull rope. The work shall be performed in accordance with the Standard Specifications and Standard Drawings, and requirements of each respective utility company. Conduit with pull rope, trenching, and fittings/hangers shall be constructed by the CONTRACTOR. The CONTRACTOR shall install and construct the following improvements unless otherwise indicated on the respective utility plans: Schedule 80 PVC conduit with pull rope Trench & Backfill Hangers and Support Assembly. The utility inspector shall be notified 48 hours in advance of any electrical related construction so he can be available for observation. It is anticipated that the following Contractor's utility installation responsibility will require coordination between the Contractor and each respective utility company. The Contractor's responsibility shall include, but not limited to, the following: Page 15 Utility Owner Contractor Responsibility Southern California Conduit Installation (includes trenching & attaching to Edison bridge structure) The Gas Company Trenching & Backfill, Hangers & Utility openings for Bridge Structure AT&T Conduit Installation (includes trenching & attaching to bridge structure) Time Warner Conduit Installation (includes trenching & attaching to Communications bridge structure) 5-6.1.2 Southern California Edison — Electric The Contractor shall be responsible for the following: General: • All work and materials to meet SCE standards and requirements. Reference the "SCE Underground Structures Standards" in the Appendices. SCE will provide construction plans with requirements, contacts and schedule deadlines. • The Contractor shall schedule and coordinate a Pre -Construction Meeting with the Southern California Edison (SCE) at the commencement of the project. • Provide min 6 -week notice to SCE for coordination, inspection, work, etc. • Provide applicable materials and methods to protect utility facilities • Coordinate utility work and schedule with SCE • Provide construction area access for SCE forces as required Temporary Relocation: • Furnish and install 2-5" PVC conduit and fittings — underground and on temporary bridge per SCE plans and SCE Specifications, including trench backfill and repair. All bends shall have a minimum radius of 12.5'. • Furnish and install nylon pull rope in conduit • Cap conduit at each end for SCE extension in SCE vaults, etc. • SCE to furnish and install conductor and connection to existing facilities Permanent Relocation: • Furnish and install 2-5" PVC conduit and fittings — underground and on permanent bridge per SCE plans and SCE Specifications, including trench backfill and repair. All bends shall have a minimum radius of 12.5'. • Furnish and install hangers on bridge structure to accommodate conduit • Construct utility openings as required in bridge structure for conduit installation • Furnish and install nylon pull rope in conduit • Cap conduit at each end for SCE extension in SCE vaults, etc. • SCE to furnish and install conductor and connection to existing facilities Page 16 Unless otherwise shown, the following materials shall be as specified for the following: o PVC conduit shall be Schedule 80 o Backfill shall be concrete to 6 -inches above the conduit 5-6.1.3 Southern California Gas Company — Gas Southern California Gas Company (SCG) operates and maintains a gas distribution lines within the project site. Portions of the gas distribution lines will be relocated by SCG during project construction. The Contractor should secure a gas plan from the Gas Company Distribution office for reference prior to start of construction. When Contractor work operations occur in near vicinity of active gas lines, the Contractor shall notify the Gas Representatives and Engineer prior to excavating or construction within 10 -feet of the gas line. The Contractor shall be responsible for the following: General: • All work and materials to meet Time Warner standards and requirements. • The Contractor shall schedule and coordinate a Pre -Construction Meeting with the Gas Company at the commencement of the project. • Provide min 6 -week notice to Gas Company for coordination, inspection, work, etc. • Provide applicable materials and methods to protect utility facilities • Coordinate utility work and schedule with Gas Company • Provide construction area access for Gas Company forces Temporary Relocation: • Provide trenching and backfill of utility trench for Gas Company forces installation of pipe and fittings • Provide construction access for Gas Company forces to furnish and install temporary facilities underground and on temporary bridge Permanent Relocation: • Furnish and install hangers within bridge structure to accommodate installation of gas piping & fittings by Gas Company forces • Construct utility openings as required in bridge structure to allow installation of gas piping and fittings by Gas Company forces • Provide trenching , backfill and repair of utility trench for Gas Company forces installation of pipe and fittings with roadway • Provide construction access for Gas Company forces to furnish and install facilities underground and on permanent bridge • Unless otherwise shown, the following materials shall be as specified for the following: o Backfill shall be sand (SE30). Page 17 5-6.1.4 AT&T - Telephone The Contractor shall be responsible for the following: General: • All work and materials to meet AT&T standards and requirements. See the "AT&T Specifications" in the Appendices. Note, the specifications do not apply in its entirety for this project, but does contain project related specifics for conduit, manholes, separation, etc. AT&T shall provide construction plans. • The Contractor shall schedule and coordinate a Pre -Construction Meeting with the AT&T at the commencement of the project. Contact personnel noted above and call 714-666-5454. • Provide min 6 -week notice to AT&T for coordination, inspection, work, etc. Contact AT&T Inspection at 714-666-5454 • Provide applicable materials and methods to protect utility facilities • Coordinate utility work and schedule with AT&T • Provide construction area access for AT&T forces as required Temporary Relocation: • Furnish and install 14" PVC conduit and fittings —underground and on temporary bridge per AT&T plans and AT&T Specifications, including trench backfill and repair. • AT&T to furnish and install conductor and connection to existing facilities Permanent Relocation: • Furnish and install 1-4" PVC conduit and fittings — underground and on permanent bridge per AT&T plans and AT&T Specifications, including trench backfill and repair. • Furnish and install hangers within bridge structure to accommodate conduit • Construct utility openings as required in bridge structure for conduit installation • AT&T to furnish and install conductor and connection to existing facilities • Unless otherwise shown, the following materials shall be as specified for the following: o PVC conduit shall be Schedule 40 o Backfill shall be sand (SE30), except at bends. o Backfill at bends shall be concrete 5-6.1.5 Time Warner - Cable TV The Contractor shall be responsible for the following: General: • All work and materials to meet Time Warner standards and requirements. • The Contractor shall schedule and coordinate a Pre -Construction Meeting with the Time Warner at the commencement of the project. • Provide min 6 -week notice to Time Warner for coordination, inspection, work, etc. Page 18 • Provide applicable materials and methods to protect utility facilities • Coordinate utility work and schedule with Time Warner • Provide construction area access for Time Warner forces Temporary Relocation: • Furnish and install 1-2" PVC conduit and fittings — underground and on temporary bridge, including trench backfill and repair. • Install conduit with min 36" radius sweeps • Furnish and install 1/4" nylon pull rope in conduit • Cap conduit at each end for Time Warner extension • Time Warner to furnish and install vault/pullboxes • Time Warner to furnish and install conductor and connection to existing facilities Permanent Relocation: • Furnish and install 2-2" PVC conduit and fittings — underground and within permanent bridge, including trench backfill and repair. • Install conduit with min 36" radius sweeps • Furnish and install 1/4" nylon pull rope in conduit • Construct utility openings as required in bridge structure for conduit installation • Cap conduit at each end for Time Warner extension • Time Warner to furnish and install vault/pullboxes • Time Warner to furnish and install conductor and connection to existing facilities • Unless otherwise shown, the following materials shall be as specified for the following: o Backfill shall be sand (SE30). Add the following: 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the "Notice To Proceed." Page 19 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section No work shall begin until a "Notice To Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. :�iihdMEQ ALdS]Jd71141[dzl 6-7.1 General Add to this Section: The City intends to execute and complete this Project as follows: • Open Bids: 2/3/2016 • Contract Award: 2/9/2016 • Preconstruction Meeting: 3/3/2016 • Execute Contract: 3/11/2016 • Contract Time Starts: 3/21/2016 • Substantial Completion: 12/8/2016 • 100% Completion: 1/31/2017 • Number of Work Days Excluding Plant Establishment and Maintenance Period and Saturdays: 225 • Removal of Temporary Bridge: 1/31/2017 The Contractor shall complete all work under the Contract by January 31, 2017; with exception to Plant Establishment and Maintenance Period in which the Contractor has one hundred eighty (180) consecutive working days after the initial installation and acceptance by the Engineer to establish and maintain the landscape planting. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." Page 20 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following: 6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 7:00 p.m., Monday through Saturday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, at his/her own cost, Contractor must first obtain special permission from the Engineer. The request may be for extended work hours between 6:30 A.M. to 8:30 P.M. on weekdays, with noise restrictions, or 8:00 A.M. to 4:00 P.M. on Sunday 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 City reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $152 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $5,000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." Page 21 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender an $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water 7-5 PERMITS Delete paragraph section and replace with section stating the following: The City will obtain, at no cost to the Contractor, a Right -of -Entry permit for the property impacted by the proposed improvements. Permits/Agreements Provided By City The following permits may have been or will be obtained and/or applied for by City for the Work. City will pay all fees associated with the following listed permits. 1. City of Newport Beach Permit * 2. State Water Quality Control Board 401 Permit — (ACOE Reference No. SPL -2014-00732) (SARWQCB Project No. 302014-18) (included in the Appendices) 3. California Coastal Commission — Coastal Development Permit No. 5-14-1668 (included in the Appendices) 4. US Coast Guard Advance Approval (available by request from the City) 5. Draft Storm Water Pollution Prevention Plan (SWPPP) / NPDES (NOI) Contractor will be required to secure the permits listed above as "PERMITTEE" which have an " * " next to them by posting its worker's compensation certificate with the City. Page 22 Contractor may request copies of the permits from the City. Contractor is responsible for complying with all terms and conditions of the permits listed above and identified in the Special Provisions including reporting responsibilities. The Contractor shall be responsible for obtaining necessary permit riders or extensions at the City's request. Permits Obtained By Contractor 1. AQMD Rule 403 Fugitive Dust Permit'* 2. Traffic Control Permit *** Contractor will be required to secure the permits noted above, including the payment of all fees. Contractor is responsible for complying with all terms and conditions of the permits listed above. ** The Contractor shall submit to the South Coast Air Quality Management District (AQMD) (and the City) a signed South Coast Air Quality Management District (AQMD) Rule 403 Fugitive Dust, Large Operation Notification application. The application shall be submitted to the AQMD and City within two (2) working days after the award of contract and prior to commencement of any grading operation. The Contractor shall comply with all requirements, requests and mitigation measures from the Regional Water Quality Control Board, California Coastal Commission, the US Coast Guard, and any other governing Agency, with respect to preservation and protection of water quality and the marine and terrestrial environment. Any change in the approved project that may be required by the above stated agencies shall be submitted to the Executive Director in order to determine if the proposed change shall require a permit amendment pursuant to the requirements of the Coastal Act and the California Code of Regulations. The Contractor shall obtain and pay for all costs incurred for permits necessary for the work and the associated operations such as, but not limited to, building, utility and/or encroachment permits, those permits required for night work, overload, and demolition. The Contractor shall pay all business taxes or license fees that are required for this work. The Contractor shall pay all fees associated any non-compliance fees or fines associated with the permits. US Coast Guard Notification Requirements At least 30 working days prior to construction commencement, the Contractor shall provide his/her proposed "plan" for how the work will be performed. Information shall include: • Start and completion dates for the temporary bridge. Page 23 Start and completion dates for the demolition and replacement of the existing bridge. 8-1/2 x 11 -inch drawings showing anticipated navigational impacts due to construction. Emergency (24 hr) contact information in the event of discrepancies during the work. Information shall be provided to the City, who will convey to the US Coast Guard. 7-7 COOPERATION AND COLLATERAL WORK Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven (7) calendar days' notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011. 7-8 WORK SITE MAINTENANCE 7-8.1 General Add the following: All construction and construction staging areas shall be sited and/or screened with temporary fencing in order to minimize impacts to public views to the maximum extent feasible. The fencing shall be comprised of opaque material to shield views from surrounding sensitive viewers. In addition, equipment/materials storage and any vehicle parking shall be sited such that their visibility from adjacent receptors is reduced to the greatest extent feasible. 7-8.3 Noise Control Add the following: Page 24 The contractor shall not generate any noise that is excess of typical for public works construction. In case of repeated excess noise issues, upon discussion with the City Code Enforcement Division, an administrative citation may be issued by the City for such repeated offense. 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an off -Island area for the staging and storage of equipment and materials from the City or at other locations. 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. The City will make available, at no -cost to the Contractor, the locations along Bayside Drive, Back Bay Drive, and a portion of the Lower Castaway Park (see Staging Area Exhibits below) for purposes of workers' vehicles parking and materials staging for the project duration, provided that the Contractor maintains the sites in good order. Suggestion Construction Routes, for hauling or site access, are shown in an Exhibit in the Appendices. Page 25 i� Exhibit: Staging Area 2 Exhibit: Staging Area 3 7-8.6 Water Pollution Control Page 26 Add to this section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." The Contractor shall conform to all applicable local, state, and Federal regulations and laws pertaining to water pollution control. The Contractor shall notify the City immediately upon request from any Regulatory Agency to enter, inspect, sample, monitor, or otherwise access the project site or the Contractor's records pertaining to water pollution control work. The Contractor shall provide copies of correspondence, notices of violation, enforcement actions, or fines proposed by Regulatory Agencies to the City. The Contractor shall be responsible for fines, expenses, and schedule delays accruing as a result of notices of violation, enforcement actions, or fines proposed by the Regulatory Agencies, and no additional compensation shall be allowed. 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP must be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow the BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. The Contractor shall implement and maintain the appropriate BMPs to prevent storm water pollution within the project site at all times during the contract period. The Contractor shall comply with the storm water requirements during construction and post -construction, as listed below: Page 27 County of Orange Municipal Separate Storm Drain System (MS4) NPDES Permit (Order No. R8-2009-0030). Construction General NPDES Permit (Order No. 2003-0017-DWQ). The project will be required to obtain coverage under the general permit to protect receiving waters from soil disturbance during construction. The City shall designate a Qualified SWPPP Practitioner (QSP), with qualifications as defined by Construction General Permit (CGP) Order No. 2003-0017-DWQ (available by request from the City), who will be responsible for notifying the Contractor for compliance with CGP requirements on the project at all times. A QSP is a person responsible for non -storm water and storm water visual observations, sampling and analysis. The Contractor shall be responsible throughout the duration of the Contract for installing, constructing, inspecting, maintaining, removing and disposing of BMPs for wind erosion control, tracking control, erosion and sediment control, non -storm water control, and waste management and materials pollution control. Unless otherwise directed by the Engineer, the Contractor shall be responsible for BMP implementation and maintenance throughout any temporary suspension of the Work. The City, accompanied by the Contractor and QSP will conduct inspections of the construction site prior to anticipated storm events and after actual storm events to identify areas contributing to a storm water discharge associated with construction activity and to evaluate whether BMPs to reduce pollutant loadings are adequate and properly implemented in accordance with the terms of the permit or whether additional control measures are needed. After a storm event resulting in precipitation, the Contractor shall make all reasonable efforts to return to performing normal grading activities. This work may include pumping of standing water and mixing and aeration of saturated materials, at no additional cost. Failure of the Contractor to comply with the Engineer's requested corrective actions may result in an order to suspend work until the condition is corrected. No additional compensation shall be allowed as a result of such suspension. If at any time due to emergency action or Contractor negligence, the City has to perform SWPPP work to bring the Contractor's work zone into compliance with the RWQCB's and/or the project SWPPP, the costs related to such activities will be charged to the Contractor, and payments withheld until the matter has been resolved to the satisfaction of the City. Storm Water Pollution Prevention Plan (SWPPP) The Contractor shall be responsible for all task and storm water control measures required by the General Permit to Discharge Storm Water and the Notice of Intent filed by the City. The City has prepared a SWPPP for the project and anticipates a Risk Page 28 Level 2. The Contractor is encouraged to utilize the City's SWPPP as a basis for preparation of the Contractor -prepared SWPPP; however, the Contractor may be required to modify elements of the City's SWPPP to accommodate actual construction activities and actual field conditions during construction. By submitting a bid and/or entering into a construction contract, the Contractor acknowledges having read and understands the City SWPPP and shall abide by all requirements of the plan. The City's Qualified SWPPP Developer (QSD) with qualifications as defined by Construction General Permit Order No. 2003-0017-DWQ will produce, amend, and/or certify the SWPPP. The Contractor shall submit two (2) copies and one (1) Adobe Acrobat "pdf' file copy of its proposed SWPPP and any amendments to the City in accordance with Submission Requirements. The Contractor shall maintain the Water Pollution Control Drawing and amend the SWPPP as needed during the course of work to reflect actual construction progress and construction practices. SWPPP amendments must be certified by a QSD and submitted to the City to be uploaded to SMARTS. The SWPPP shall not be construed to be a waiver of the Contractor's obligation to review and understand the CGP before submitting a bid. By submitting a bid, the Contractor acknowledges that he/she has read and understands the requirements of the CGP. The Contractor shall be responsible for providing all reports required by the CGP (monitoring, inspection, Rain Event Action Plans, annual reports, etc.) to the Data Entry Person to upload to the SMARTS. Time sensitive reports involving monitoring data shall be provided to the City as soon as the information is available. All other reports shall be provided to the City a minimum of two weeks prior to their deadline (e.g. Annual Report is due two weeks prior to September) for submittal to the SWRCB through SMARTS. The Contractor shall conform to all applicable local, state and Federal regulations and laws pertaining to water pollution control. The Contractor shall conduct and schedule its operations, and follow and implement best management practices in such a manner as to prevent water pollution. The Contractor shall also conform to the following requirements: Sediments shall not be discharged to a storm drain system or receiving waters. Erosion shall be prevented. Erosion susceptible slopes shall be covered, planted or otherwise protected in a way that prevents discharge from the Work site. Sediment from areas disturbed by construction shall be retained on site using structural controls to the maximum extent practicable. Page 29 Stockpiles of soil shall be properly contained to eliminate or reduce sediment transport from the site to -the streets, drainage facilities or adjacent properties via runoff, vehicle tracking, or wind. Appropriate BMPs for construction -related materials, wastes, spills or residues shall be implemented to minimize transport from the site to streets, drainage facilities, or adjoining properties by wind or runoff. Runoff from equipment and vehicle washing shall be contained at construction sites unless treated to reduce or remove sediment and other pollutants. All construction contractor and subcontractor personnel are to be made aware of the required best management practices and good housekeeping measures for the project site and any associated construction staging areas. At the end of each day of construction activity all construction debris and waste materials shall be collected and properly disposed of in trash or recycle bins. Construction sites shall be maintained in such a condition that a storm does not carry wastes or pollutants off the site. Discharges other than stormwater (non-stormwater discharges) are prohibited, except as authorized by an individual NPDES permit or the statewide General Construction Stormwater Permit. Potential pollutants include but are not limited to: solid or liquid chemical spills; wastes from paints, stains, sealants, solvents, detergents, glues, lime, pesticides, herbicides, fertilizers, wood preservatives, and asbestos fibers, paint flakes or stucco fragments; fuels, oils, lubricants, and hydraulic, radiator or battery fluids; concrete and related cutting or curing residues; floatable wastes; wastes from engine/equipment steam cleaning or chemical degreasing; wastes from street cleaning; and super -chlorinated potable water from line flushing and testing. During construction, disposal of such materials should occur in a specified and controlled temporary area on-site physically separated from potential stormwater runoff, with ultimate disposal in accordance with local, state and federal requirements. Discharging contaminated groundwater produced by dewatering groundwater that has infiltrated into construction sites is prohibited, as is discharging of contaminated soils via surface erosion. Discharging of non -contaminated groundwater produced by dewatering shall comply with Orders No. R8-2009-0030, NPDES general discharge permits for groundwater in the San Diego Creek / Newport Bay Watershed, of the Santa Ana Regional Water Quality Control Board (RWQCB). Any indication or evidence of water quality that exceed standards will be promptly reported to the City. Any spillage of fuel, oil or hazardous materials from construction equipment or vehicles must be immediately and properly cleaned up and removed from the project site. For spills of significant volume, notifications must be immediately made to the City for assessment of appropriate corrective action. Contaminated soil, sand or material and Page 30 hazardous wastes generated from the cleanup must be disposed of by approved methods. Contractor assumes full responsibility for costs to investigate the extent of contamination, cleanup, waste removal and implementation of an approved remedial action plan for the release of any wastes or hazardous materials that result in soil, surface water and groundwater contamination. Notifications to be submitted to the City Inspector and City Project Manager. The Contractor shall notify the City immediately upon request from any regulatory agency to enter, inspect, sample, monitor, or otherwise access the project site or the Contractor's records pertaining to stormwater pollution control work. The Contractor shall provide copies of correspondence, notices of violation, enforcement actions, or fines proposed by regulatory agencies to the City. The Contractor shall be responsible for fines, expenses, and schedule delays accruing as a result of notices of violation, enforcement actions, or fines proposed by regulatory agencies, and no additional compensation will be allowed therefor. Substances resulting from project -related activities that could be harmful to aquatic life, including, but not limited to, petroleum lubricants and fuels, cured and uncured cements, epoxies, paints and other protective coasting materials, portland cement concrete or asphalt concrete, and washings and cuttings thereof, shall not be discharged. All waste concrete shall be removed. All materials generated from construction activities associated with this project shall be managed appropriately. This shall include identifying all potential pollution sources within the scope of work this project, and incorporating all necessary pollution prevention BMPs as they relate to each potential pollution source identified. Motorized equipment shall not be maintained or parked within or near any area such a manner that petroleum products or other pollutants from the equipment may enter these areas under any flow conditions. Fines/violations, from the regulatory agency to the City, will be back -charged to the Contractor, and payments withheld until the matter has been resolved to the satisfaction of the Engineer. Add the following 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7.9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Page 31 Add to this section: "The Contractor shall be responsible to protect all new concrete work from being etched, scratched or otherwise marked or having wet slough material deposited thereon. If new concrete work is marked, the Contractor shall replace it at its expense in accordance with 303-5.7 and to the satisfaction of the Engineer." Add the following subsection: 7-9.2 Condition Survey, Inventory, and Documentation of Nearby Homes (Pre&Post Construction) The Contractor shall perform condition survey, inventory, and documentation of nearby homes, prior to commencing construction and post construction (prior to acceptance of improvement work) for the purpose of documenting existing conditions and any new damages caused by construction. The condition survey, inventory, and documentation shall be for the following twelve (12) house/structures, which are located at both ends of the Park Ave Bridge: • 124 Grand Canal, Newport Beach, CA 92662 125 Grand Canal, Newport Beach, CA 92662 • 126 Grand Canal, Newport Beach, CA 92662 • 127 Grand Canal, Newport Beach, CA 92662 200 Grand Canal, Newport Beach, CA 92662 • 201 Grand Canal, Newport Beach, CA 92662 • 202 Grand Canal, Newport Beach, CA 92662 • 203 Grand Canal, Newport Beach, CA 92662 • 127 Abalone Avenue, Newport Beach, CA 92662 • 201 Abalone Avenue, Newport Beach, CA 92662 • 1506 Park Avenue, Newport Beach, CA 92662 • 1508 Park Avenue, Newport Beach, CA 92662 7-9.2.1 Notification and Coordination. For both the pre and post condition survey, inventory, and documentation, the Contractor shall coordinate with the City to notify and schedule, with homeowners, a time to inspect and document each house/building structure. The Contractor shall coordinate to have the City's Representative accompany him/her to each residence for the pre and post inspections. 7-9.2.2 Field Inspection, Inventory, and Documentation Prior to the commencement of work and after construction, the Contractor's inspector shall measure, photograph, video, and document exterior and interior conditions of the existing building structures. The documentation of existing conditions include, but are not limited to, sound flooring, walls, and ceiling; existing signs of potential structural Page 32 failures, cracks, and damage to home and/or building structure; and as requested by the City's Representative. The Contractor and/or his/her inspector shall compile reports with a matrix listing homeowner's contact information, address, photos, video, measurements, structure disposition, and any additional notes. The Contractor shall submit, to the City in electronic and paper formats: one (1) report for both prior to the commencement of work and after construction, for a total of two (2) reports, containing the documentation and matrix detailed herein. Each report shall be submitted, one (1) week after respective pre or post construction inspections, to the City for review and approval. 7-9.2.4 Repairs Any damage revealed, between the pre and post construction documentation, and determined to have been caused by the Contractor's work, shall be forwarded by the homeowner, to the City's Claim Adjuster, for resolution. The Contractor may be back - charged restitution, if determined as appropriate by the City, and payment to the Contractor may be withheld. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this Section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all residences, within the limits of work must be maintained at all times. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3). The City will allow for road closure on Park Ave, between Marine Avenue and Abalone Avenue, for specific tasks that will temporarily need the extra space. The Contractor shall notify, schedule, and coordinate with the City for closure approval. 7-10.2 Work Area Traffic Control. Delete section 7-10.2 and replace with the following subsections. Also, in the following subsections, "you" is defined as the Contractor and his/her responsibilities. 7-10.2.1 Public Convenience Page 33 Compliance with section 7-10.2.1 does not relieve you of your responsibility for public safety. Construction activities must not unreasonably inconvenience the public or abutting property owners. Schedule and conduct work to avoid undue delay in construction activities to reduce the public's exposure to construction. Maintain convenient access to driveways, houses, and buildings as much as possible and upon request. When an abutting property owner's access across the right-of-way line is to be eliminated or replaced under the Contract, the contractor shall be prepared to provide access to the impacted garages upon minute notice. Upon completion of rough grading or placing any subsequent layer, bring the surface of the roadbed to a smooth and even condition, free of humps and depressions, and satisfactory for the use of the public. Apply water or dust palliative for the prevention or alleviation of dust nuisance. Install signs, barricades and other facilities to direct traffic. Provide flaggers whenever necessary to direct the movement of the public through or around the work. Two crossing guards, with flagger certification, shall be deployed at the Marine Avenue/Balboa Avenue intersection to assist and direct pedestrian traffic when the temporary bridge is open for public use for the following durations: • Between the hours of 9:00 AM and 6:00 PM, daily, for a week before and a week after the Easter Holiday, between Memorial Day 2016 and Labor Day 2016, and during the Thanksgiving Holiday week. • Between the hours of 7:00 AM and 9:00 AM and between 3:30PM and 5:30 PM for the rest of the construction duration. 7-10.2.2 Public Safety Whenever your operations create a condition hazardous to the public, furnish, erect and maintain those fences, temporary railing, barricades, lights, signs, and other devices and take any other necessary protective measures to prevent damage or injury to the public. Any fences, temporary railing, barricades, lights, signs, or other devices furnished, erected and maintained by you are in addition to those for which payment is provided elsewhere in the specifications. Provide flaggers where shown on the project traffic control plans to ensure that the public is given safe guidance through the work zone. At locations where traffic is being routed through construction under one-way controls, move your equipment in compliance with the one-way controls unless otherwise ordered. Page 34 Use of signs, lights, flags, or other protective devices must comply with the California MUTCD and any directions of the Engineer. Signs, lights, flags or other protective devices must not obscure the visibility of, nor conflict in intent, meaning, and function of either existing signs, lights and traffic control devices, or any construction area signs. Do not store vehicles, material, or equipment in a way that: 1. Creates a hazard to the public 2. Obstructs traffic control devices Do not install or place temporary facilities used to perform the work which interfere with the free and safe passage of traffic. 7-10.2.3 Temporary Traffic Control 7-10.2.3.1 General. Section 7-10.2.3 includes general specifications for the traffic control plan, flagging, placing and installing temporary traffic -handling equipment and devices, maintaining traffic, and other measures. 7-10.2.3.3 Flaggers Flagging apparel, traffic control devices, and equipment for flaggers; must comply with part 6, "Temporary Traffic Control," of the California MUTCD. Assign flaggers to control traffic and to warn the public of the conditions resulting from work activities. Maintain flagging apparel, traffic control devices, and equipment for flaggers in good repair at all times. Flagging operations will be required for Park Avenue during working hours to provide access to alley ways for residents and businesses. Flaggers will be located at the intersections of Park Avenue at Marine and Abalone Avenues and will facilitate safe passage through the construction site. 7-10.2.4 Traffic -Handling Equipment and Devices 7-10.2.4.1 General Section 7-10.2.4 includes general specifications for placing, installing, maintaining, repairing, replacing, and removing traffic -handling equipment and devices. Immediately replace or restore traffic -handling equipment and devices at their original location in an upright position whenever they are displaced or not in an upright position from any cause. At your expense, repair or replace traffic -handling equipment and devices damaged from any cause during the Contract, including repainting if necessary. Page 35 Remove traffic -handling equipment and devices from the job site when they are no longer needed for controlling traffic. 7-10.2.4.2 Definitions Category 2 temporary traffic control devices: Small, lightweight devices weighing less than 100 pounds that are not expected to produce significant changes in vehicular velocity, but could cause harm to impacting vehicles. Category 2 temporary traffic control devices include barricades and portable sign supports. Hours of darkness: As defined under Veh Code § 280. 7-10.2.4.3 Quality Control and Assurance Retroreflectivity for the following materials must comply with Table 2A-3, "Minimum Retroreflectivity Requirements," of the California MUTCD and be on the Authorized Material List for signing and delineation materials: 1. Retroreflective sheeting for barricades 2. Retroreflective sheeting for construction area signs 7-10.2.5 Barricades 7-10.2.5.1 General Section 7-10.2.5 includes specifications for placing barricades. Do not imprint owner identification on the retroreflective face of any rail. 7-10.2.5.2 Materials Markings for barricade rails must be alternating orange and white retroreflective stripes. Orange retroreflective sheeting must match color PR no. 6, Highway Orange, of the Federal Highway Administration's Color Tolerance Chart. The interface between the rail surface and the retroreflective sheeting must be free of air bubbles or voids. The predominant color of barricade components other than the rails must be white or unpainted galvanized metal or aluminum. If a Type III barricade is used for a sign support, it must be successfully crash tested under NCHRP Report 350 criteria as a single unit with an attached sign panel of the size and type used. Page 36 Sign panels for construction area signs and marker panels to be mounted on barricades must comply with section 7-10.2.8.1 B(3). 7-10.2.5.3 Construction Place barricades so that the stripes slope downward in the direction road users are to pass. Place sand -filled bags near ground level on the lower parts of the frame or stays to serve as ballast for the barricades. Do not place ballast on top of barricades or over any retroreflective barricade rail face that is facing traffic. Install construction area signs and marker panels on barricades at the locations shown. Do not remove barricades that are shown to be left in place at the time of project completion. 7-10.2.6 Construction Area Signs 7-10.2.6.1 General Section 7-10.2.6 includes specifications for placing, installing, maintaining, and removing construction area signs. Construction area signs include all temporary signs and object markers required for the direction of traffic through or within the project limits. If construction area signs are not shown as stationary -mounted signs or portable signs, you may use either type. 7-10.2.6.1A(1) Definitions Background: Dominant sign color. Legend: All letters, numerals, tildes, bars, arrows, route shields, symbols, logos, borders, artwork, and miscellaneous characters that are intended to convey specific meanings on traffic signs. The style, font, size, and spacing of the legend must comply with the Standard Alphabets published in the FHWA's Standard Highway Signs Book. 7-10.2.6.1A(2) Quality Control and Assurance Construction area signs must be the product of a commercial sign manufacturer. Construction area signs must be visible from 500 feet and legible from 300 feet at noon on a cloudless day and during the hours of darkness under illumination of legal low - beam headlights by persons with 20/20 vision or vision corrected to 20/20. Fabric sign panels on portable signs are not subject to the visibility and legibility requirements for headlight illumination during the hours of darkness. Page 37 Construction area signs may be new or used. Used signs must have the specified sheeting material and must comply with section 7-10.2.4.3. A significant difference between day and nighttime retroreflective color is cause for rejecting signs. 7-10.2.6.113(1) Materials 7-10.2.6.16(2) General Unless the background and legend are shown differently, construction area warning and guide signs must have a black legend on a retro reflective, fluorescent orange background. W10-1 and W47(CA) advance warning signs for highway -rail grade crossings must have a black legend on a retroreflective yellow background. Construction area signs must have Type III or higher grade retroreflective sheeting. 7-10.2.6.113(3) Stationary -Mounted Signs Materials for stationary -mounted signs must comply with section 215 of these Special Provisions for the type of panel involved. Temporary sign supports of any type placed within 15 feet from the edge of the traveled way must comply with section 7-10.2.4.1 for Category 2 temporary traffic control devices. Post size and number of posts must be as shown. The Engineer determines the post size and number of posts if the type of sign installation is not shown. Sign posts must be good, sound wood posts. Wood posts must have the breakaway feature shown. Fastening hardware and back braces must be commercial -quality materials. 7-10.2.6.16(4) Portable Signs Each portable sign must consist of a base, standard or framework, and a sign panel. Units delivered to the job site must be capable of being placed into immediate operation. Sign panels for portable signs must be one of the following: Sign panels specified for stationary signs Type VI, retroreflective, elastomeric roll -up fabric on the Authorized Material List for signing and delineation materials Nonretroreflective cotton drill fabric 4. Nonretroreflective flexible industrial nylon fabric 5. Another type of fabric, if authorized Page 38 Do not use nonretroreflective portable signs during the hours of darkness. The size, color, and legend for portable signs must comply with section 7-10.2.8.1 B(3). The height above the edge of traveled way to the bottom of the portable sign panel must be at least 1 foot. 7-10.2.6.1C(1) Construction 7-10.2.6.1C(2) General Place all construction area signs outside of the traveled way. Do not block bicycle and pedestrian pathways with construction area signs. Maintain accurate information on construction area signs. Immediately replace or correct signs that convey inaccurate information. During the progress of work, immediately cover or remove unneeded signs. Check covered signs daily for damage and immediately replace covers if needed. Covers for construction area signs must be of sufficient size and density to completely block out the message so that it is not visible. Securely fasten covers to prevent movement from wind. Clean all construction area sign panels at the time of installation and at least once every 4 months thereafter. Be prepared to furnish additional construction area sign panels, posts and mounting hardware, or portable sign mounts on short notice due to changing traffic conditions or damage caused by traffic or other conditions. Maintain an inventory of commonly required items at the job site or make arrangements with a supplier who is able, on a daily basis, to furnish the items on short notice. Replace any damaged construction area sign or repair the sign if authorized. Remove sign panels that exhibit irregular luminance, shadowing, or dark blotches at nighttime under vehicular headlight illumination at your expense. 7-10.2.6.1C(3) Stationary -Mounted Signs Install stationary -mounted signs as shown for the installation of roadside signs except as follows: 1. Back braces and blocks for sign panels are not required for signs that do not exceed 48 inches in width or diamond-shaped signs that are not larger than 48 by 48 inches. 2. The height above the edge of traveled way to the bottom of the sign panel must be at least 7 feet. Page 39 3. You may install construction area signs on above -ground, temporary platform sign supports or on existing lighting standards or other supports if authorized. Do not make holes in the standards to support the sign if installed on existing lighting standards. 4. Post embedment must be 2.5 feet if post holes are backfilled around the posts with PCC produced from commercial -quality aggregates. The concrete must contain at least 295 pounds of cementitious material per cubic yard. Excavate post holes by hand methods without the use of power equipment. You may use power equipment at locations where you determine that subsurface utilities are not present in the area of the proposed post holes if authorized. The post hole diameter must be at least 4 inches greater than the longest cross-sectional dimension of the post if backfilled with PCC. Furnishing, installing, maintaining, moving, and removing any additional construction area signs if ordered is change order work. 7-10.2.7 Portable Changeable Message Signs 7-10.2.7.1 General Section 7-10.2.7 includes specifications for placing, operating, maintaining, repairing, replacing, transporting from location to location, and removing portable changeable message signs. Each trailer -mounted portable changeable message sign must consist of a controller unit, a power supply, and a structural support system. The unit must be assembled to form a complete self-contained portable changeable message sign that can be delivered to the job site and placed into immediate operation. The sign unit must be capable of operating in an ambient air temperature from -4 to 158 degrees F and must be unaffected by unauthorized mobile -radio transmissions. The trailer must be equipped so that it can be leveled and plumbed. 7-10.2.7.2 Submittals Upon notification, submit a certificate of compliance for each portable changeable message sign. 7-10.2.7.3 Quality Control and Assurance Comply with the manufacturer's operating instructions for the portable changeable message sign. Approaching drivers must be able to read the entire message at least 2 times before passing the portable changeable message sign at the posted speed limit. Use more than 1 portable changeable message sign to comply with this requirement if necessary. Page 40 7-10.2.7.4 Materials The text displayed on a portable changeable message sign must not scroll or travel horizontally or vertically across the face of the message panel. The sign face must be flat black. The sign face must be protected from the glare of the sun by a method that does not interfere with the clarity of the sign message. The sign must be raised and lowered by means of a power -driven lifting mechanism. Matrix signs must provide complete alphanumeric selection. Matrix-type signs utilizing lamps must be equipped with an automatic -dimming mode that automatically compensates for the influence of temporary light sources or other abnormal lighting conditions. The sign must have 3 or more manual dimming modes of different lamp intensities. During the hours of darkness, matrix signs not utilizing lamps must be either internally or externally illuminated. The controller must be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 preprogrammed messages. The controller must be installed at a location that allows the operator to perform all functions from a single position. The controller must have a keyboard entry system that allows the operator to generate an infinite number of additional messages in addition to the preprogrammed stored messages. The keyboard must be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller must contain nonvolatile memory that holds keyboard -created messages in memory during periods when the power is not activated. The controller must provide for a variable display rate that allows the operator to match the information display to the speed of approaching traffic. The operator must be able to adjust the flashing -off time from within the control cabinet. 7-10.2.7.5 Construction Place a portable changeable message sign as far from the traveled way as practicable where it is legible to approaching traffic without encroaching on the traveled way. At locations where vertical roadway curvature restricts the sight distance of approaching traffic, place the portable changeable sign on or before the crest of the curvature where it is most visible to the approaching traffic. At locations where horizontal roadway curvature restricts the sight distance of approaching traffic, place the portable changeable message sign at or before the curve where it is most visible to approaching traffic. Make a taper consisting of 9 traffic cones placed 25 feet apart to delineate the location of a portable changeable message sign. Page 41 When in full operation, the bottom of a portable changeable message sign must be at least 7 feet above the ground and the top must be no more than 14.5 feet above the ground. The sign panel must be capable of displaying a 3 -line message with at least 7 characters per line. The characters must be at least 18 inches in height where the useable shoulder area is at least 15 feet wide. To prevent encroachment onto the traveled way where the useable shoulder area is less than 15 feet wide, you may use a smaller message panel with at least 12 -inch high characters. The message displayed on the sign must be visible from a distance of 1,500 feet and must be legible from a distance of 750 feet at noon on a cloudless day by persons with 20/20 vision or vision corrected to 20/20. Display only messages shown or ordered. Repeat the entire message continuously in not more than 2 phases of at least 3 seconds per phase. You must be available by cell phone during activities that require a portable changeable message sign. Before starting the activity, submit your cell phone number. Be prepared to change the displayed message immediately upon notification. You may operate the portable changeable message sign with a 24-hour timer control or remote control if authorized. After initial placement, move portable changeable message signs from location to location as ordered. Move unprotected portable changeable message signs to an area at least 15 feet from the edge of the traveled way or remove them from the job site away from traffic when not in use. 7-10.2.8 Maintaining Traffic 7-10.2.8.1 General Section 7-10.2.17 includes specifications for maintaining traffic through construction workzones. All closures must comply with section 7-10.2.17. A closure is defined as the closure of a traffic lane or lanes, including shoulder, within a single traffic control system. 7-10.2.8.2 Closure Requirements Limit work that interferes with traffic to the hours closures are allowed. Page 42 If a minor deviation from the lane requirement charts is required, submit a request. If no significant increase in cost is accrued to the City and the work can be expedited and better serve the traffic, the deviation may be authorized. Pedestrian traffic is not allowed to pass through construction areas during working or non -working hours, except for Park Avenue residents on Little Balboa Island to access their residences. During working hours the flagger shall facilitate the safe passage of residents on Little Balboa Island along Park Avenue through the construction area to their residence. All other pedestrian traffic is prohibited and must use the signed pedestrian detour routes. 7-10.2.8.3 Closure Schedule and Conditions Submit a schedule not less than 25 days before the anticipated start of any activity that will: Reduce the horizontal clearances of traveled ways, including shoulders, to 2 lanes or less due to operations such as paving If a closure is not reopened to traffic by the specified time, work must be suspended. No further closures are allowed until the Engineer has reviewed and accepted a work plan submitted by you that insures that future closures will be reopened to traffic at the specified time. Allow the City 2 business days to review your proposed work plan. You are not entitled to compensation for the suspension of work resulting from the late reopening of closures. Notify the Engineer of delays in your activities caused by: Your proposed closure schedule being denied although your planned closures are within the time frame allowed for closures as specified in the special provisions. You will not be entitled to compensation for amendments to the closure schedule that are not authorized. Your confirmed closure being denied. If in the opinion of the Engineer your controlling activities are delayed or interfered with by reason of the conditions listed above and your loss due to that delay could not have been avoided by rescheduling the affected closure or by judicious handling of forces, equipment and plant, you will be compensated for the delay. 7-10.2.8.4 Lane Closure Restrictions for Designated Holidays and Special Days Designated holidays are as shown in the following table: Designated Holidays Holiday I Date observed New Year's Da Januar 1 st Washington's Birthday 3rd Monday in February Page 43 Memorial Day Last Monday in May Independence Da July 4th Labor Day 1 st Monday in September Veterans Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th If a designated holiday falls on a Sunday, the following Monday is a designated holiday. If November 11th falls on a Saturday, the preceding Friday is a designated holiday. Lane Closure Restriction for Desi nated Holida s and Special Days Thu Fri Sat Sun Mon Tues Wed Thu Fri Sat Sun x H xx xx xx x xx H xx xx x xx H xx xx x xx xx H xx xx x H xx x H xx x H xx xx xx xx Le end: Refer to lane requirement charts xThe full width of the traveled way must be open for use b traffic after 5 .m. xx The full width of the traveled way must be open for use by traffic. H I Designated holiday Page 44 7-10.2.8.5 Lane Requirement Chart Chart No. 1 Lane Requirements Route: Park Avenue Closure limits: Marine Avenue to Abalone Avenue From hour to hour 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1617 18 19 20 21 22 23 24 Mondays through Thursdays N N N N N N N C C C C C C C C C C C N N N N N N Fridays Saturdays N N N N N N N N N N N N N N C N C N C N C N C N C N C N C N C N C N C N N N N N N N N N N N N N Sundays N N N N N N N N N N N N N N N N N N N N N N N N Le end: C Park Avenue closed to through traffic at Marine Avenue and Abalone Avenue N No work allowed. Full width of traveled way available between alley way and adjacent intersection. REMARKS: Other hours and weekend work as approved by City Engineer. 7-10.2.9 Traffic Control System for Lane Closure Section 7-10.2.18 includes specifications for closing traffic lanes with stationary and moving lane closures on multilane highways. A traffic control system shall consist of closing traffic lanes in conformance with the details and provisions in part 6, 'Temporary Traffic Control," of the California MUTCD, and the Work Area Traffic Control Handbook (WATCH), and the provisions under section 7-10.2.8, "Construction Area Signs," and section 7-10.2.17, "Maintaining Traffic," and of these Special Provisions. Traffic control system includes signs. The provisions in this section will not relieve the Contractor from the responsibility to provide additional devices or take measures as may be necessary to comply with the provisions in Section 7-10.2.2, 'Public Safety," of these Special Provisions. During traffic striping and pavement marker placement using bituminous adhesive, control traffic with a stationary or a moving lane closure. During other activities, control traffic with stationary lane closures. Whenever components of the traffic control system are displaced or cease to operate or function as specified from any cause, immediately repair the components to the original condition or replace the components and restore the components to the original location. For a stationary lane closure made only for the work period, remove the components of the traffic control system from the traveled way and shoulder, except for portable delineators placed along open trenches or excavation adjacent to the traveled way at Page 45 the end of each work period. You may store the components at selected central locations designated by the Engineer within the limits of the highway. Each vehicle used to place, maintain, and remove components of a traffic control system on a multilane highway must be equipped with a Type II flashing arrow sign that must be in operation whenever the vehicle is being used for placing, maintaining, or removing the components. Vehicles equipped with a Type II flashing arrow sign not involved in placing, maintaining, or removing the components if operated within a stationary -type lane closure must display only the caution display mode. The sign must be controllable by the operator of the vehicle while the vehicle is in motion. If a flashing arrow sign is required for a lane closure, the flashing arrow sign must be operational before the lane closure is in place. 7-10.2.19 Payment No separate payment will be made for construction area traffic control devices which are used to fulfill the Contractor's responsibility to provide for the safety of traffic and the public during construction in conformance with the provisions in section 7-10.2.2, "Public Safety." 7-10.3 Street Closures, Detours and Barricades Add to this section: The Contractor shall submit to the Engineer - at least five (5) working days prior to the pre -construction meeting - a traffic control plan showing typical closures and detour plans(s). The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. Page 46 5. 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 7-10.4 Safety 7-10.4.2 Safety Orders Add to this section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.4.4 Hazardous Substance Add the following CONTRACTOR shall be responsible for the disposal of all excess materials generated during the performance of this Contract including any hazardous materials removal which is part of the Work. Hazardous materials must be deposited in approved locations in accordance will all laws and regulations. When any material is to be disposed of outside the project area, other than a public disposal site, CONTRACTOR shall first obtain a written permit from the property owner on whose property the disposal is to be made and he shall file with Agency said permit or a certified copy thereof together with a written release from the property owner absolving Agency from any and all responsibility in connection with the disposal of material and said property, and before any material is disposed of on said property, CONTRACTOR shall obtain written permission from Agency to dispose of the material at the location designated in said permit. The CONTRACTOR shall comply with the requirements within Caltrans Section 14 Standard Specifications for Asbestos Pipe within the Project area. When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the CONTRACTOR encounters materials which the CONTRACTOR reasonably believes to be asbestos or a hazardous substance as defined in the California Code of Regulations, and the asbestos or hazardous substance has not been rendered harmless, the CONTRACTOR may continue work in unaffected areas reasonably believed to be safe. The CONTRACTOR shall immediately cease work in the affected area and report the unanticipated condition to the Engineer in writing. Page 47 Pursuant to California Health and Safety Code, a DTSC certified waste hauler must transport hazardous waste to an appropriate waste disposal facility. Waste profiling and manifesting shall conform to the requirements in accordance with Health and Safety Code. Hazardous waste, as defined in the Health and Safety Code, shall be transported to a Class I, II or III disposal site in accordance with the provisions of existing law. Add the following Section 7-10.4.4.1, Health and Safety Plan (HASP) 7-10.4.4.1 Health and Safety Plan (HASP) The Contractor shall prepare a written project Health and Safety Plan (HASP) in accordance with 8 California Code of Regulations §5192(b), Hazardous Waste Operations and Emergency Response, to identify, evaluate, and control safety and health hazards and provide for emergency response. The Contractor shall be solely responsible for developing, implementing, and enforcing the HASP. The HASP shall contain as a minimum but not be limited to: identification of key personnel for the project; emergency contact information; job hazard analysis for work assignments; summary of risk assessment; physical description of the site and site conditions including site-specific data pertaining to known and potential physical, chemical and biological hazards; personal protective equipment; delineation of work zones on site; decontamination procedures; general safe work practices; security measures; emergency response plans and worker training. The HASP shall be submitted, to the Engineer, within 20 working days prior to commencement of construction activities. The Contractor shall keep a HASP copy on- site. Full compensation for preparation and implementation of the Health and Safety Plan (HASP) shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation shall be allowed. Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Sections: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a General "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S FORMS (FHWA Form 1273) The General Contractor shall furnish the FHWA Form 1273 in each of his/her contractor/sub agreements, and all sub -contractors, suppliers, equipment rental companies, etc. signed Caltrans Local Assistance Procedures Manual (LAPM) Subcontracting Request Form Exhibit 16-B. The following is the FHWA Form 1273 Page 49 Ltxal Assistance Procedures Manual Fahibit 12-G Required Federal -aid Contract Laidpage FHWA-1273 - Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. Genera! ll. Nondrxinnat3en III- Nonsegregated Facilities IV. Daus-Bawasand F"ed Aa Provisions V. Contract Work Hours ad SafetyStadamds Ad Prowl a.om VL Subletting orAssgpvrg tbaCorrtract VII. Safety: Acomm Prevention VIII. False Saternents Concerning Hill" farclects IX knphnaenatim of Clear Air Ad and Federal WallPdlution Control Ad X Corollaries wth Gevenntenhide Suspensen and Debarment Requtmrnents J0. Calf5caton Regandrg Use ofContrad Funds forlublsyvgg ATTACHMENTS A, Enunp ottitnidat and Materials Preference forPipimachiat Developrrem n A,pp tern amo�tra Appalachian Focal Ames Road Cortracts('awluded Ixeldl3r:11 1. Fm FKWA-1_y'i3mustbephysicalyin rpwa�dktearh omshftm wnka lAxi&d urduTr&23 (exdudrg arergency wnkandssoolyinterrdedfcins foo rhie3dh. Thecixskandfurr wbwntracta)must insedUtistam in salt subcontract and fuller wdim, rental agr ter a lura tier s:agmerac"s for udici psor sarvio, inulol agreer�ak all Wx+ragr:-ersen5fix stppliesa senrces} The applicable requirements of Fant FMYh1273 are 6eapo..ratcv by reference for vtoak done under any p rdlone order, rental agmernector for pnlforoyany subcontractor, bco The pmroatkadsrshall be reramwe icrmrep&once kY arty wbcorma m, Ivae-tiers¢6eantrmhrnrsm+ce ptovitlss Fant FHWA-1273must be irluded nen ak Feder, .vd design Wald wnkale, in all subwnkaCs asci purchase orrese orders, rental a me anerag andconmxis for deign services, purdnsearders, ratdmiagaaner s be m5peragm,forcosfasuppby anysubi raras� The loser -lien der stsall be respomi� forwme prof i by aysubmnka-Dx.lmss-Se YJb..L".I1V.Kitt M SefYYR piWkler. Ccnbxttrg agencies may reference Form FMA-IZ73in bid proposal w regsestfor proposal dcaanenls. Imxever, the Form FRWA-1Z73must be ptryskaky imcorpamzd Inot referemcedl, in all contracts, subcontracts and Iowsr-Ver wb=twts (excluding purchase, orders, mruat agrxsmen6 and dw greemm�m B:r supplies or serAce, related to construction mYracx7. 2. Suiectto the aplafikabRy crimia noted in the fdio'riwii sedians, these condra^t prussiate shall apply la all work pieomred mthe contract by tte mmacmr's min otgaticarton and with the assistance d vmrImm trderthe contractor's krtrtcda , stgeraaetderrceand to all workpMmarned on the conhad by pseuerrA, stabo nvrak, or by subwnt all 3. AbmachcfwyofUresfpulatiomcmtak*dal there RequiredContract Provisiornsnuy hesNfidem grandsfor waiUdclding of pragr�s Cusp ratio irI debae Drayother tten deverm redtobeappr wspe onroadebamae eoranyaheadion detemanadiabe apprrpdac bylhe nawhadirg agsr�cyand FHWA. 4. Selection of Labor. Dudgthe pedoanarce of thiscorArad,tree omenta shall not me o rrild labor for any psrposewilrin the frits of a r n-sstrucrun Project on a Federataid high my unless it s. labor performed by convicts ssho ate on oak."surer edsedrelease,or prcbalun. The Rurn Federal -ad hioph"tl* not ktdrmk rnadtvays fsnctionalydas0ied as ori reads a at mFaxcolliows. Il is f ill, If S10 ;W 1 R rSd+P. I The pm eiore of this section milated to 23 CFR Pad 230 ate appiic&L=. to allFs+knaWidwnsss)nrUm sutura -tis andto a8 remed coraouctim wtcaattraets d S1RO30 armnae- The proisfrnsd 23 CFR Pat 230 are cotracts.at a rreetsral s p'y, e:tgneeringp. warMicedurd service wnaRs. InaddiNan,Utewnt manilalsubwrraxgsmastmrrlyvddwlhe folba5rg policies: Eveowfive Crdu 11248, 41 CFR 60, 29 CFR 1625- W27, Ttle23 USC Section 140, the Rehabilitation Act of 7873, as anaded (29 USC 794), Title Vl of the Galati Rights Ad of 1264, as amended, and related 'reg lafiras i clud'eag49CFR Pats 21,26 and 27; and 23 CFR Pat 200.220, and W3. The contractor and all submnuadws must ow* with: the {f and, ra)I construct -ort w�actsal �ex� S1g000Clamet tn 41 CFR . the Standard F'ederai Equal Emilio oers Cppra4wnly Co stauctim Contract Specifications in 41 CFR 80-43. None: The U.B. Execudim r er 112 a aind the h iaeaaimr7yth delannire of Lab ek,dLdh F41CFeOder2PCFtIthepd2-1- heom*afing vlary of tabu kuludrte' 4p. CFR o3, and 28 CFR 162s462i.-fieamdaling agexyard Uce Fal-h'JA haveiheaSC Seyad140. th Rah ityto enxzre conµds ended (h Tftle23'4X Section 140, the Reh I FZ*a Ad o of 64. a a ramend d mime regulations and T§le lu dt4 Chnl Ruts Art d 28 and anendea, FR mimed regtiatons itdu3ng4g CFFi3'arts 21, 28and 27; and 28 CFR Pats 207.2;A, and 933. The fdloni g prcevsion isa3oDted from 23 CFR 230, Append A, with eppmpdam MWMions Tri artium to the, UB Deparknent of Labor (LIS DOL)a IFHWAmquiranems. 1. Equal Employment Opportunity. Equal ennialoyreatt opportunity {EEO) requirements, nra to d'e.crinnnrte arca to take jll w veactim to assure equal opporomiy as set Path under tams, executive orders, odes, regulations (28 CFR W, 29 CFR 1633.28 CFR 1925-1827.41 CFR 60 all 49 CFR 1-7)and ceders of the SeaesayofLabor as modfied by the provisions presated terien. wid'atposed parsuatt m 23 U.S.C. 140 shall cmsdarle Ute EEO and specific af nnative action saidads for the connector's prajedaotv4ntract. reztmdertis coThe pnmstore attire Arnemas Wlb DisabxlAiesAa Act of 1883 (42 U.S.C. 12101 et seq.jset forth under 28 CFR 35 and 29 CFR 1630 are incarporAd by refeve re to this oorrima in the exaawticn of this coronact the couillagrees to campy with the following nanioun speedic requirernertactiurtee of EEO: a. The contractor till xurk with the wrinctirg agenoyatd the Federal ftnemmentm ensure that it has ride every good talo eRort to provide equal oppon ndyvfth respect to ad of, Is livers mid cadirem, of employntea and In thiarmVx 0 acdviies under the contract b. The araaclorwll accept as d Weradrggdiry tie fdkxmg stakawcsk it's the pdicyof this Company lo wwmkaat applicants are empbyw. ad deet err{layees are treated daing employment, xsd=t regard to lmrrace, mig}in. sex, calor, notal origin, age or dsab3ty. Such action 5hall include; mp3oynnom, upgna3rg, demnxron, a transfer, mandmeMorreauimexvstadvertisng; layoFo- denrenatiorr rates ct pay orcow foots of and selection fortra-tdrg, Wining apprenticeship, pre-apprxrccesnip, atdaoron. thelobkalnig.' 2- EEO Officer: The wmachm W11 designare, and nooks know, tothe contracting officers an EEO DMoessttvu cog have the respombliyfca and nstbecapable d eFeedwe!yad!mrisWnng and promoting an active EEO pnogran and who rest be assigned adequate auUmriy and respmbOUy m do so Page 3 of 22 DLA -OB 13-06 Augmst 32,.013 Page 50 Lamm Assistance Procedures Afannat Fataitut 12-G Required Federataid Contract Language 3. Dissemination of Policy: Al members of the wrinaors staff who are authoaued to hire, supemse, promote, and discharge employees, or who recommend such action, or wdho we substantially inwalwed in suds action, wM be made fully cognizant d, and wit implement, the conoactors EEO policy and ecouraclua' responslbildies to provide EEO in each grade and dassilicattion of employmnt To ensure that the above agreement wit be met, the following actions viii be taken as a. nim um: a- Perodio meetings of supervisory and personnel office employees will be concluded before the said: of work and the not less o.'teu than once every six months, at which tkne the contractor's EEO pd icy and its implementation will be reviewed and explained. The meetngs will be conducted by the EEO Officer. b. At new supervisory or personnel office employees YAI be given a thorough indocudnabun by the EEO Officer, covering all instar aspects of the contractors EEO obligatidss within thirty days following their repeating forduty with the contractor - c. All pertxueel who are engaged eh direct rearusment forthe project will be easuuaed by the EEO Officer in the contractors procedures for locating and living mities and worrier.. d. Notices and posters setting forth the aanbachoes EEO policy wit be placed in areas readily accessible to employees, apphcams for employment and potential ernployees. e. The contractaa's EEO policy and the procedures to implement such pricy will be brought to the wordion of employees by tears of meetings, employee handbooks, or otherappmpriate means. 4. Recruitment: When advertising fru employees, the ownactorall include in all advertisements be employees the rwtation:'An Equal Oppoainity Employer.' Al such advernsemema WU be placed m publications having a large c'rwdation among mwnoribes antl woman in are area from which the project week force would normally be derived. a. The nxnractez will. uniess precluded by a vald bargaining agme nem, conduct systematic and d'rectrecni.MrenO through pubbe and private employee referral sources U* to yield qualified minorities and women. To meet this requirement. the owhador vill iden6•y sources of potential minority group employees. and establish with such idendfed sources procedures whereby m'a cray and women applicants may be referred to the cont aid or for employment consideration. ID- In the event the contractor has a valid baegabang agreement providing for exdusve hiring had referrals, mho contractor is expected to observe the provisions a' that agreement to the extent that the system meets the corn adces compliance with EEO contact provisions. Moore impiernewta5on of such an agreement has the el oi'dscnminating agaaest mahorres arwamen, or obligates the contactor to do the same, such implementation violates Federal nondiscr®n'¢eation provisions. Q The contractor will encourage is present employees to refer minorities and w omex as applicants for employment. Information and procedures with regard W referring such applicants will be discussed with employees. 5. Person net Actions: Wages, working condition, and employee benefits shall he esbablished and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff. and teminallon, shag betaken wuthcut regard to race, odor, religion, sex, mronat orcin, age or disability. The following procedures shall be followed: a The conerac[or will conduct periodic Inspections of project sites to insure that weeks g conditions and empbyee fackres m not indicate dscon inatary treanentof project site personnel. to The eontraetw wg pera.dically evaluate the spread of wages paid within each classdiewion to datemrine any evidence of discriminatory wage practices. c. The uwxmacter will pedodicallyrewiew seka ted pamonnel actions at depth to determine whether there is evidence of dscriminaden. Where evidence is found, the conbactorwill pmmpdytake coon oboe aa"nn. If the review indicates thatihe d icrimination may extend beyond the actions reviewed, such corrective action shall include all affec ed persons. it. The contractor wit pranptly investigate all compaints of alleged discrknihation trade to the contractor in correction with its obligations under this contract will attempt to resolve such awnplahs, and will take appropriate corrective action within a reasonable tine. If the investigationindicates that Bre discrimination may affect persons other than the conpim ant, such omreaive action star exclude such other persons. Upon completion of each investigation. the contractor will inform every complainant of all of thew avenues of appeal. S. Training and Promotion: a. The conaanorwg assist in locating, gusatiying. and Increasing theskills of mvtoribse and women An we applicants for employment orcument employees. Such eFvrts should he timed at developing P,alljorney level status employees in the type of trade or job dassificaion involved - b. Consistent with the contractor's work force requirements and as permissible under Federal and State ragulatons. the contractor shag make full use of train-agl programs, i.e., apprenticeship, and on- the-job training programs for the geographical area of contract performance. In the event a special provision for causing is provided order this armict, this subparagraph asA be superseded as indicated in the special provision. The onforwhkg agency may restive training pos'd'xxrs for persons who receive welfare assistance in ancnrdamce with 23 U.S.C. 1413(a) - D. The contractor will advise employees and applicants for employment of available training programs and entrance requirements breach. it. The contractor w3 periodically review the training and promotion potential of employees who are mhorkiesand warren and will encourage ergi le employees to appy fa such (raining and promotiah. T. Unions: If the mntacmrm4ies in Able m in pave upon unions as a source of employees. thecontractor will use good faith iff" to obtain the cooperation of such unions to increase epportuniries for minof2es and women. Actions by the contractor, either directly or ihrogit a contractors association wive as agent, wit include the procedures set forth below. a. The contractorwill use good faith efforts to develop, in cooperation with the unions, jdtntraining programs aimed toward qualirying more m'morites and women for membership in the unions. and sutseasig the skills of minor,5es and women so that they may qualify Joe higher paying employment. D. The contractor will use good faith ~s to incorporate an EEO dause into each union agreement to the end that such union will be contractually bound to refer applcams without regard m thea race, color, religion, sex, natwal edgen, age or disability. c. The comraetar is toobtain Information as to the referral Practices and parries of am labor unon except that to the extent such information is within the exclusive possession of the labor wnlon and such labor union retusesto furnish such udcurnation to the contractor. the wrinador shall socarry to the cornmctwg agency Page B of 22 DL^. -OB 13-06 August 1-7,2013 Page 51 Local Assistance Procedttres 1klartual Fabibit 12-G Required Fedetal-Ad Contract Lime age and shall set forth what efforts ham been made to obtain such infcmutur. d. in the ew at the union is unable th provide the contractor with a reasonable now of referrals wahkn the time limit set forth in the collective bargaining agreement, the oinhakorwill, fhraugh independent recruitrcent efforts. fit the employment vacancies Without regain to race, color, religion, sex, national origin, age or disability; making fvl efforts to obtain qualified andlor qualillable minorities and woman. The failure of a union to provide sufficient referrals (even thoughit is obligated m provide exclusive referrals under the terms of a collective bargaining ageeunem) does not ueliem the coNraet"ftnm m the requirements of this paragraph. In the event the union referral practice prewrits the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provis'wns, such oontra torshal immediately notify the contracting agency. 0. Reasonable Accommodation for Applicants i Employees with DsahTties: The corowty, must be familiarywh the requirements for and ecmpfy with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable acemunudi im in ad emplaymerd acivfhes unless to do so would cause an undue hardship. S. Selection of 3ubcontramors. Procurement of Materials and [.easing of Equipment: The coretractor shall not dwodmen de on the grounds of race. color, religion, sex, national origin, age or dsahflity in the selection and retention of subcontractors. including procurement of materials and teases of eq ipriem The contractor shall take all necessary and reasonable stepsto ensure nondiswiamaton an the administration of des oavoat. a. The contract" shall nobly all potential subcontractors and suppliers and fassom of Mae EEO obligations under this mnhad- b. The mwtract" will use good faith efforts to ensure sobwntractor compliance w6th their E EO ligations. 16_ Assurance Required by aS CFR 26.13(6): a, The requirements of 42 CFR Part 26 ruin the State DOTS u.5. GOT -approved DRE program are incorporated by reference. b, The urortraanx or sirboontrador shall notdlscriminate on the basis of race, color, national origin, or sex in has performance a, M confrm. The comeracmr shsaill tarty out applicable requirements or 49 CFR Part 20 in the award and adr ix istration of DOT- assisted contracts. Failure by the cxrerecto to carry, out Masse requirements is a material breach at this contract which may result m the termirtatlon of this contract or such other remedy as the contracting agency deems appmpr'are. Ii. Records and Reports: The contractor slisi keep such records as necessary be dowment oomplpnce with the EEO mquaements. Such records shall be retained fora period of three years faffiovmg the date of the final payment o the contractor W all emtract work and shall be available W reasonable tines and places f" inspection by auNcaf:.ed represenaativss of the contracting agency and the FHWA a. The records kept by the corbadorshall document the fcdloursg: (1) The number and work hours of ramDri yand non -min" group members and women employed in each wank dassiixation an the project: (2) The progress and efforts being made in cooperation with unions, when applicable, to Increase employment opportunities for minor,ties and women: and (S) The progress and efforts being made in locating. hiring, trakhing, qualifying, and upgrading minorities and women; h. The contmdctos and subcondacmrs will submit an annual report to the contracting agency each July forth* duration of the project indicating dee lumber of minority, worrien, and nonmiicrity group employees arrrentty engaged in each work dassiication required by the centrad work. This zwkernation isto he reported on FamPHWA-1391. The staffing data should represent the project work force on board in all in anypart of the last payroll period preoeding the ern of July. If on-therpb training is being required by special provision, Bre contradw W II be required in collect and report taming data The employment data should riamet the work force an board during all "any part of the last payroll panda preceding the end of July. Ill. NONSEGREGATED FACILITIES This provision is applicable to all Fedsml-aid cons4uction contrad[s and W all related cangriptim subconsaets of 510.1100 or more. The curNadrormost ensure that faci56es psowkiod for employees are provided irk such a manner Beat segregation on the basis of race, color, religion, sex, or national origin cannot resuft. The contract" may neither require such segregated use by written oras] policies nor tolerate such use by employs* custom. The conbactofs caligation extends further to ensure that its employees are not assigned to perform thea immoes at any locanim, under the contractor's coned, where the facilhles are segregated, The tame "Fxulitiez" kxkafes waitrgy morns, work areas, nespurants and other eateg areas, time docks, regromi , washroxrns, locker morns, and other storage or dressing areas, parking leis, drinking fountains, recreation "entertainment areas, transpodat'son, and housing. provided for employees. The contractor shall provide separate or singlw t ser magicians and necessary drassing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This sec[on is applicable to all Fedeml-aid construction projects exceeding $2.000 and to all related subcontracts and Iower4ier subcontracts (regardless d subcontract sloey The requirements apply to all prd§eds located within the ngMof-way are roadway that is functionally dassiried as Federal -aid highway. This excludes roadways functionally classified as focal mads ornral minor cdkactore, which arefiempt Conamedng agencies may elect to apply these requirements to other projects. The following prowsias are from the U.S. Department of Labor regulations in 2q CFR 5.5 *Conbad previews and related matters" with minor revisions to conform la, the FHWA-1273 format and F14WA program requimmemz. 1. Mmunurawages a. All labomrs and mechanics employed orworking upon the site of the work, will be paid umandaonaity and not less often than once a week, and without subsequent deduction or rebate on my account (except such loathed derdnctions as are permitted by regulations issued by the Seemtaryof Labor under the Copeland Ad (29 CFR pad 3)\ the RA amourd of wages and bona fire mage benefas (or cash equivalents thereon`) dam attimeof payment conjoined at hares Trot less Bran those curtained in atm wage determination of the Ssoetay of Labor which is roamed hereto and made a part hereof, regardless of any ocrhtractual relationship which may be alleged to exist bet wen the cortiactor and such laborers and mechanics. Page 10 of 2-1 DL#AB 13-06 August 12, 2013 Page 52 Local Assistance Procedures Mina] Fclrilrit LIG Required Fedet t -aid Contract Lanmge Contributions made canals removably amicipallead for bona fife longs benems under secdon t(b)(2) of the Dam -Bann Act on behm. of latiarers or mechanics are considered wages paid or such laboreasor meehaecs, subject to th provisional of paragraph IA. of this section; also, regular contributions made or costs browned for mare than a weekly period (but not less often than quarterly) under plans, funds, a programs which cover the par5nlar weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be pad the apprepriate wage rate and bingo benefitson the wage deo- annaton for the classification of work actually perforated, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers m mechanics performing work in mote than one cimsifica kin may be compensated at the rate specified lot each classificcatien for the time actsatly worked [hereon: Provided, That the employer's payroll records accurately set forth the brace spent it each classification in which work is performed. The wage datemrnaton (ndudng any additional classification and wage rates cmfonned under paragraph Ib. ofthis seam) and Hee Davi-.Zacon poster (WH-1321)shag be posted at all gmes by the contractor and its subewrlxactors at the she of the work in a prominent and accessible place ate q can be easily seen by the workers. b. (1)The contracting officer shall require that any Bassa laborers orinecharn s, including helpers, which is not listed is the wage detenniaatin and which is lobe employed urderthe e«rtrax shall be classified in conformance with the wage detemnalion. The containing officer shaa approve an additional classfication and wage rate and fringe benefits therefore only, when the Mani criteria have been met (i) The work to be performed by the classification requested is not performed by adassifxa[ion n the wage discrimination; and (ii)The cassfcatin is sdil¢ed in The area by the construcion Industry. and (iii) The proposed wage rate, including any bona fide finge benefits, bears a reasonable relationship to tin wage matin contained in the wage determinatim. (2) If the contractor and the laborers and meehan'vs to be empbyed in the casstrrcatim (if known), ortheir representatives, and the commuting officer agree m the dassificam and wage rate (including rite ancunt designated for hair, bene,"ats where appropriate),. a report of the action taken shat be sent by the nntraeting txYcerin the Adm"rstmorof the Wage and Hera Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC MO. The Admkestrator, Oran authorized repta resentive. rill approve. modify, ordisapprove every addibm al clwsifir ton axion within 30 days at receipt and so advise die contracting afficerorwill notify the contracting officer within the 3C -day period that millmal time is necessary. (3) In rm went the mnrac ar, the aware or mechanics to be employed in the classification or their representatives, and the naracfing officer do not agree on the proposed classification and wage rate (including the amount designated for tinge benefits, where appropriate), the contracting officer shall refer the questions, including the views of as interested parties and the recommendation ofthe cmtrdcgng officer, to the Wage and Hoses Administrator for detemrieaticn. The Wage and Hour Administrator, or an authorized representative, will issue a determinagon within 30 days of receipt and so advise the contracting Officer or will notify the contracting officer within the 30 - day period that addigmal time is weeessary. (4) The wage rare (Including fringe bema5ts where appropriate) Bete rmned pursuant to paragraphs f.b.(2) or ib.(3) of this secdon, shall be paid so all workers performing work to the classification under thiscontact from the first dayon which work is perfoirned in the classification. c. Whenever the rtu mum wage rate prescribed in the owiactfor a classof laborers or nwohani a includes a fringe benefit which is not erpressed as m hourly rate. arse contractor shall either pay Bre benefit as stated in the wage determisatin ar shall pay another bona fide fringe beret or an houdy cash equivalent thereof. d. H the carmador does rot make payments to a trustee or offer third person, the contractor may consider as part of the wages or arty laborer or mechanic the amount or 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 me contractor, that the applicable standards of the Davis -Bann Act have been met. The Secretary of tabor may require the contractor to set aside in a separate account assets for the meeting of obligations tinder the plan or progran. 2. Withholding The nntrawng agency shall upon its own action or upon written request of an authorised representatve w the De matnent of Labor. withhold or cane to be withtreld from the conba towunder this contract, ora" other Fedent con=tact with the same prime cntractru, or any othertede ally-assistsd contact subject to Davis- Sacm prevaiang wage regi inements, which is held by the same firma contractor, so much of the accrued payments or advances as maybe emsidered necessary to pay laborers and mechanics, inking apprentices, trainees, and helpers, employed by the rxnracIN or any subcontracux the full amount of wages required by the cotMaof. In are event of faikse to pay any laborer orinwharvic, including any appremce, trainee, or helper, employed orworking on the site ofthe work, at or part of the wages required by the contract, the contracting agency may, after wrikten wine to the contractor, take such action as may be necessary to cause the suspension of any father payment. advance, or guarantee of funds net such violations have olwed- 3. Payrolls and basic records a. Payrolls and basic records relating the shall be maintained by the contractor during the mase of the work and preserved for a period of three years thereafter for at laborers and mechanics working at the site of the work. Such reams shall contain the name. address, and social security number of each such worker, his or her caret dassAication, hourly ratesof wages pato (mclud"cg rates of nam tumns or costs anticipated for bona fide tinge herrefas or cash equivalents thereof of the types described in =xci m l(bj(2)(B) of am DavS-Bacm Act}, daily and weekly number of boors worked, deductions made and arcual wages paid. Wherever the Secretary of Labor has found under 29 CFR 5.5(a)(7Hiv) that the wages of any laborer or mecharec include the amount of any costs reasonably antxrpated in providing bene^r ii under a plan or program described in sectn 1(6)(2)(6) of the Davis-Eawn AU, the contracmr shall manbin records which show that the commitment in provide such benefte A enfetcemle, that the`('aim or program is finahaially responsible, and that the Flan car program has been communicated n writing W the laborers a medsanim affected. and records which show the costs anticipated or the actual cost immed in providing such benefits. Commotmi empoyng apprentices or trainees under approved programs shall maintain wribm evidence of he registration ofappreotrowhip programs and certification of trainee programs, the registration of the apprentices and trainees, and the rmin and wage nines prescribed in rice applicable programs. Page 11 of 22 DLI -OB 13-06 --Wgmt 12, 2013 Page 53 local Assistance Pl."ednres Nlaanal F'xhibit 12-G Required Federal -aid Contract language b. (1) The contractor shall submit weekly foreach week in wbeioh any contract work is performed a copy of all payrolls lo the contracting agency. The payrolls submitted shall set out accurately and completely all of ffie 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 transmaltals. Instead Mae payrolls shall only need to include an individually idemifying number for each employee ( e.g. , the last four digits of the empkryee's social setunty number}. The requied weekly payroll information may be submitted in any fawn desired_ Optional Form WH -347 s available to, this purpose from the Wage and Hour Division Web site at httpllwe�w.m7.gwtesatWhd'farnvWh3+FTnstrhtm or its successor site_ The prime contaotcv is respons8ble for the submission of copies of payrol s by all subcontractors. Contractors and subcontractors shall maintain the full a"seo r4n tuber 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 investgatwn or auda of compliance with prevailing wage requirements. it isnot a. violation of this section for a primecanract_x to require a subcontractor to panime addresses and socia se Atrity numbers to the prime con"dwfor 3s wan records. wghwnt weekly submiss`hdn to the contraoiing agency.. (2) Each payroll submitted shall be accompanied by a'Statenent of Ganpfiancie' signed by the contractor or subcontractor or his a bey agent who pays or supervises the payment of the persons employed under the contract and shag certify the following: (i) That the payroll for the payroll period centuries the i nfamaton required to be provided order §5.5 (aj(3)(ii) of Regulations, 20 GFR part 5, the appropriate information is being maintained under §5.5 (a)(1)() of Regulations, 29 CFR part 5,. and that such information is correct and momoie; (I) That each Laborer or mechanic (Ackeding each helper, apprentice, and traineet employed en the contract duraffi the payroll period has been paid the full weekly wagas earned, without micate, eitleer-directly ar indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissiNe deductions as set forth in Regulations, 29 CFR part 3: (iii) Thateaeh laborer or meantime has been paid not less than the applicable wage rates and fringe benefits a cash equivalents for the classification of work peronned, as specified lin the applicable wage determ€uticn incorporated into the comrac[. (3) The weekly submission of a properly executed certification set forth cm the reverse sole of Optional Form WH,'lb7 shall sadsfyffie requirementfastlaniss a of the 'Slow erdof Compliance" required by paragraph 3.b.(2) of than section. (4) The fasdication of any of the above certifications may subject theecontractcr or subcontractor tccivil or criminal prosecution under section 1001 of tide 18 and section 231 of its 31 of the United Stales Code. c. The contractor a subcankactor shall make the moods required under paragraph 3.a. of this section available for inspection. copying, or transcription by authorized represertGxtives of the contracting agency, the State DOT, the FHWA, or vise Deparanent of Labor. and shall permit such representatives to intendew employees owing working hours on the job. If the contractor or subecntractor fails ro srlomitthe required retards or to make them available, the FH WAmay. after vnit ien notice to the contractor, the contracting agency or the State DOT, tate, such actim as may be rrecessary to cause the suspensian of any further payment advance, or guarantee of funds. Furthermore, falue to submit the required records upon request or to make such records avaitasle maybe grounds for debarment action pursuant to 2g OFR 5.12. d. Apprentices and trainees a. Apprentoes; (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 M and individually registered in a bona fide apprenticeship program registered with the U'$. Department of Labor. Employment and Traiwvg Administration. Office of Apprenticeship Traning, Employer and Latia Servrczs, or worth a State Apprenticeship Agency recognized by the Office. or t a person is employed n his or her first 90 days cd probationary erploymentas an apprerNce in such an apprent�shp program, who is not individually registered in the program. but who has teen ceras by tee Office of Apprentxzship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) m be elagitle for probationsy employment as an apprentice. The allowable ratio of apprentices on jcumeymen on lore jab site in any aafttclass radon shag nice be greatr than the ratio permitted to the contractor as to the entre work force under the registered program. Any vorker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less tun the applicable wage rate on lore wage deminaton for the dassifxatiwn of work actually performed. In addition, my apprentice performing wad on the job site in excess of the ratio permitted underthe registered program shall be paid not less than the applicable wage min on the wage detetmigfion for the work a actualfyperfonned. Where a contractor is peienning construction on a project in a loaaliry, othertham that in which its program s registered, the ratios and wage rates (expressed so percentages o`the journeyman's houdy rate) specified in the cont actoes or subcontractors registered. progran shall be observed. Every apprentice must be paid a not less than the rate specified in the registered program for the apprentices 1EVEI of ptsggess, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determiasMon. Apprentices shag be pad fringe benefxs in accordance with the provisions of the apprenticeship program. Hone apprenticeship program does not specifyfriuge, bene%. appuentaces must be paid vire full amount of fringe beneirrts listed on the wage determination for the applicable C135gl radon. If the Adminstrafa determines that a difiament practice prevails for the applicable apprnNice dasgfloadon, fringes shall be paid an accordance msith thatdeteaminatian. In ince event the Office, of Apprentiiceship Training, Employer and Labor Semme, w a Stale Apprenticeship Agency recognized by the Office. withdraws approval of an apprenticeship progcxn, the conbacta will no longer be pemiCcd lo, utlize skin hoes at less than the applicable predetermined rate for the wort per.'ormed until as accepuible program's approved. b. Trainees (programs of the USDOL). Except as prevded 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 pursoad to and Indrvidualy registered in a program which has received Prior approval, e,4denced by forma eertfiearan by the U.S. Department of Labor, Employment and Trawling Administration. Pale 12 of 11 DLA -GB 13-46 3t St 1?, 2013 Page 54 Local Assistance Ptracedures ll%annal F_cieibit 12-G Required Federal -aid Contract Language The Woof trainees tojourneymen on the job site shall not be greater than nominated sander the plan approved by the Employment and Training Administraton. Every trainee musttre paid at not less than the rate specified in the approved program for the tranee s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage dwenniaation. Tramees shall be paid fringe bene% in accordance with the provisions or the trainee program. If the trainee program does rrat mention fringe benefits, tnasees shall be paid the full amount of fringe benefits fitted on the wage deternmatian unless theAdrranistrator of the Wage and Hour Division detentions that there is an appremiicestus program associated w'an the corresponding journeyman wage fate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee fisted on the payroll at a trance rate who is not registered and participating in a training plan approved by the Emp4oyment and TrainingAdministraoen shall be paid rtot less than the applicable wage rate an the wage determinabon for the class fication a work actuatty performed. in addition, any trainee pardoning work on the job site in excess of the rate 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 award the Employment and Training Adminishaterh withdraws approval of a training program, the conhactorwill am longer be permitted to uei¢e trainees at less than the applicamte predetermined rate far the work performed until an acceptable program is approved. c. Equal employment oppohmrYy. The induration of apprentices, trainees and gohmeymen under this part shall be in wnFormy with the equal employment opportunity requirements of Executive Order 11265, as amended, and 29 CFR part 30. d. Appxntces and Tramres iprogaanz of the U.S. DOT). Apprentices and trainees waking under apprentseshp and skill training programs which have beer, certified by the Secretary Or Transportation as promoting EEO in connection with Federal -aid highway conspoction programs ore not subpeet to the mquimmeres of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees ung such pogroms will be este (shed by the particularpragmms. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the toms of the particular program_ 5_ Compliance with Copeland Act requirements. Theccvntractor shall comply with the requirements of 2g CFR part 3, which are hmmi rated by reference in this contract S.Subeontracts. ThewnuaotmmsubconmadwshaDinsert Form FH WA -1273 is anysubram racts and also require the subcontractors to include Form FHWA-127& in any lower ear subcan+iacc. The prime contractor shall be response for the compliance by any subcontractor or lovaer ties subcontractor with all the contact clauses in 29 CFR 5.5. 7-Contractterminafion:debarment. Abreachofthewntmct clauses in 29 CFR 5.5 maybe grounds forternination of the wntact, and fn debarment as a axsi Drand a subconbaciw as pmvided in 2g CFR 5-12 B. Compliance with Davis -Bacon and Related Act requirements. All rulings and nteepretations of the Davis -Sawn and Related Acts ommimed in 214 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. B. Disputes concerning labor standards. Disputes arising out of the lata sttrseards previsions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the pooedures of the Department of Labor set forth in 2g CFR parts 5. 5, and 7. Disputes within the musing of this c9au.e include disputes between the contractor for my of his subcon nedars) aid the contracting agency,. the U.S. Depa*frnent of Labor, or the employees or their repreeermatves. 10. Certification of eligibility. a. By entering into this contract• theorntractor certifies that neither a Over he Or she) nor any person or firm who has an interest in the cantrackds fine is a person or Sam ineligible to be awarded Government carmacts by virtue of section 3(a) of Coe Da%fs-Bann Act or 2g CFR 5.12faj(1). b. No pair of this contract shall be subcontracted TO any person or firm ineligible for award of a Owemment contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5,12(a)(1). b The penalty 'or making Me statements is preser$ed 1n the U.S. Criminal Code, 18 U.S.C. 10131, V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following dauees apply to any Federal -aid construction contract in an amount in excess of 8100.000 and subject to the werome provisions of the Contract Work Hours and Safety Standards Ant - These clauses shall be inserted in add ificn to the clauses required by 29 CFR 5.5(a) or29 CFR 4.0. As used in this paragraph, the terns laborers and mechanics include watcFonen and guards, t.OveRime requirements. Normntractar err sutxorttraolor conVactog for any pat of the contact work which may require err Involve the employment offaborers 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 N Xas in such workweek unless such laborer or mechanic receives compensation a a rate not less than one and one-half times the basic rate of pay fon a➢ hours worried in euess of foray hours in such workweek. 2 Yalation; Ilabilityforunpaid wages: liquidated damages. In the event of anyvtolsoon of the disuse set forth in paragraph (1.) a: this section, the wntracto and any subcontractor responsible therefor shall be liable for the unpaid wages. in addition, such contractor and subcontractor small be liable to the United States [n the Dane of wont Once rrsdermntract for the District of Columbia or a territory, to such District or to such tsritwy), for liquidated damages. Such liquidated dames shall be computed with rospect m each individual taborer ormechalni , including watchmen and guards, employed as violation W the clause setfcnh in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required Or permhtedto work in excess of the standard workweek of forty noun witout payment tithe owenime wages required by the clause set forth in paragraph 11.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA w the cautioning agency shall upon its won action or upon wriaon reyzrest of an authorized micresentative of the Department of Labor withhold err cause to be witeheld, from any moneys payable an account of work performed by the contrador or subwntracmr tender arty such contract or any other Federal cannot with the same Frage 13 of 22 DLI -OB 13-06 August L2.2_013 Page 55 Local Assistance Procedures ➢baual Fsbjbit 12-G Required Fedettil-aid Contract Langltage prime contracka, or any otherfederally-assisted contract subject to the Centrad Work Hours and Safety Standards Act, which is held by the same prone contractor, such sums as may be determined to be necessaryto satisfy any liabilities of such contractor or suboononotor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. S ubcontracts. The contractor or subcontractor shat insert in any subcontracts the dauses set forth in paragraph (1.) through (4.) of Ws section and also a clause requiting the subcontractors to ate these dames in any lowertain subcontracts. The plane conbacta shall be resporeible far compliance by any subcontractor or lower tersulbomtracsm with &a clauses set forth in paragraphs (1.) though (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid contortion contracts on the National H;paway System 1. The omntra:torshall perform with As own organization contract wok amounting to not Less than 38 percent (or a greater percentage if specified elsewhere in the conhad) of the total Original contract price. exchn ing any specialty towns designated by the contracting agency. Specialty items may be performed by subconttot,and the amount of any such specialty items peerfamned may be deducted iron the total original murmur once before computing tee amount of wort, requireed to be performed by Tae contractors awn organization (23 CFR 835.716). a. The term -perform work with its own organization refers to workers employed or leased by the prime cantradcr, and equipment owned or rented by the prime contractor, with owithmd operators. Such term does not include employees or equipment of a subcontractor lower tip subcontractor, agents of Tse prime oontrador, Or any other a 5s toes. The term may include payments for the costs of hirkV leased employees from an employee leasing tam nose" at reLevant Federal and Slate regulatory requiremarm Leased employees may otdy, be kacluded k this term Athe prime contractor meets of tithe following conditions: (u) the prime comoac3m moreover control over the supcsvision of the day-to-dayadvi ies of the ]eased wnployees; (2) the prime contractor remains respohsatie for the quality of the smear of tike heated employees; y3) the prime contractor retains all powerto accept Or exclude inawiduaa employees from weds on the project and (4) the prime OanYacto remainsutmatehy responsible forthe payment otpredetermined min4ma n wages, the submission of payrolls, statements of compliance and all other Federal regula[my requirements. b. -Specialty Items' shall be continued to be limited to wank that requires highly spe ialhsd know#dge, aliftes, Or equipment not ordinarily available in the type d contractayf ogaaizatims qualmed and expected to bid m propose on the contract as a whow and in genera9 ate to be united to mhorcomponents of The Overall sumer. 2- The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cot OFmaterial and manufactured products wtdch are to be purchased or produced by the ceatrasier mider the eomiact pnvsimas. 3_ The contractor shall furnish (a) a competent supeintndent or supervsa whom employed by me firm. has full authority to direct performance of the work in accordaree with the contract requirements, and is in charge of all emstructon operatim ss (regardless of who peromts the work) and (b) such other of ds own organizations] resources (supervisor, management, and eigmearlma services) as the coonactahg 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 oFcer, Or authorned representative, and such ca mserd when given shall not be eanscued to relieve the contractor of any responsWitq for the the contracting agency h assured that.nach subcontract given onus the contrating agency has assured that each su6emrtract rs evidenced in will and that it contains all pertinent pmwisios and requirements of the prime contract 5. The 30%sell-performance requirement of paragraph (1) is not applicable to design-bkdd con..trads; however, contracting agencies may establish thea own self -performance requirements. VII. SAFETY: This provision is applicable W all Federal -aid construction contracts and to all related subcontracts. I. In the performance of this contract the contractor shall comply with of applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR &.S). The contractor shall provide of; safeguards, safety devices and protective equ;xnent and take any other needed axions as d determines, or as ttw contracting officer may debeirnkle, to be MoSintablyneceasary to ported the I'de and health of empoyees on the job and the safety, of the public and to protect property o connection will ate performance of ere work cowered by thercmntrud. 2. k is a condition of Him contract, and shall be made a co nartion of each subcontract. which the contractor enters not, plusuant m this contract, that the camisole and any subcontractor shat notpennd any employee„ in perfunnance of the contract to work is surroundings orunder corrosions which are unsanitary, hazardous or dangerous to Usher health or safety, as determined under construction safety and heath standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 197 of the Contract Wad Hours and Safety Standards Ad (40 U.S.C. 3794). 3. pursuant to 29 CFR 1926.3, it is a condition of this mntrad that the Secretary ofLabor or authce¢ed representative thereof, shall Five right of entry to any see of contract parformain a to inspect or investigate the matter ofcompfaaeme wsh the construction safety and health standards and to carry out the duties of the Secretary under Section 107dthe ContractWork HoummdSafetySiandmdsAm (40 U.S.C.3704). Vill. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This pmvisim is applicable 1a 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 speci5cadons and a Ifig h degree Off rehato ky on statements and representations made by engineers, centracct_m suppliers, and millers on Federal highway projects, d is essential Haat all persons conceme l with the project perform theirndions as oarefsSy, mordghly, and honestly as possible. WWul faksihomm, distortion, Or misrepresentation w4h resped to my fads related to the project is a vfdation of Federal lawn. To prevent any misunderstanding regardeg the seriousness of and similar ads, Form FHWA-1022 shall be posted on each Federal -aid highway prjec(23 CFR if in one ormore places Page 14 of 22 DL -1 -OB 1-1-06 All 12, ^_013 Page 56 Local Assistance Procedlures lLannal DEW LI -G Required Federal -aid Contract Language where it is readily available In ag persons concerned with the pm ec : 1B U.S.E. 1030 reads as follows: 'Whoever, being an officer, agent, or employee of the united States. o of any State or Territory. or whoever, whethera person. association, frrn, oraerporadon, knowingly makes. any €alse statement, fafse representation, or rase report as to the character, quality, quantity, or cent of the material used oft be used, all the quantity or quality of the work performed or to be performed, or the cost thereof in caemavion trih the submission Of plans, maps. specifications, comraots, or costs o€construrction on any highway o related project submitted for approval to the Secretary of Transportation: or Whoever knowingly makes any false statement, fake representatlon, false report or false dam with respearto the character, quality, eplantiy, or cost of any work performed ort be peronned, or materials furnished or to be funs -shed, in cwurecUon with the construction of any highway or related pmjed approved by tis-- Secretary, of Tr aspodaton; or Whoever knowingly makes any fake statement orfalm representation as to material fact in any statement, certificate, or report submitted mumu are to provisions of the Fede.14, i Roads Act approved duly 1, 19 10, (3a Stat, 8551, as amended and supplemented; Sbal be wined under thistide or anpr soned not more than 5 years or both.' IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This pmvismn is applicable m all Federal -aid construction contracts and m all related su bacrdracts. By submission of this b53rprol l or the exec rcon of the contract. or subcontract, as appmlocare, the bidder, proposer, Federal -aid construction contractor, or subeanbadw, as appropriate, all be deemed to have stipulated as follow: L That any person who is or will be uslieed in the performance of this ccrorms is not pmhtibd from receiving an award due to a violation of Seddon 508 of the Cleats Water as or Seel 30d of me Clean AirAet 1 That the cortrwAoragrees to include or cause robe ixhakd the requirements of paragraph (1) of tris Section X au every su awntram and father agrees to take such action as the contracting agency may direct as a means of enmrs:kg such requirements, X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design-huid contracts, subxotta its, Rawer -tier sutrddmmds, purchase orders, lease agrexnents, consultant conttacts or any other covered transaction requirg FHWA approval or lima, is estmale l to cost 325,000 or more — as defined in 2 C FR Parts 180 and 1200, I- Instructions for Certification— First Tier Participants: a. By signing and submitting this proposal, the prospective, first tierpartclpant is providing the certfioafion set out below. DLI -OH 13-06 Page 57 It, The stability of a person to crowds the certificaum set out below will not neeessarity result in denial of participation in this covered transaction. The prospective first tierparHdpardshag submit an explanation ofwhy it cannot prowde the certification set out blow. The eertlFcatoo or explanation will be consmered in connection wrih the department or agenco determination Machu to enter"raa this transaction- Howenrer, fature of th prospecove fast Off partidpani to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification m this clause is a material representation of fact upon which reliance was placed when the contracting agency determined m enter into this transaction. If if is later determined that the prole- a pardopant knowingly rendered an erroneous cerafcation, sn addition to other remedies av33able to fine Fedecd GammmeM, the contracting agency may to murrabe this transaction iw rause of defy t, d. The prospective first tier paticipant shag provide immediate written nctce M the contracfing agency to whom theproposal is submited if any fame the prospective first tier particg ant leans teat its certification was enormous whes, submitted or has hecone emoneous by reason or changed prcims anccs- a. The terms'cwrered transaction,"debarred,"suspended, "indigt#e,"'paetisrpant,"'person," 'Pirbapai,`and'Loluntarily excluded: as used in this da ase, are defined in 2 CFR Pate 180 and 1200. 'Fast Tier Covered Transactiorus'refers to any covered transaction between a grantee ce subgrantee of Federal funds ad a parfripant (such as the prime o general centrad}. 'Lower Tier Covered Transactions' refersro any covered transcol under a First Tier Cevered Transaction (such as subcontracts). 'First Tier Participant' refers to the participart v*. has entered into a covered transacton with a grantee or subgrameo of Federal funds (such as the pnmeorgeneml cord acmrl. 'LowerFier Partidparrt" refers any p3mc pad who has entered into a covered transaction With a First Tier Participant er other Inner Tier Participants (such as subcontractors and suppliers). f. The prospect tsfrst tier participant agrees by submiting this proposal that, should the pmpmad covered uansacton be entered redo, 3 shall trot knowinglyenter int any beffberco,mced transaction with a person who is debaned, suspended, declared ineligible, orvduntar excluder] from participation a this ravened transaction, unless authorted by the department or agency entenng koro this transaction, g. The prospective first trey participant further agrees by submigig this proposal that it will include to clause titsd 'Cerifficatsn Regarding Debamuent, Suspension, IneTgibiliq and Voluntary Exdusam-Lower Ter Covered Trmsacfons.` provided by the department or connecting agency, errWring into this annexed transaction, without modfxation, in all lower tier octreced transactions and in all sdicifaddass for lower ter coveted transactors exaeedng the $25.1)00 threshold. h. A participant in a dowered transaction may rely upon a certikedon of a prospective pankdpaot in a lower tier covered transaction that is not debarred, suspended, ineligible, or volunbMy excluded from the cohered transaction, tress it knows that tie certification is enrrsous. A participant is respons3+Befor ensuring that its p-aneipais are not suspended. debarred, orofierxise neighle to patcipate as cowered transactions. To verily the e9igibility of its principals, aswell as the eligibTay of any Inner tier prospective participants, each patcipant may but is not required to check the Excluded Polies List System website Ihtmm. nu verlseoe.7, which is clempaed by the General Services Adn nistration- i. Nothing contained sit theforegoing shall be mnstned id require the esulushmentof a system of records in oder to render m good faith the zsrtiFoatior required by this clause. The knovnedge and August 12, 2011 Local A. dstwre Frocedw,es Nimanal Eshillit 12-G Required Federal -aid Conurart Lwgmge inromvttas of the prospective participant is not required to exceed that wl dh is ncnnafly possessed by prudent person in the ordinary mune of business dealings. j. Except fw bansaabom audorized under paragraph (fj of these instructions. fi a particyard in a mused transaction knowingly enters into a lower her covered transaction with a person who's suspended, debarred, cnelipible, or voluntarily excluded from participation in this transaction, :n addition to artier remedies mailable to the Federal Govemment, the department Or agency may teammate this transaction for cause Or default. 2. Certification Regarding Debarment Suspension, Ineligibility and Voluntary Exclusion - First Tier Participants: a. The prospective firm ter partic{aam cedvfies to the best 01 its knowledge and belie€, that it and its principals: (1) Amnotpms *debamed,smpended,prapwedfor debam mL declared ineligible, OrvolumanTy excluded from participating in covered transactions by any Federal department or agency: (2) HawMwAhinathnee-yearparicdprecedingthispmposal been convicted of or had a dvil 019ment rendered against then for commission of fraud err a criminal offense in coameoticn with obtaining, abemptig to Obtain, or performing a puflc (Federal. State or local) banzacbon or conaact uindera public tra nsBtion: violation of Federal or State ankrust statutes or commission of embezzlement then, forgery, bidbe y. faislPaation or destruction of records, noting false statements, or receiving siren property: (3) Are not presently indicted lor or Otherwise criminally a cNAy charged by a governmental entdy (Federal, State err local) with commission of any of the offenses enumemad in paragraph (a)(2) of the certification; and (i) Havenotv/dhinathr .yry rpoiDdprecedingths appiicariomproposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective parimpan is unable to cerfify to any of the statements in this cerk0caboo, such prospective partmpraadsha5 attach an explaratxn to this proposal. 2. Instructions for Certification - LawerT'rer Participants: (Applicable to all subcontracts, purchase Orders and Other lower tier transactions requiring prior FA MAapproval orestimated to cost $25,000 or more - 2 CFR parts 180 and 1200) a. By signing and submitting this proposal, the pmepedim lower he is pmvbing the cer ficatkin set out below. It. The certficatron in this clause is a material representaton of fact upon which reliance was placed when this transaction was entered into. If it is later dete±m'ased that the prospective lower tier particgaant knowingly rendered an eroneeus ced ficatim, in addition M Other remedies available W the Federal Govemmet, the department, or agency wcth which this transaction originated may pursue available remedies, including suspensor andor debament c. The prospective lower tier participant shelf provide immediate written nOtce to the person to which this proposal is submitted if at any time the prospective lower tier participant learns mat i6 ceniicatiwe was enmeous by reason of changed cimunur rcm. d. The temw'covered Vansacfim," "debarred; 'suspended,' 1refigible, 'participant, 'person,"prkciPal,'and'voluntarily excluded,' as used in this clause, are defined in 2 CFR Pares 1 Bo and 1200. You may cormtt the person to which this proposal is sulan,Mad for assistance in Obtaining a copy of those regulations. 'First Tier Covered Transactions' Warsto any covered transaction between a grantee or subgrantee of Federal fundsand a participant (such as the prime or general conoact). 'Lower Ter Covered Transactions Werr to cry covered transaction under a First Tie Covered Trm acton (such m subcantrads). girst Tmirloartiopaof refers to the paniivinantwho has en onxi lode a covered transaction With a garners Or subgrantee of Federal funds (such as the prime or general mnoacior}. 'Lower Tier Participant' refers any pardepart who has entad! into a covered transaction With a First Ter Partcipant or other LawerTier participants (such m subcontractors and suppimrs). e. The prospective lower ter participant agrees by sutmittig this proposal that, should the proposed covered transaction be emend ido, If shall cot krmwingky enter mo any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authotaed by the department or agency with which the, transaction originated. f. The prospective lower tier participant further agrees by submitting this praposg that it will incode this clause titled 'Cedificatxxn Regardig Debaonent, Suspension, Ineligibility and Voluntary Excliuz'z:o-LowerTer Covered Transaction." wdxrut moafioab n, in all ower tier covered bareacdnre and in all sal Okabo ns for laxer tar covered transactions exceeding the $25,070 threshold. g -A participant in a covered transaction may rely upon a certfication of a prospective participant in a Power tier covered transaction that is not debarred, suspended, ineligible, Or voluntarily excluded from the covered transaction, esiew a knows than the certification is erroneous. A partxipard is responsible for ensuring that its pracipals am no suspended, debarred, or otherwise ineligible to participate i covered transactions. To verify the eligibility nits prsncpa's, as well as the eligibTiy of any lower tier prospective participants, each participant may, but is not required to, check rhe Excluded Panics Liu System webspe {ktrys'.'; noir' de's- roc }, which is cesnpled bythe General Servies Adm0nis6ation. h. Noth ng contained in the foregoing shat be construed to require wrablishmem Ota system of records in order to render in good faah the cerld catim required by this cause. The knowledge and. information of participant is not required to exceed that waren is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph a of these iatructivas, ha participant in a covered oansae+l«a knowingly asters into a lower Ver covered transaction with a person Who is susperaed. debarred, inefg:ble. Or voluntarily excluded frau participation in ths Transaction, in addition to other remedws available to the Federal Government the department or agency with which this trarsactan originated may pursue mailable remedies, including suspension andtor debarment. Certification Regarding Debarment Suspension, ineligibility and Voluntary Exclusion -Lower Ther Participants: 1. The prospective Imertimpaticipantcertil by submssion Of this proposal, that nether rt narks principals is prese tlydebaned, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department Or agency. Page 16 of 22 DLA. -OB 13-06 Angvst 12,2013 Page 58 Laval 9ssistaftre Procedures Manual 2. Where the pmWevfim borer boo participantis unable to cetfityto any of the sbtemens in this cemSeaton, such prospective pardiapant shall attach an caplanation to this proposal. Ill. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This praviwon is applicable to all Federal -aid construction ooadracts and to at related subcontracts wiruch exceed $100.01D0 J40 CFR20} 1. The prospective participant certifies, by signing and submitting thus, bid or proposal, to the best of his or her knowledge and betel, that a. No Federal appropriated funds have been paid or will be pad, by or on behalf of the uedempned, In any person fcvinfluenang or attempting to influence an officer or employer eany Federal agency, a Member of Congress, an officer oremployee of Congress, oran employee of a Member of Congress in connection wMh the awarding o€any, Federal contract, the making of any Federal grant 0m making of any Federal ban, it* errieft into or any cooperative agrewrowit and the extension, continuation, renewal, amendment, or modification of any federal contract Brant, loan, a cooperative agreement b. If any fund otherthan Federal appropiiatedfunds have been paid or wits he paid to any person for influencing or anarnpang to influence an oneer or employee of any Federal agency, a hiemher of Congress, an officer or employee of Congress, or an employee of a Memtier of Congress in connection erilh this Federal contract grant, loan, or cooperative agreement the undersigned shall complete and subml Standard Fame -LLL, "Discbeure Form to Re; onL yagg; in accordance with its instructions. 2. This certification is a material repeesemation of fact upon which reliance was placed when this transaction was made or<nmmd into: Submisskio of this certification is a prerequisite for makaV or entering into this transaction knposed by 31 US.C. 1352. Any person who fails to file the required osatiOoarim shall be subpeet to a civil penalty Orion less than $10,000 and not more than $700.000 for each such falure. 3. The prospective partsSpant also agrees by submitting as bid or proposal that the participantshaS rew"re that the language of this certfiiar6on be included in at lower tiersubconbacts, which exceed §100,000 and that all such recipierits shall certify and disclose accordingly. Fsbibit 12-G Federal -aid Contract Lansna ee Page 17 of 22 DLI -013 13-06 August 12.2013 Page 59 7-17 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." SECTION 8 — FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES 8-2.1 Class "A" Field Office Add the following The Contractor shall furnish the field office and share it with the City's Construction Management staff. The City will provide the Contractor with a site, on the Islands, on or near Park Ave, to place the Contractor's Field Office. The Contractor shall be responsible for coordinating/securing utility services and connections. Power usage for the field office shall be metered. Payment of actual electricity bills will be the Contractor's responsibility. On -Site temporary sanitary facilities (i.e. port -a -potties) placement location shall require the City's pre -approval prior to the Contractor bringing on-site. The Contractor shall be responsible for daily cleaning services. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be Page 60 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: Item No. 1 Mobilization and Demobilization: Work under this item shall include preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of Class "A" field office and other facilities necessary for work on the project; for securing necessary permits, providing bonds, insurance and financing; preparing the SWPPP and BMP Plan, water pollution control, implementation of mitigation measures, Project Biologist, pre/post construction surveys; Health and Safety Plan (HASP) & implementation; condition survey, inventory, and documentation (pre & post construction); construction schedule; temporary utility services and usage fees; temporary construction fencing with screening; spraying of the existing bridge of black beetles; monthly 1 -hour progress meetings with the residents at City facility on Balboa Island; and all other related work as required by the Contract Document; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract work items on the project site. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Controls: Work under this item shall include traffic control, construction signing and traffic maintenance and shall comply with the provisions of Subsection 7-10 of the Standard Specification; Section 12, "Temporary Traffic Control', of the Caltrans Standard Specifications; Part 6, "Temporary Traffic Control', of the California Manual on Uniform Traffic Control Devices; Work Area Traffic Control Handbook (WATCH); the project traffic control plans; and these Special Provisions. In addition, this item includes, delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents, if required, preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, and where applicable, detours, signs, barricades, and changeable message signs, flagpersons, temporary chain link fence. This item includes furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing, placing, maintaining, repairing, replacing and removing barricades, portable delineators, portable flashing beacons, construction areas signs, channelizers, telescoping flag trees, traffic cones, portable changeable message signs; and temporary pavement markings, as shown on the plans, as specified in these special provisions, as directed by the Engineer, and as necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Traffic Handling/Traffic Control System shall include full compensation for the following items: Page 61 1. The cost of furnishing all flaggers, including transporting flaggers, to provide for passage of public traffic through the work under the provisions in sections 7-10.2.1, "Public Convenience," and 7-10.2.2, "Public Safety". 2. The cost of stationing two (2) crossing guards, with flagger certification, al the Marine Avenue/Balboa Avenue intersection to assist and direct pedestrian traffic when the temporary bridge is open for public use for the following durations: L Between the hours of 9:00 AM and 6:00 PM, daily, for a week before and a week after the Easter Holiday, between Memorial Day 2016 and Labor Day 2016, and during the Thanksgiving Holiday week. ii. Between the hours of 7:00 AM and 9:00 AM and between 3:30PM and 5:30 PM for the rest of the construction duration. 3. Custom construction area signs and red curbing shown on the plans, signs required for traffic control system for lane closure and other construction traffic control signs specified in these special provisions and plans. 4. Construction area signs required for the direction of public traffic through or around the work and for erecting or placing, maintaining (including covering and uncovering as needed) and, when no longer required, removing construction area signs at locations shown on the plans. 5. Removing, salvaging, reconstructing, relocating or resetting of roadside signs. 6. Providing pedestrian facilities. 7. Removing temporary traffic stripes and pavement markings. 8. Traffic control systems for lane closure, including placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system. Item No. 3 Survey Services: Work under this item shall include providing survey services, by a California Licensed Land Surveyor, for staking as needed to construct the improvements, reestablish of centerline ties and corner monuments, and all other related work as required by the Contract Documents. Item No. 4 Condition Survey, Inventory, and Documentation of Nearby Homes (Pre&Post Construction): Work under this item shall include furnishing all labor, materials, tools, equipment and all incidentals for doing all the work to physically video document the interior and exterior conditions, before and after, the bridge construction, noting such items as: walls, floors, hardscape, glass, windows, fencing, doors, patio, gaps, cracks, etc., and other items to establish the basis of Page 62 discussions upon completion. Work shall include coordination, field work, documentation and reporting, as shown in the plans, and as directed by the Engineer. No additional compensation shall be allowed therefore. REMOVALS, RELOCATIONS, AND ADJUSTMENTS: Item No. 5 Unclassified Excavation and Disposal: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved, for removing the existing pavement section for the construction of the proposed improvements, hauling, export, disposal fees, saw cutting, existing AC and PCC pavement section removal, including base materials, disposal of material, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Unclassified Excavation shall only be paid for once for a given volume of material and no additional compensation shall be allowed for additional moving or stockpiling. Item No. 6 Remove/Dispose of Existing PCC Curbs, Gutters, and Sidewalk: Work under this item shall include the following: Remove Concrete Curb & Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, including sawcutting related to existing curb and/or gutter removal, and all other incidentals, labor, equipment, and work items as required to complete the work in place. Removal of curb and widened gutter at local depressions shall be paid for under this pay item. Remove Sidewalk: Work under this item shall include removing existing sidewalk and curb ramp improvements, sawcutting, disposal, and all other incidentals, labor, equipment, and work items as required to complete the work in place. Removal of curb ramps shall be measured and paid for as Remove Sidewalk, and shall including sawcutting, removal and disposal of concrete curb ramps and detectable warning surfaces, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Complete removal of underlying subgrade or base (if any) shall be included in Remove Sidewalk no additional compensation will be allowed therefore. Item No. 7 Remove 4" ACP Water Pipe: Work under this item shall include full compensation for furnishing all labor materials, tools, equipment, and incidentals and for doing all the work involved in Remove pipe, including removing of the existing water pipe for the length specified in the plans, protection of existing pipe, protection at new pipe connections, excavation, waste disposal, plugs/caps, complete removal of reinforcing steel, underlying bedding material, subgrade, base or slurry (if any), specialized handling, and hazardous/asbestos material Page 63 removal and disposal of pipe as shown on the Plans, as specified in the Standard Specification and these special provisions, and as direct by the Engineer. Item No. 8 Remove 6" ACP Water Pipe: Work under this item shall include full compensation for furnishing all labor materials, tools, equipment, and incidentals and for doing all the work involved in Remove pipe, including removing of the existing water pipe for the length specified in the plans, protection of existing pipe, protection at new pipe connections, excavation, waste disposal, plugs/caps, complete removal of reinforcing steel, underlying bedding material, subgrade, base or slurry (if any), specialized handling, and hazardous/asbestos material removal and disposal of pipe as shown on the Plans, as specified in the Standard Specification and these special provisions, and as direct by the Engineer. Item No. 9 Remove/Dispose of Existing Storm Drain Facilities: Work under this item shall include the following: Remove Storm Drain Pipe: Work under this item shall include full compensation for furnishing all labor materials, tools, equipment, and incidentals and for doing all the work involved in Remove pipe, including removing of the existing storm drain pipe for the length specified in the plans, protection of existing pipe, protection at new pipe connections, excavation, disposal, brick & mortar plugs, complete removal of reinforcing steel, underlying bedding material, subgrade, base or slurry (if any), removal and disposal of pipe as shown on the Plans, as specified in the Standard Specification and these special provisions, and as direct by the Engineer. Remove Lateral Pipe: Work under this item shall include full compensation for furnishing all labor materials, tools, equipment, and incidentals and for doing all the work involved in Remove lateral pipe, including removing of the existing pipe for the length specified in the plans, protection of existing pipe, protection at new pipe connections, excavation, disposal, brick & mortar plugs, complete removal of reinforcing steel, underlying bedding material, subgrade, base or slurry (if any), removal and disposal of pipe as shown on the Plans, as specified in the Standard Specification and these special provisions, and as direct by the Engineer. Remove Catch Basin: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing existing catch basin in its entirety, including underlying base material (if present), including the construction of brick and mortar plugs and abandonment seals, and also including disposal of materials, trenching, excavation, backfill, and protection of adjacent utilities as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Remove Area Drain Inlet: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing existing drain inlet structure in its entirety, including underlying base material (if present), including the construction of brick Page 64 and mortar plugs and abandonment seals, and also including disposal of materials, trenching, excavation, backfill, and protection of adjacent utilities as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 10 Remove/Dispose of Existing Landscaping and Irrigation: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing of the landscape planter, including the planter box walls and bottom, the plantings, irrigation, trees, shrubs, dirt, and all other planter items in its entirety, hauling, disposal, and incidentals, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Remove/Dispose of Existing Landscaping and Irrigation shall in Remove Tree. Work under this item shall include, but not limited to, cutting and complete removal of trunks, branches, stumps and roots, hauling, disposal, restoration and replanting of removal areas, and incidentals, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. No additional payment for restoration of adjacent trees, roots, grass. Item No. 11 Remove And Reconstruct Monument Wall With Salvaged Sign: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing of the existing monument wall, in its entirety, hauling, disposal; salvaging the existing "Little Balboa Island" sign; and reconstructing the monument wall and installing the existing sign, at its new location; and shall include all concrete, reinforcement, joints, finishes, curing, painting, forms, foundations, mounting hardware, and all other incidentals, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. TEMPORARY BRIDGES: Item No. 12 Temporary Utility Crossing: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for designing, furnishing and installing a fully -engineered clear span temporary utility crossing, bridging the canal, including but not limited to, structural design, installation, maintenance, and removal once utilities are relocated back onto Park Avenue bridge, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 13 Install/Maintain/Remove Temporary Bridge: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for furnishing and installing a fully -engineered simple span 700XS Acrow Panel Bridge, or approved equal, of modular galvanized steel construction (panel type) temporary bridge, including but not limited to, structural Page 65 design, installation, maintenance, and removal once Park Avenue bridge is re- opened, replacement of existing handrail that may need to be removed for the installation of the temporary bridge, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. BRIDGE STRUCTURE IMPROVEMENTS: Measurement and payment for bridge items shall conform to the requirements in Section 9, "Payment", of the Caltrans Standard Specifications and Section 317, "Bridge Structure", of these Special Provisions. Items for bridge construction are: Item No. 14 Bridge Removal Item No. 15 Structure Excavation (Bridge) Item No. 16 Structure Excavation (Retaining Wall) Item No. 17 Structure Backfill (Bridge) Item No. 18 Structure Backfill (Retaining Wall) Item No. 19 Temporary Sheet Pile Cofferdam Item No. 20 24" Cast -In -Drilled -Hole Concrete Secant Piling (Stage 1) Item No. 21 24" Cast -In -Drilled -Hole Concrete Secant Piling (Stage 2) Item No. 22 30" Cast -In -Drilled -Hole Concrete Piling Item No. 23 Seal Course Concrete Item No. 24 Structural Concrete, Bridge Footing Item No. 25 Structural Concrete, Bridge Item No. 26 Structural Concrete, Retaining Wall Item No. 27 Structural Concrete, Approach Slab (Type EQ) Item No. 28 Drill and Bond Dowel Item No. 29 Furnish Precast Prestressed Concrete Girder (30'40') Item No. 30 Erect Precast Prestressed Concrete Girder Item No. 31 Joint Seal (MR 1/2") Item No. 32 Bar Reinforcing Steel (Epoxy Coated) (Retaining Wall) Item No. 33 Bar Reinforcing Steel (Epoxy Coated) (Bridge) Item No. 34 Headed Bar Reinforcement (Epoxy Coated) Item No. 35 Structural Shotcrete Item No. 36 6" Welded Steel Pipe Casing (Bridge) Item No. 37 16" Welded Steel Pipe Casing (Bridge) Item No. 38 Concrete Barrier (Special) Item No. 39 Bridge Lighting STORM DRAIN FACILITIES IMPROVEMENTS: Item No. 40 Remove/Dispose Of Existing Rip Rap: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved, for removing the existing rip rap for the construction of the proposed improvements, hauling, export, disposal fees, existing rip rap section removal, including filter fabric/geotextile materials removal, disposal of material, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Page 66 Rip rap removal shall only be paid for once for a given volume of material and no additional compensation shall be allowed for additional moving or stockpiling. Item No. 41 Make Seawall Storm Drain Penetration (For 12" Dia RCP): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for constructing pipe penetration through the existing seawall, coring a hole in the existing seawall for the outlet of a RCP storm drain pipe, and shall include, but not limited to, exposing seawall in advance of coring operations, shoring, bracing, temporary controlling water, installing pipe, installing sealer, temporary and permanent support of utilities, disposing of excess cored materials, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 42 Furnish and Install 12 -Inch Tideflex Checkmate Check Valve: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing storm drain check valve, including, but not limited to, fittings, installing with piping, temporary and permanent support of utilities, and incidentals as shown on the Plans as specified in the Standard Specifications, and as directed by the Engineer. Item No. 43 Install 12 -Inch RCP (D-2000): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing all RCP storm drain pipe materials, including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, installing pipe, installing external joint sealer, placing bedding per City of Newport Beach Std Plan 106-L, crushed miscellaneous base, backfill, compaction, fittings, connecting to existing facilities, removing, abandoning or protecting interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposing of excess excavation materials, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 44 Install 6 -Inch PVC Pipe (SCH 80): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing 6" PVC pipe, Schedulue 80, and all pipe material including, but not limiting to, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, the application of sealers, placing bedding per City of Newport Beach Std Plan 106-L, compaction, fittings, connecting to existing piping, joints, elbows, disposing of excess excavation materials, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Page 67 Item No. 45 Construct Curb Inlet Type OL -A: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for constructing P.C.C. Curb Inlet Type OL -1 per City of Newport Beach Std Plan 305-L, including, but not limited to, excavation, disposal, subgrade compaction, installing the frame and cover, installing the storm drain stub out (where applicable), reconnection to the existing storm drain, installing storm drain filters, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 46 Construct Curb Inlet Type OL -A (Modified): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for constructing P.C.C. Curb Inlet Type OL -1 per City of Newport Beach Std Plan 305-L with modified catch basin width, including, but not limited to, excavation, disposal, subgrade compaction, installing the frame and cover, installing the storm drain stub out (where applicable), reconnection to the existing storm drain, installing storm drain filters, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 47 Construct Manhole # 2: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for constructing P.C.C. manhole per City of Newport Beach Std Plan 307-L, including, but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, concrete, reinforcement, installation of base, shaft, steps, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. LIGHTING IMPROVEMENTS: Item No. 48 Install Street Lighting And Electrical Systems: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing lighting and electrical systems; for removing these systems; salvaging; for temporary systems; shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems as shown on the plan, as specified in these specifications and the special provisions, and as directed by the City Engineer, conduit, pull boxes and wiring; excavation and backfill; concrete foundations; furnishing and installing electrical services pedestals; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the street lighting and electrical systems, shall be considered as included in the price paid for the systems and no additional compensation will be allowed therefor. WATER FACILITY IMPROVEMENTS: Item No. 49 Install 8 -Inch Water Line and All Other Water Related Items: Work includes the following: Abandon Existing Fire Hydrant: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for abandoning existing Fire Hydrant Assembly, including, but not limited to, removing sidewalk or other surface material, potholing, excavation, disposal, removal of existing fire hydrant riser and bury; salvage and return hydrant head to City of Newport Beach; removal of the main line fittings and valve, sleeve in replacement ductile iron pipe; installation of temporary and permanent asphalt concrete or concrete paving/sidewalk and restore any other physical features affected by the work; and as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Install & Remove Temporary 8" PVC Butt -Fused Pipe (C-900, DR -14): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing temporary 8" PVC (C-900 DR -14) water pipe and removing once permanent pipe connected and installed, and all pipe material including, but not limited to, pipe, elbows/bends, adapters, tees, crosses, fittings, connecting to existing piping, joints, fusion joints, trench excavations, shoring, bracing, temporary patching or trench plates, clamps, pipe support assembly, controlling ground and surface water, bedding, compaction, disposing of excess excavation materials, testing/inspection, appurtenances, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Install 8" PVC Butt -Fused Pipe (C-900, DR -14) with Force Balanced Flex -Tend and 1" Air Release Valve Assembly: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing 8" PVC (C-900 DR -14) water pipe with force balanced flex -tend and 1" air release valve assembly, including all pipe material including, but not limited to, pipe, composite manhole, elbows/bends, 6" pipe pieces, reducers, adapters, tees, crosses, fittings, connecting to existing piping, joints, fusion joints, seals, tracing wire, warning tape, valve, valve box & cover, copper tubing & fittings, service saddles, piping, nuts & bolts, trench excavations, shoring, bracing, temporary patching or trench plates, clamps, pipe support assembly, anchor bolts, inserts, slide bearing, controlling ground and surface water, bedding, compaction, disposing of excess excavation materials, testing/ inspection, appurtenances, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Page 69 Install 8" Gate Valve: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installing Gate Valve, including, but not limited to, excavation, backfill, compaction, pipes, valve box and cover, couplings, joints, nuts, bolts, screws, caps, tracing wire, chiseled V number, riser, anchor block, stem extensions, covers/lids, appurtenances, and incidentals and for doing the work involved, complete in place, and as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Install Fire Hydrant: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for constructing Fire Hydrant Assembly per City of Newport Beach Std Plan 500-L, including, but not limited to, excavation, disposal, subgrade bedding, compaction, fire hydrant bury, cast Iron traffic cover, valve extension, removal and replacement of existing sidewalk, reconnection/tapping into water main line, spools, joints, valves, valve boxes, nuts, bolts, gaskets, caps, thrust blocks, tracing wire, painting, testing/inspection, appurtenances, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Connect To Existing Water Main: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for Connection to Existing Water Main, including, but not limited to, and pipe, transition couplings, reducers, removing caps, connecting to existing piping, joints, fusion joints, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, bedding, compaction, disposing of excess excavation materials, testing/inspection, appurtenances, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Cut & Plug Existing System Water Mains: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for Cut & Plug Existing System Water Mains, including, but not limited to, cutting & plugging existing pipe, removing fittings, couplings, ductile iron pipe, trench excavations, shoring, bracing, temporary patching or trench plates, controlling ground and surface water, bedding, compaction, disposing of excess excavation materials, testing/inspection, appurtenances, and incidentals as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. DRY UTILITY FACILITY IMPROVEMENTS: Item No. 50 Dry Utilities -Conduit Installation and System Coordination: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals For Dry Utilities -Conduit Installation and System Coordination. Work under this item shall coordination with SCE, SCG, AT&T, and Time Warner, and for furnishing all labor, materials, tools, and equipment to complete the SCE, AT&T, and Time Warner conduit system work Page 70 and the SCG trench and backfill, which includes but not limited to trenching, backfill, bridge hangers/support assemblies, inserts, anchors, conduit, hand holes, pull boxes, pull rope, and incidentals as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. STREET FACILITY IMPROVEMENTS: Item No. 51 Construct Unclassified Fill: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved, for hauling, placing, compaction, of unclassified fill for the construction of the proposed pedestrian ramps and stairs, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Unclassified Fill shall only be paid for once for a given volume of material and no additional compensation shall be allowed for additional moving or stockpiling. Item No. 52 Construct Crushed Aggregate Base (CAB): Work under this item shall include full compensation for all labor, materials, tools, equipment, incidentals and for doing all work involved to construct CAB for the proposed pavement section, complete in place, including subgrade preparation, furnishing, hauling, placing, spreading, shaping, compacting, and all other work items as required to complete the work in place, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 53 Construct Concrete Pavement: Work under this item shall include full compensation for all labor, materials, tools, equipment, incidentals and for doing all work involved, complete in place, including subgrade preparation, furnishing, hauling, placing, spreading, shaping, vibrating the PCC, joints, sawcutting, curing, finishes, utility adjustments, and all other work items as required to complete the work in place, including an application of an approved weed kill herbicide, and as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 54 Concrete PCC Curb and Gutter (Type A2-8): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for the construction of Curb & Gutter Type A with 8" Curb face, per City of Newport Beach Std Plan 182-L, including subgrade preparation, forming, finishes, curing, joints, transitions to match existing curb and gutter dimensions, repainting of colored curb (top and face) where colored curb has been removed, reconstructing of curb openings of existing curb drains, keyways, base, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and for doing all work involved, complete in place, as shown on the Plans and Standard Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Page 71 Item No. 55 Concrete PCC Curb and Gutter (Modified Type -C): Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for the construction of Curb & Gutter Type C modified, 8" Curb & 42" Gutter, per detail modifications as shown in the Plans, including subgrade preparation, forming, finishes, curing, joints, transitions to match existing curb and gutter dimensions, repainting of colored curb (top and face) where colored curb has been removed, reconstructing of curb openings of existing curb drains, keyways, base, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and for doing all work involved, complete in place, as shown on the Plans and Standard Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 56 Construct Curb Access Ramp: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for Construct PCC Curb Access Ramp, per the City of Newport Beach Std Plan 181 -L-B, as specified and shown in the plan details. The work shall include compaction of subgrade, joints, forming, finishing, truncated domes, and all other incidentals, as shown on the Plans and Standard Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 57 Construct 4 -inch Thick PCC Sidewalk: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for Construct Sidewalk, per City of Newport Beach Std Plan 1810-L and construction details, including excavation, backfill, base preparation, forms, joints, finishes, curing, and shall include all other incidentals, as shown on the Plans and Standard Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. No additional compensation shall be included for repairing, restoring, or replacing adjacent areas excavated or damaged for the placement of forms. Item No. 58 Install Detectable Warning Surface: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for Installation of Detectable Warning Surface tiles that are NOT within the Curb Access Ramps. Install Detectable Warning Surface shall be per City of Newport Beach Std Plan 181 and construction details, including attachment hardware, and shall include all other incidentals, as shown on the Plans and Standard Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Detectable Warning Surface tiles within the Curb Access Ramps will be included the Constract Unit Price paid for "Construct Curb Access Ramp" and no additional compensation will be allowed.. Item No. 59 Furnish/Install Pedestrian Ramps/Stairs Metal Handrails: Work under this item shall include the following: Page 72 Construct Metal Railing and Hand Railing: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for construct metal hand railing, including excavation and backfill, posts, hardware, welding, and incidentals and shall include all other incidentals, as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Construct Wall -Mounted Metal Hand Railing: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for construct wall mounted metal hand railing, including drilling, brackets, railing, hardware, welding, and incidentals and shall include all other incidentals, as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 60 Install Flag Holder: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, for construct barrier mounted metal flag holders, including drilling, anchoring/mounting, hardware, welding, and incidentals and shall include all other incidentals, as shown on the Plans as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. Item No. 61 Adjust Water Valve Cover to Grade: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved, including adjustment of boxes, frames, and lids to grade, tying out the location of the valve box, protecting the existing valve box during construction and adjusting the valve box and lids to final finished surface grade, including all necessary appurtenances, adjustment rings, and as required for performing the work complete in place, as shown on the Plans, as specified in the Standard Specifications, these Special Provisions, and as directed by the Engineer. LANDSCAPE AND IRRIGATION IMPROVEMENTS: Item No. 62 Install Landscaping and Irrigation System: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for construction of landscape and irrigation improvements, complete in place, and as depicted in the plans and details. In addition, this item shall include connection to existing water meter, installation of all valves, valve wiring, piping, sleeves, controllers, soil preparation, fine grading, plant materials, fertilization, mulch and all other work items as required to install a complete and operable irrigation system and complete the work in place. Item No. 63 180 -Day Plant Establishment and Maintenance: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for plant establishment and maintenance of the landscape and irrigation systems for a period of 180 calendar days. Work under this item shall include irrigation, adjustments to irrigation systems, fertilization, Page 73 weeding, replacement of plant materials mulch and all other work items as required to complete the 180 day plant establishment and maintenance work. SIGNAGE AND PAVEMENT DELINEATION: Item No. 64 Install Signage, Pavement Striping, Markings, and Legends: Work under this item shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing, furnishing and installing all traffic signage, striping, curb and pavement markings. legends/symbols, and pavement markers, including adhesives and establishing alignment for traffic striping and pavement markers; removal, relocation, and installation of all traffic signs; as shown on the Plans, and specified in these Special Provisions, and as directed by the Engineer. AS-BUILTS: Item No. 65 As -Built Plans: Work under this item shall include all actions necessary to provide as -built drawings required by these Contract Documents, Section 7, 7-16 Contractor's Records/As Built Drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 200 --- ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Untreated base for pavement, cross gutters, and other improvements as required by the plans, shall be Crushed Aggregate Base conforming to 200-2.2 and shall meet a minimum of 95% compaction. Page 74 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class Add to this section: Unless otherwise noted, Portland Cement concrete for construction shall be Class 560- C-3250 with Type II/V cement for civil work. Concrete Drainage Structures Portland cement structures for the roadway drainage shall conform to the provisions in Subsection 303-1, "Concrete Structures," of the Standard Specifications, these Special Provisions and the details shown on the plans and shall include: 1. Inlets 2. Manholes 3. Other Minor Structures For concrete used in non -precast structures, cement shall be Type II/V and conforming to the requirements for sulfate exposure, maximum water -cement ratio of 0.45, and minimum compressive strength (f'c) of 4,500 psi. All precast units shall be made of concrete having a minimum compressive strength (fc) of 5,000 psi at 28 days (6-1/2 sack mix). Structural concrete Unless otherwise specified, concrete shall be per the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Page 75 Add to this section: The Contractor shall grout the area between an existing reinforced concrete seawall/structure and the new storm drain pipe with a quick setting grout, non- metallic, non -shrink, elastomeric grout. SECTION 206 — MISCELLANEOUS METAL ITEMS 206-3 GRAY IRON AND DUCTILE IRON CASTINGS 206-3.1 General. Add the following: Non -traffic rated manhole frames and covers shall be made of gray cast iron conforming to ASTM A-48, Class 30B, painted with asphaltum paint. 206-5 METAL RAILINGS 206-5.2 Metal Hand Railings Materials. Add the following: Metal Hand Rail materials for the Pedestrian Ramp and Stairs shall be in conformance with this specification section, the plans, and as directed by the Engineer. Add the following: 206-7 FLAG HOLDER Flag holders (exhibit included in the Appendices)shall be heavy duty cast aluminum, alloy designation 6063-T6, minimum yield strength of 50,000 psi, and galvanized with 2.0 oz/sf weight coating in accordance with Section 210-3, "Galvanizing," of the Standard Specifications of Public Works Construction. Dimensions, diameter and angle shall be as shown in the plans. Bolts, attachment hardware, and other fittings shall be galvanized in accordance with Section 210-3, "Galvanizing," of the Standard Specifications of Public Works Construction. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains and related structures. Page 76 207-2.5 Joints Add to this section: All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845- 6962." 207-9 CAST IRON AND DUCTILE IRON PIPE 207-9.2.1 General Add the following: Cast iron pipe and cast iron fittings shall not be permitted for wateror other liquids. Where ductile iron is specified for water pipe and for water fittings, cast iron shall not be considered an equivalent or a suitable alternate. 207-9.2.2 Pipe Joints Add the following: Flanged pipe joints manufactured in accord with AWWA specification C-115 shall have ductile iron thread -on flanges. Cast or grey ironflanges are not acceptable. 207-9.2.3 Fittings Add the following: Ductile iron fittings shall be manufactured in accord with AWWA specification C-110, latest revision. Compact pattern body ductile iron fittings manufactured in accord with AWWA specification C-153, latest revision, may be used by special permission of the Utilities Department. 207-9.2.6 Polyethylene Encasement for External Corrosion Protection Add the following: Polyethylene (PE) wrap at least eight (8) mils thick shall encase all ductile iron pipe and fittings as specified in AWWA specification C-105, latest revision. As an alternate, to the eight -mil thick, low density (PE), the use of high- density cross - laminated polyethylene (HDCLPE) material specified in the latest revision of AWWA C- 105 is acceptable. Page 77 207-11 STEEL PIPE 207-11.1 General Replace Section with the following: Steel casing shall be ASTM A 283, Grade C, ASTM A 570 Grade 30, 33, and ASTM A- 36 unless noted otherwise. With City approval, greater casing thickness and diameter may be used as convenient for the method of work and loadings involved, as suitable for the site and as limited by possible interferences, but at no additional cost to the City. Joints & Welding: Casing sections shall be joined by full circumference welding. Field welds shall be full -penetration bevel welds in accordance with the standards of quality as set forth in the specifications of the American Welding Society. All welding shall be performed by skilled welders qualified under the provisions of ANSI/AWS D1.1. Welder qualifications shall be certified by an independent local, approved testing agency not more than 6 months prior to commencing work. Prepare ends of casings for proper bevel weld by providing a 45 -degree bevel on the end of one of the two casing pieces being joined. Casing seals shall be 1/8 -inch -thick synthetic, rubber, designed to fit snugly around pipe and casing. Casing seals may be one piece with no field seams or the wrap-around style to facilitate installation after the casing and carrier pipe are already installed. Seamless style are preferred. Bands and hardware for attachment to pipe and casing OD shall be stainless steel. 207-17 PVC PLASTIC PIPE 207-17.1 General Replace Section with the following: PVC pipe specified under this section of the Standard Specifications may not be used for potable water system construction. 207-17.3.3 Solvent Cement Joints Add the following: Solvent cement joints shall not be used without special approvalfrom the Engineer. 207-17.3.4 Injection Sealed Joints Add the following: Injection sealed joints shall not be used without special approvalfrom the Engineer. Page 78 Add the following Section 207-25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE: 207-25 POLYVINYL CHLORIDE (PVC) PLASTIC PRESSURE PIPE 207-25.1 General All polyvinyl chloride (PVC) pipe less than 18 inches in diameter, used for water mains, shall be DR -14 (Class 305) and shall be manufactured in strict accord with the latest revisions of AWWA Standard C-900, C-905 and the applicable ASTM standards, unless otherwise noted. All PVC pipe used for water mains 18 inches or larger shall be manufactured in strict accord with the latest revisions of AWWA Standard C-905. The class of the pipe shall be as indicated on the plans. However, in no case shall it be less than pressure class 150. 207-25.2 Material & Conformance Requirements Pipe shall have integral bell and spigot joints with elastomeric gaskets in accord with AWWA Standard C-900 Section 2.2. Elastomeric gaskets shall comply with the requirements specified in AWWA Standard C-900 Sections 2.1.5 and 2.1.5.1 and ASTM F-477. Material used to produce the pipe and couplings shall be made from Class 12454-A or B virgin compounds as defined in AWWA Standard C-900 Section 2.1 and ASTM Standard D-1784, with an established hydrostatic design basis rating of 4,000 psi for water at 73.4" F (23° C). The manufacturer shall furnish an affidavit stating that all delivered materials comply with the requirements of AWWA Standard C-900 and these special provisions. The pipe shall be as manufactured by J -M Manufacturing Company, Certainteed Corporation, Pacific Western Extruded Plastics Company or City approved equal. 207-25.3 Pipe & Coupling Color & Markings Each pipe length shall be marked showing the nominal pipe size, O.D. base, material code, e.g., "PVC 1120", dimension ratio number, e.g., DR 14, the AWWA pressure class, and the AWWA specifications designation (AWWA Standard C-900) in accord with AWWA Standard C-900 Section 2.6. Each coupling shall be marked showing the nominal size, O.D., base material code designation, e.g. PVC, dimension ratio number and AWWA designation number. For potable water application, the pipe shall be white or blue in color and the seal of the testing agency that verified the suitability of the material for such service shall be included. Page 79 Exposed, above grade pipe, shall be colored as approved by the City. For reclaimed water applications, the pipe shall be purple in color and marked as described above and marked, "CAUTION: RECLAIMED WATER - DO NOT DRINK". 207-25.4 Fittings All fittings for PVC pressure pipe shall be mechanical joint ductile iron fittings. They shall be manufactured in accord with the latest revisions of AWWA Standards C-110, C-153, C-111, C-104 and Section 207-9 of the Standard Specifications. All fittings shall be manufactured from ductile iron material. Cast or grey iron shall not be considered as acceptable or as a suitable alternative material. All fittings connecting PVC pipe shall also have mechanical joint ends and be fitted with retainerglands. All fittings shall be thrust -blocked and anchored in accord with City of Newport Beach Standard Drawing STD -510-L. Retainer glands shall not be considered a substitute for concrete thrust blocks. Compact body fittings (AWWA Standard C-153) will not be permitted unless otherwise approved by the Utilities Department. 207-25.5 Service Saddles Service saddles for PVC pressure pipe shall be the wide single -band or flat, double - strap style. Both saddle and band shall be bronze and shall be specifically designed for use with AWWA Standard C-900 PVC pipe. Each saddle shall accurately fit the outside diameter of the pipe without causing distortion of the pipe. The saddle shall be securely held in place with bolts and nuts. The service saddle shall have a published working pressure at least equal to the pressure class of the pipe on which it is installed. Service saddles shall be as manufactured by Ford, Romac or James Jones or approved equal by the City of Newport Beach Utilities Department. All saddles shall be provided with torque information and installation instructions. Saddles shall be installed so they provide full bearing and prevent distortion of the pipe when tightened. All service connections to PVC pressure pipe water mains shall be constructed with bronze service saddles with iron -pipe threads for receiving a bronze corporation stop in accord with City of Newport Beach Standard Drawings STD -502-L and STD -503-L. 207-25.6 Installation Procedures & Workmanship PVC pressure pipe and fittings shall be installed per AWWA Manual M-23 'PVC Pipe - Design & Installation", and as herein specified. Pipe and fittings shall be assembled with a non toxic lubricant as recommended by the manufacturer and as approved by the National Sanitation Foundation (NSF). PVC solvent cements or other solvent primers shall not be used. Proper care shall be used to prevent damage in handling, moving and placing the pipe. Hoist pipe with equipment to prevent damage. A cloth belt sling or a continuous fiber rope shall be used to prevent scratching the pipe. The pipe shall be lowered and not dropped from the truck or loading areas. Dropped pipe will be rejected by the City. All pipe, fitting, valves and other pipeline materials shall be lowered into the trench in a manner that prevents damage, and the pipe shall not be dropped, dragged or handled in a manner that will cause bruises, cracks, scuffing or other damage. Rubber rings for pipe joints shall be stored and protected in a proper manner to prevent deterioration or damage. Prior to laying pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each piece of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the locations of each joint to facilitate the joining. The trench shall have a flat or semi -circular bottom conforming to the grade towhich the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the plans. Where the grade is not shown, pipe shall have a cover of 42 inches in paved areas and 48 inches in unpaved areas. Fittings shall be supported independently of the pipe. Laying lengths shall be 20 feet with the manufacturer's option to supply up to 15% of the pipe in random (minimum length 10 feet) sections. 207-25.6.1 PVC Pipe Bending & Deflection Combined horizontal and vertical deflections at PVC pipe joints shall not exceed the manufacturer's recommendation [the maximum total deflection allowed shall be (2°) two degrees]. The pipe shall not be laid along curves at a radius less than that listed below. The minimum curve radii are determined by the limit of (2°) two degrees deflection for PVC pipe joints with factory -assembled bell couplings: Length of Pipe Section 20 feet 10 feet Minimum Curve Radius 573 feet 287 feet For curves of small radius, use ductile iron fittings. Page 81 No longitudinal bending shall be allowed in the installation of PVC pressure pipe 8 inches in diameter and larger. All deflections shall be accomplished by the use of joints and fittings specifically designed for use with PVC AWWA Standard C-900 pipe and the deflections as installed shall not exceed the manufacturers written recommendations. Longitudinal bending will be permitted in 6 -inch and smaller PVC pressure pipe, and shall not exceed the manufacturers written recommendations and AWWA Manual M-23. 207-25.6.2 Pipe Joint Assembly The joint shall be cleaned and free of dirt, grit or debris. Precaution shall be taken while joining to prevent dirt from entering the joint space. The spigot and bell shall slide together without displacementof the rubber gasket. The best laying practice is with the bell facing in the direction of laying. Insert the rubber ring into the groove, making sure the ring is completely seated. Lubricate the spigot. The spigot shall be inserted into the bell and forced slowly into position by use of a large bar lever and a wood block across the pipe end. For large pipe, a "come -along" (with padding that will not scratch the pipe) may be used. Joints between PVC pipe and cast iron or ductile iron, valves and fittings shall be mechanical -joint connections with retainerglands. After assembling the joint, the position of the rubber ring gaskets shall be checked with a suitable gauge. Rubber gaskets shall be located, for the full circumference of the pipe, an even distance from the face of the valve or fitting. 207-25.6.3 PVC Pipe Cutting Pipe shall be cut with a special cutting tool as manufactured by the Pilot Manufacturing Company or equal, as approved by the Cityor its representative. When pipe is cut and is to be joined to a cast iron fitting or another piece of pipe, the end shall be beveled in the field or shop to create a beveled end equal in workmanship to the machined ends of the pipe as furnished by the manufacturer. Such machining shall not result in undercutting the wall thickness and must be approved by the City prior to installation. 207-25.6.4 Preventing Foreign Matter from Entering Pipe At all times when pipe laying is not in progress, the open end of the pipe shall be closed with a tight, fitting cap or plug to prevent the entrance of animals or foreign materials into the pipe. These provisions shall apply during the noon hour as well as overnight. In no Page 82 event shall the pipeline be used as drains for removing water which has infiltrated into the trench. The Contractor shall maintain the inside of the pipe free from foreign materials and in a clean and sanitary condition until it is accepted by the City. 207-25.7 Hydrostatic Test for PVC Pressure Pipe PVC pressure pipe shall be tested at a hydrostatic pressure of 225 psi for a duration of two (2) hours minimum for each test. Temporary or permanent thrust blocks shall be cast -in-place, as required, prior to testing, and the contractor shall provide all necessary braces, plugs, thrust blocks, caps, flanges, and other materials to permit proper conduct of the pressure testing. Concrete for thrust blocks shall be cast sufficiently in advance of the pressure test to prevent failure. Three (3) days are recommended as the minimum. 207-25.7.1 PVC Pipe Allowable Leakage No installation shall be accepted if the leakage is greater than that determined by the following formula: L = ND.rP 7,400 Where L = allowable leakage (gallons per hour) N = number of joints in the tested line D = nominal diameter of pipe (inches) P = average test pressure (pound per square inch) Typical leakage values for pipe tested at 225 psi are given in the table below: Nominal Allowable Leakage in GPH Diameter Per 100 feet of Pipe 6" 0.06 8" 0.08 12" 0.12 The duration of the test shall be not less than two (2) hours, and measurement shall be made by means of a calibrated suction tank or City -provided, calibrated test meter, showing the amount of water required by the test pump to maintain the required test pressure. Water shall be accurately measured during the test. Test reports with original leakage readings shall be furnished by the contractor to the City. The contractor shall conduct the pressure test in the presence of the City Utilities Department representative. Page 83 207-25.7.2 Testing of Pipe & Piping Appurtenance Testing of pipe and piping appurtenances shall be conducted by installing test heads at the locations indicated by the City and testing the pipe in separate reaches; provided that the contractor will not be required to separately test pipe reaches of less than 1,000 feet in length. Furnishing, installing and removing test heads shall be included in the price(s) bid for the various kinds of pipe, and no additional payment will be made therefore. 207-25.8 Inspection of PVC Pressure Pipe The pipe shall be carefully inspected for defects. Any length of pipe found to be defective in workmanship or material, or damaged shall be rejected and removed from the work site immediately. In the event that a portion of a length of pipe is damaged, the damaged portion may be cut off in a manner approved by the City. The damaged portions shall be discarded. The remaining undamaged portions maybe used after properly milling the pipe ends. The contractor shall be responsible for any and all damage to materials, and shall bear the expense of repairing or replacing damaged materials. 207-25.9 Fusible PVC Pressure Pipe All piping shall be made from a PVC compound conforming to cell classification 12454 per ASTM D1784. Fusion Technician shall be qualified by the pipe supplier to install fusible polyvinylchloride pipe of the type(s) and size(s) being used. Qualification shall be current as of the actual date of fusion performance on the project. The pipe shall be as manufactured by Underground Solutions, Inc., or approved equal. The pipe shall be warranted for one year per the pipe supplier's standard terms. In addition to the pipe warranty, the fusion services shall be warranted for one year per the fusion service provider's standard terms. Fusible polyvinylchloride pipe for potable water shall conform to AWWA C900, AWWA C905, ASTM D2241 or ASTM D1785, as applicable. Testing shall be in accordance with the referenced AWWA standards for all pipe types. Pipe shall be marked verifying suitability for potable water service per NSF -61. Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be assembled in the field with butt -fused joints. The fusion technician shall follow the pipe supplier's guidelines for this procedure. All fusion joints shall be completed as described in this specification. f Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing convention, diameter, dimensional tolerances and pressure class of the pipe being joined by the sweep or bend. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the same fusible polyvinyl chloride pipe being used for the installation, and shall have at least 2 feet of straight section on either end of the sweep or bend to allow for fusion of the sweep to the pipe installation. There shall be no gasketed connections utilized with a fusible polyvinyl chloride sweep. Standard fusible polyvinyl chloride sweep or bend angles shall not be greater than 22.5 degrees, and shall be used in nominal diameters ranging from 4 inch through 16 inch. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier's guidelines. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians holding current qualification credentials for the pipe size being fused, as documented by the pipe supplier. Pipe supplier's procedures shall be followed at all times during fusion operations Each fusion joint shall be recorded and logged by an approved electronic monitoring device (data logger) connected to the fusion machine, which utilizes a current version of the pipe supplier's recommended and compatible software. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. This includes requirements for safety, maintenance, and operation with modifications made for PVC. Installation guidelines from the pipe supplier shall be followed for all installations. The fusible polyvinylchloride pipe will be installed in a manner so as not to exceed the recommended bending radius guidelines. Where fusible polyvinylchloride pipe is installed by pulling in tension, the recommended maximum safe pulling force, established by the pipe supplier, shall not be exceeded Add the following Section 207-26 PIPE APPURTENANCES Page 85 207-26 PIPE APPURTENANCES 207-26.1 General Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawing(s) of the City of Newport Beach. 207-26.2 Butterfly Valves Butterfly valves shall meet or exceed the requirements established by the latest revision of AWWA C-504. Unless otherwise specified, valves less than 16 inches in diameter shall be manually operated valves with an enclosed, buried -service operator. All valves 12 inches in diameter and larger shall be internally lined with an approved, thermally cured, fusion -bonded, epoxy lining system. Electrostatic or fluidized bed applications are acceptable methods. Brush -on epoxy shall not be used as a substitute for a fusion- bonded system. All valves larger than 16 inches in diameter shall be installed in a valve vault and shall be equipped with a manual worm -gear reduction operator with hand wheel and position indicator. Shafts shall be fabricated from Type 304 or Type 316 stainless steel Discs shall be fabricated from Type 316 stainless steel or ASTM B -143-A bronze containing less than 10% zinc and 2% aluminum. Cast iron or cast steel discs may be permitted only on special approval from the Engineer and only if the mating seat surface is Type 316 stainless steel. All valves shall be furnished with stainless steel packing retainer plate bolts and thrust bearing cover plate bolts. For buried service valves, the traveling nut operator shall have a 2 -inch square operating nut held in place with a stainless steel cap nut. All operator case boltsshall be stainless steel. Valve ends may be gasketed tyton push -on type joint, hub end, flanged end, or mechanical joint end as called for in the construction plans. All end configurations shall conform to the pipe manufacturer's specifications and the project plans and specifications. 207-26.3 Resilient Wedge Gate Valves Where specifically shown on project plans approved by the Engineer, resilient wedge gate valves may be used. Gate valves shall be solid, single, resilient -wedge type design and shall equal or exceed the requirements established by specifications of AWWA. Valves shall be as manufactured by AVK or approved equal and shall be per AWWA Specification C-509 for resilient seated gate valves, latest revision. Valve wedge disk and disk nut shall be fully encapsulated in an approved rubber coating. Valves may be furnished with bronze or stainless steel discs. Where cast bronze is approved the bronze shall be comprised of 85 percent copper, 5 percent tin, 5 percent lead, and 5 percent zinc. The stem shall be non -rising, shall be stainless steel. Valves shall be furnished with triple 0 -ring stem seals and stainless steel bonnet bolts. Bonnet bolts shall be recessed into the valve body and shall be sealed from exposure via a hot -melt applied sealing compound. The operating nut shall be a 2 -inch square bronze stem operating nut. Operating nut shall be held in place with a stainless steel cap nut. Valve ends may be gasketed tyton push -on type joint, hub end, flanged end, or mechanical joint end as called for in the construction plans. All end configurations shall conform to the pipe manufacturer's specifications and the project construction plans. Valve body and bonnet shall be fabricated from ductile iron and shall be electrostaticly coated inside and out. Electrostatic powdercoating shall be applied per SSPC SP -6 or SP -10 surface preparation criteria and shall be applied to a preheated material surface via the fluidized bed process or applied via the electrostatic process and then be cured by the post -heat thermal fusion method. Double disc style gate valves shall not be considered as a substitute or and equivalent to resilient wedge gate valves and shall not be permitted. 207-26.4 Valve Boxes Valve boxes shall be Brooks Products, Inc., Valve Box No. 4TT or approved equal. All below -grade valves not in vaults shall be provided with valve boxes and schedule 40 PVC pipe risers. Valves with operator nuts greater than four (4) feet below ground or street surface shall be fitted with a valve nut extension. Valve operator extensions shall be structural tube fiberglass or schedule 80 PVC as manufactured by Pipeline Products, Inc. of San Marcos, California or preapproved equivalent manufacturer. Extensions shall be of a length so as to have the valve operator nut of the extension at an elevation not more than three (3) feet below the ground or street surface. Valve extension shall not be pinned or bolted to the valve operator. 207-26.5 Grooved -Pipe Couplings Unless otherwise specified, all grooved pipe and fitting connections shall be made utilizing Victaulic® brand couplings and components. Grooved pipe and pipe to fitting Page 87 connections shall be designed for a working pressure of not less than 150 psi. Couplings shall be heavy- duty rated couplings; Victaulic® Style 37 for ductile iron pipe and fittings and Victaulic® Style 77 for steel pipe and other iron -pipe -sized (IPS) fittings. Couplings shall be equipped with rubber gaskets for water service, and shall be designed for use with pipe which has been machined to the dimensions of Class A shouldered -end ductile iron pipe. All nuts, bolts and washers used in Victaulic® couplings shall be fabricated from Type 316 stainless steel. End -Seal type couplings shall be used in wastewater lift station installations where lined pipe ends may be exposed to corrosive fluids from inside the pipe. 207-26.6 Sleeve -Type Couplings Unless otherwise specified, all sleeve -type couplings shall have a ductile iron body, center sleeve and followers and shall be fitted with Type 316, stainless steel bolts, nuts and washers. Coupling hardware shall be installed with an approved anti -seize compound on all threaded parts. Center sleeves shall be a minimum of two times the minimum center sleeve length specified in the AWWA Standard forflexible couplings. Couplings shall be M & H, Dresser, Ford, Rockwell, Romac, JCM, Clow, or approved equal. 207-26.7 Combination Air Valve Valves shall meet or exceed the latest revision of ANSI/AWWA C512 STANDARD FOR: AIR RELEASE, AIR/VACUUM, and COMBINATION AIR VALVES for WATERWORKS SERVICE, and as additionally specified herein. Combination air valves shall be of the single housing style that combines the operating features of both an air/vacuum and air release valve. The valves shall be designed for a water working pressure equal to or greater than the maximum system pressure at the location installed, but not less than 150 psi. Valve size shall be as shown on the Plans. Valve shall have threaded ends that comply with ANSI 81.20.1. Threaded joints shall be cleaned by wire brushing or swabbing. Teflon joint compound or Teflon tape shall be applied to pipe threads before installing threaded valves. Joints shall be watertight. The air/vacuum portion shall automatically exhaust large quantities of air during the filling of the pipeline and automatically allows air to re-enter the pipeline when the internal pressure of the pipeline approaches a negative value. The air release portion shall automatically release small pockets of air from the pipeline while the pipeline is in operation and under pressure. Combination air valves shall be installed at high points in piping systems and where indicated on the Plans. All valves shall be installed in accordance with the manufacturer's printed recommendations. Combination air and vacuum valves shall be installed in accordance with Standard Drawing No. STD -515 -L-A and as modified on the Plans. Combination air valves shall be as manufactured by A.R.I., model D-040, or approved equal. Associated manhole shall be installed in accordance with Standard Drawing No. STD - 401 -L and Caltrans Standard Plan 137-11, Detail U-43. 207-26.8 Force Balanced Flexible Expansion Joint Force Balance Flexible Expansion Joint shall be Force Balanced FLEX -TEND, manufactured by EBAA Iron, Inc. Eastland, TX., U.S.A., or approved equal, with flanged ends and the following properties: 1. Flexible expansion joints shall be manufactured of ductile iron conforming to the material requirements of ASTM A536 and ANSI/AWWA C1 53/A21.53. 2. Each flexible expansion joint shall be pressure tested prior to shipment against its own restraint to a minimum of 250 PSI. A minimum 2:1 safety factor, determined from the published pressure rating, shall apply. 3. Each flexible expansion joint shall consist of an expansion joint designed and cast as an integral part of a ball and socket type flexible joint, having a minimum per ball deflection of: 251 and 8 -inches minimum expansion. The flexible expansion fitting shall not expand or exert an axial imparting thrust under internal water pressure. The flexible expansion fitting shall not increase or decrease the internal water volume as the unit expands or contracts. 4. All internal surfaces (wetted parts) shall be lined with a minimum of 15 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C213. Sealing gaskets shall be constructed of EPDM. The coating shall meet ANSI/NSF-61. 5. Exterior surfaces shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C1 16/A21.16. 6. Polyethylene sleeves, meeting ANSI/AWWA C105/A21.5, shall be included for direct buried applications. 7. Manufacturer's certification of compliance to the above standards and requirements shall be readily available upon request. The purchaser (or owner) shall reserve the right to inspect the manufacturer's facility for compliance. 207-26.9 Magnetic Water & Gas Main Locating All non-metallic pipe installed as part of the City's public water supply mains or natural gas transmission pipeline system shall have a tracer wire or metallic warning tape installed per these provisions. 207-26.9.1 Tracer Wire Tracer wire shall be solid soft drawn copper wire. Wire shall be insulated with polyethylene insulation. Wire gauge shall be minimum size of No. 10 AWG. Minimum insulation thickness shall be 0.110 -inches. Wire shall be installed by laying on top of the water main and taped every 10 linear feet of pipe run. Wire shall be brought to grade at all valve locations inside the valve riser box and at all gas condensate traps inside the blow -off valve box. See a Utility Department representative for proper installation of wire through valve riser and box. 207-26.9.2 Metallic Warning Tape Warning tape shall be by TerraTapeTm as manufactured by Reef Industries Company of Houston, Texas or LineGuardTm as manufactured by Kolbi Industries of Chicago, Illinois or DectectaTapeTm as manufactured by Allen Systems of Houston, Texas. Tape shall be a minimum width of three (3) inches and a minimum thickness of five (5) mils. Warning tape shall be manufactured of PVC plastic coated metalized foil conductor so as to be detectable by a magnetic locator at ground surface. Warning tape shall be color coded yellow or orange for natural gas lines and blue for potable water mains. Black letters, 1 H -inches high shall identify the type of main buried below. The lettered message shall repeat no less than every 4 linear feet of tape. Tape shall be installed with the trench backfill directly over the top of the centerline of the underlying main. Tape shall not be closer than 2 feet above the pipe and shall not be more than 2H -feet below the finished surface. 207-27 STORM DRAIN CHECK VALVE. The storm drain check valve shall be a 12 -in Checkmate Inline Check Valve manufactured by Tideflex Technologies, 600 N. Bell Ave., Carnegie, PA 15106, Phone: 412-279-0044, or an approved equivalent. Page 90 The check valve shall be ethylene propylene diene monomer (EPDM) rubber per ASTM D-1418 and be furnished with type 316 stainless steel expansion clamps. Manufacturer must have flow test data from an accredited hydraulics laboratory to confirm pressure drop and hydraulic data. Company name, plant location, valve size patent number, and serial number shall be bonded to the check valve. SECTION 209 — STREET LIGHTING AND TRAFFIC SIGNAL MATERIALS 209-3.3 Standards Add the following: Street light standards shall be the type specified on the project plans. Street light poles shall be South Coast Lighting's Traditional Series spun concrete poles, designed and manufactured by King/Stresscrete Group, 1391 Calle Avanzado, San Clemente, CA 92673, (949) 276-8850, or an approved equivalent (catalog references included in the Appendices). Dimension and color shall be as shown in the plans. SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.1 Topsoil 212-1.1.1 General Delete the second sentence and replace with the following: Topsoil shall be Class "C" in accordance with the requirements of Section 212-1.1.4 Class "C" topsoil. If imported topsoil is needed, Class "A" topsoil, in accordance with the requirements of Section 212-1.1.2 Class "A" topsoil shall be used. Soil to be used as a planting medium shall be fertile, well drained, of uniform quality, and free of stones over 1" diameter, sticks, oils, chemicals, plaster, concrete, or other deleterious materials. If stockpiling is requested, locations and amounts of stockpile shall be approved by the City Engineer. 212-1.1.2 Class "A" Topsoil Add to this Section: Page 91 If the agricultural soil report recommends amendments to the soil to meet the Class "A" specifications, the amendments shall be provided and incorporated into the soil at the Contractor's expense. 212-1.1.4 Class "C" Topsoil Add to this Section: After completion of the rough grading and prior to soil preparation, the Contractor shall provide an Agricultural Soil Suitability Report for all planting areas to determine soil fertility and required nutrient needs. The Contractor, at his own expense, shall submit at least 2 site soil samples to a City approved Agronomic Soil Testing Laboratory and will include: fertility and suitability analysis with written recommendations for soil amendments including post plant fertilization needs. Samples are to be taken from the top 6" of soil in areas to receive planting. All test results and recommendations shall be provided to the City. The soil report recommendations will take precedence over the minimum amendments in the project specifications and shall be incorporated at the Contractor's expense. 212-1.2 Soil Fertilizing and Conditioning Materials. 212-1.2.3 Commercial Fertilizer. Replace the first sentence with the following: Pre -plant commercial fertilizer shall be granular 12-12-12 (N -P -K). Post plant fertilizer shall be 14-7-3. Planting tablets shall be compressed, slow-release fertilizer tablets (20- 10-5) in 21 -gram sizes. 212-1.2.4 Organic Soil Amendment. Replace the first sentence with the following: Type 1 organic soil amendment shall be used. The Contractor shall supply the City Engineer with a sample of the proposed amendment accompanied by a laboratory analysis from a testing agency registered by the State, which states that the amendment complies with the specifications for approval by the City Engineer prior to installation. Add the following subsection: 212-1.2.4.1 Gypsum. Agricultural grade gypsum shall be a calcium sulfate product (-94.3%). Ninety percent shall pass a no. 50 mesh screen. 212-1.2.5 Mulch. Page 92 Replace the first sentence with the following: Bark mulch shall be shredded cedar, pine, or fir bark or equal commercial product. Typical mulch size shall be 3" x %". Submit two samples to the City Engineer for approval prior to installation. The material shall be free of seeds, debris, and deleterious materials, and shall have a rich brown color when supplied. Add the following subsection: 212-1.2.6 Pesticides and Herbicides. All chemicals used for weed control shall be registered by the State of California Department of Food and Agriculture and the Environmental Protection Agency with registration identification on the label. Label shall be at the job site at all times. A written recommendation shall be prepared by a licensed California pest control advisor for all pesticides used. 2. All chemicals shall be applied in accordance with registered label instruction and manufacturer's recommendations. 3. Chemicals requiring a licensed applicator must be applied by persons registered with the County of Orange Department of Agriculture Commissioner's Office as possessing a current, valid California qualified applicator's license. 4. The use of any restricted materials is forbidden unless a special use permit is obtained from the County of Orange Department of Agriculture. 5. Herbicides and pesticides shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions and shall be approved by the City Engineer prior to use. 212-1.4 Plants. 212-1.4.1 General. Delete the first paragraph and replace with the following: Plants shall be inspected and approved by the City Engineer upon delivery to the site. The Contractor may submit photographs of the plant specimens to be used for review by the City Engineer prior to delivery to the work site. If requested by the City Engineer, the project Landscape Architect can either visit the nursery to review the plant material or review the plant material on-site prior to installation. The photograph review cannot be used to approve plant material and only serves as an indicator of available materials. Page 93 The Contractor shall notify the City Engineer a minimum of 48 -hours prior to plant material delivery to schedule the inspection. Any construction delays caused by the Contractor failing to give the 48-hour notice shall be at the Contractor's sole expense. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged in accordance with the standard practice recommended by the Agricultural Code of the State of California. All plants shall have been grown in nurseries that have been inspected by the governing authorities. Inspection of plant materials required by county, state, or federal authorities shall be the responsibility of the Contractor, and it shall have secured permits or certificates prior to delivery of plants to site. Certificates of Inspection shall be filed with the City Engineer. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that such clearance has been obtained shall be filed with the City Engineer. Plants shall be subject to inspection and approval or rejection by the City Engineer upon delivery to the site at any time before or during progress of the work. Inspections may include: 1. Quantity, quality, size, and variety. 2. Root condition. 3. Latent defects and injuries resulting from handling, disease and insects; and installation. 4. Uniformity of plant materials. 5. Branching structure. 6. All plants that are rejected shall be immediately removed from the project site and replaced with new plants at the Contractor's expense. 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1 Pipe and Fittings 212-2.1.1 General. Add the following before the first paragraph: Irrigation sleeve materials and fittings shall be in conformance with the details in the plans and as directed by the Engineer. Materials and equipment installed or furnished shall be new. Any materials or equipment that do not meet the City standards shall be rejected and shall be removed from the site at no expense to the City. Pipe (General) Page 94 Pressure supply line from the point of connection to the backflow prevention unit for domestic water systems, and to the strainer/pressure regulator assembly on reclaimed water systems shall be brass, copper or other materials approved by the City. All threaded pipe shall be threaded by the manufacturer of the pipe. 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Delete the second paragraph and add the following: Pipe shall be sized per the construction drawings. Schedule 40 pipe shall be used for all pipe and irrigation wire sleeves. Schedule 80 fittings shall be used. The following paragraphs shall be added at the end of the subsection: All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date of Extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable P.S.I. schedule and NSF seal of approval. Solvent cement and primer for PVC solvent weld pipe and fittings shall be of type recommended by the manufacturer and shall follow installation methods prescribed by the pipe manufacturer. 212-2.2 Valves and Valve Boxes. 212-2.2.6 Quick -Coupling Valves and Assemblies. Delete the first sentence and replace with the following: Quick -coupling valves shall be brass or bronze with built-in flow control and self-closing valve and supplied in the sizes shown on the construction drawings. 212-2.2.7 Valve Boxes. Delete and add the following: Page 95 Valve boxes in planting areas shall be made of durable, weather -resistant plastic material resistant to sunlight and chemical action of soils. For recycled or reclaimed water, lids shall be purple in color indicating that recycled water is being used. For domestic or potable water, lids shall be green in color. The valve box cover shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valves shall be 16"x1 1N12" rectangular size. Valve box covers shall be marked "RCV" with the valve identification number "heat branded" onto the cover with 2" high letters/numbers. Gate/ball valve and quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with either "BV" or "QCV" "heat branded" onto the cover in 2" high letters. 212-2.4 Sprinkler Equipment. Delete the second paragraph and replace with the following: All drip irrigation components shall be of the model, size and material indicated on the plans. 212-3 ELECTRICAL MATERIALS. 212-3.2 Conduit and Conductors. 212-3.2.1 Conduit. Delete and replace with the following: Conduit and sweeps shall be schedule 40 PVC, gray in color, and specifically manufactured for use as electrical installation. The conduits shall be sized twice the diameter of the wire bundle to be carried within. All ends of conduit in valve and pull boxes shall be sealed using a waterproof material that can be easily removed from the conduit openings for the purpose of pulling wire through the conduit. 212-3.2.2 Conductors. Add the following: All wire splices shall be made using a direct burial waterproof wire connection, pen-tite or approved equal. Low voltage control wires shall have a single solid copper conductor with colored PVC coating. The pilot control wires shall be color -coded a specific color per controller and the common wires color coded white with a stripe matching the color of the pilot wires. The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the City. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire be sized less than #14. SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-5 THERMOPLASTIC MATERIALS FOR TRAFFIC STRIPING AND MARKINGS Delete entire section and replace with the following: This work shall consist of applying thermoplastic traffic stripes and pavement markings at the specified locations and in accordance with the details shown on the Plans or designated by the Engineer, and as specified in these Specifications and Special Provisions. The Thermoplastic Material shall conform to the general provisions in Section 84, "Traffic Stripes and Pavement Markings" of the 2010 Caltrans Standard Specifications, the 2010 Caltrans Standard Plans, and the following Special provisions. All traffic striping and pavement markings shall be Thermoplastic conforming to Section 84-2, "Thermoplastic Traffic Stripes and Pavement Markings" of the State of California Standard Specifications and shall be applied by extrusion only. Sprayable Thermoplastic will not be allowed. 214-6 PAVEMENT MARKERS Delete the entire section and replace with the following: The Contractor shall furnish retroreflective pavement markers as noted on the plans and in conformance with the general provisions in Section 85, "Pavement Markers," of the 2010 Caltrans Standard Specifications, and the applicable standards in the 2010 Caltrans Standard Plans. All retroreflective markers shall conform to section 85-1.02C of the 2010 State of California Standard Specification. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. The solid 4" white lines at intersections shall have a marker installed at each end. These markers shall be placed on the line. Page 97 214-7 ADHESIVES FOR PAVEMENT MARKERS 214-7.3 Hot -Melt Bituminous Adhesives Delete the entire section and replace with the following: The Contractor shall furnish hot melt bituminous adhesive as noted on the plans and in conformance with Section 85, "Hot Melt Bituminous", of the 2010 Caltrans Standard Specifications. Pavement markers shall be applied using hot melt bituminous adhesive. Add the following section: SECTION 215—SIGNAGE 215-1 TRAFFIC SIGNS All new and relocated signs shall be installed and located in accordance with Caltrans Standard Plan RS1, manufacturer requirements, and these Special Provisions. Roadside signs shall be installed at the locations shown on the Signing and Striping Plans, or where directed by the Engineer. Square perforated steel tube posts with break -away base, "Telespar", shall be used for all traffic control and informational signs within the road right-of-way. The Anchor Assembly shall consist of a 2" square by 2'-6" Anchor Post and a 2 W square by V-6" Anchor Sleeve. New traffic sign materials including color, size, reflectivity, symbols and lettering shall conform to the latest California MUTCD and the Caltrans Sign Specification Sheets. SECTION 216 — MISCELLANEOUS MATERIALS 216-1 TEMPORARY BRIDGE. 216-1.1 General. The Temporary Bridge shall be a fully -engineered simple span 700XS Acrow Panel Bridge of modular galvanized steel construction (panel type), designed and manufactured by Acrow Corporation of America, 181 New Road, Parsippany, New Jersey, 07054, 1-800-524-1363, or an approved equivalent. A sample temporary bridge reference detail has been included in the Appendices. The contractor shall rent the temporary bridge structure, for approximately one year, for the temporary access to Balboa Island, via Balboa Avenue, during the removal and reconstruction of the existing concrete bridge structure at Park Avenue. '� The installation of the temporary bridge shall include constructing abutments, installing sheet pile (non -vibratory method), assembling and installing an Acrow Panel Truss temporary bridge structure or approved equal, and construction of approach ramps with ADA compliant sidewalk on the north side of the temporary bridge. The Contractor shall anticipate the general work areas to be limited in size and delivery of material to/from the installation site, on Balboa Lane, from a laydown area, may require smaller trucks. The Contractor shall maintain access for residents during this process. The Contractor shall submit drawings, details, calculations, and procedure for assembly and installation, for the super structure and ramps that are signed / sealed by a California Licensed Professional Engineer. A Technical Representative shall be on-site during the assembly and installation process and shall perform a final inspection prior to the opening of the temporary access bridge. The Contractor shall provide a letter of acceptable use to City. 216-1.2 Span and Width: 1. Span length for the bridge is 90 feet long, with two jump spans of 10 ft. at each end, connecting to two 50 (53) ft. long ramps, one at each end making the bridge approach, complete with a sidewalk and floorbeams with guardrail posts to match the bridge structure alignment. 2. Road surface width is maximum 20 feet — 0 inches between the curbs. Sidewalk width is 5 ft. 3. Truss configurations will depend on the span length and width as illustrated on the contract drawings. 216-1.3 Engineering: Design live load: HL -93, per AASHTO LRFD, current edition Pedestrian live load: 75 psf 216-1.4 Materials: Trusses (Panels): The upper and lower chords of a panel are fabricated from hot -rolled steel channels, and the verticals and diagonals are fabricated from rectangular hollow sections, channels, or flat bar. The material specifications are those listed in the following "Technical Specifications" section. Truss panels are 10 foot long from center of pinhole to center of pinhole and 7.15 feet tall from center of pinhole to center of pinhole. The overall width of a truss panel does not exceed 6.54 inches. Male forgings used for pin connections are solid and of one-piece construction. 2. Floorbeams/Transoms: These members are fabricated from wide flanged sections, and utilize material listed in the following 'Technical Specifications" section. Vertical cross -bracing is incorporated between floor beams in every other bay. This bracing is at each end of the floorbeams and prevents horizontal loads from being transferred from the floorbeam into the truss members. Page 99 3. Orthotropic Steel Decks: The deck system is comprised of orthotropic units. Each unit is 10 feet long by 4 ft. or by 6 ft. wide and has a steel deck plate welded to longitudinal stringers. The top surface of the deck plate shall be plain galvanized steel.. Curbs are six inches tall and are shop welded to a deck unit. Material is listed in the following "Technical Specifications" section. All deck units are to be designed and built for an HL -93 rating. 216-1.5 Technical Specifications: Materials shall meet or exceed the following, made in USA only: 1. Panels (comprised of chords, diagonals and verticals), Reinforcing Chords, Truss Braces, Swaybraces, Raker Braces i. AASHTO M223 Grade 65 ii. Ultimate tensile strength 80,000/100,000 p.s.i. N. Yield 65,000 p.s.i. iv. Elongation 17% of 8 inch Gauge Length 2. Deck Stringers, Floorbeams i. AASHTO M223 Grade 50 ii. Ultimate tensile strength 70,000/90,000 p.s.i. iii. Yield 50,000 p.s.i. iv. Elongation 18% of 8 inch Gauge Length 3. All other parts i. AASHTO M183 Grade 36 ii. Ultimate tensile strength 63,000/75,000 p.s.i. iii. Yield 36,000 p.s.i. iv. Elongation 20% of 8 inch Gauge Length 4. Panel Connecting Pins i. ASTM A193 Grade B7 ii. Ultimate tensile strength (minimum) 125,000 p.s.i. 5. Bolts - AASHTO M164 216-1.6 Fabrication: 1. Workmanship, fabrication, and shop connections are in accordance with the AISC (American Society of Steel Construction), AWS (American Welding Society) D1.1 and D.1.5 Bridge welding codes, AASHTO (American Association of State and Highway Transportation Officials Bridge Design Code), and ISO9000 (International Standard for quality control, and fabricated in the United States of America. 2. Welding is performed by properly certified AWS operators. 3. Bridge shall be fabricated by a fabricator who is currently certified by the American Institute of Steel construction to have the personnel, organization, experience, capability, and commitment to produce fabricated structural steel for the category "Advanced Major Steel Bridge Structures" 216-1.7 Finishing: Page 100 1. All major components are hot -dipped galvanized to AASHTO M111 and ASTM A123 specification or equivalent. 2. All bolts, pins, etc., are galvanized or spun galvanized. 216-2 TEMPORARY UTILITY CROSSING. The Temporary Utility Crossing shall be a fully -engineered support system for clear spanning the Grand Canal and supporting temporarily relocated water, gas, cable, telephone, and electric lines. It is anticipated that the crossing will support the following utilities: • 8" PVC water line (City of Newport Beach) • 3" Gas (Southern California Gas Company) • 2-5" Electrical Conduit (Southern California Edison) • 4" Telephone (AT&T) • 2" CAN (Time Warner Cable) The Contractor shall ascertain the applicable loading, mounting, and spacing requirements from the utility companies and the City for the design of the Temporary Utility Crossing. The Contractor shall submit drawings, details, calculations, and procedure for assembly and installation, for the Temporary Utility Crossing that are signed / sealed by a California Licensed Professional Engineer. 216-3 FIRE HYDRANT. Fire hydrants shall be per City of Newport Beach Standard Drawing STD -500-L. Unless otherwise specified on the standard drawings, fire hydrants shall be in accordance with the following: 216-3.1 Hydrant Top Section A. General: Fire hydrants shall be of the wet barrel type, with individual valves for each outlet, and shal I conform with the requirements of AWWA C-503. B. Outlets: Hydrants for residential shall have one 2'Y2 -inch outlet and one 4 - inch outlet. All outlets shall be removable and have National Standard Hose Threads. C. Materials of Construction: The hydrant top section shall be manufactured of bronze conforming to ASTM B-62 or type 304 stainless steel conforming to CF -8 ASTM A-351. All interior working parts, including stems, shall be of bronze containing no more than 7% zinc or 2% aluminum. Page 101 D. Operating Nuts: Hydrants are to be provided with 1'/z -inch sized pentagon -shaped operating nut, and 1'h -inch cap nuts. E. Outlet Caps: cast bronze nozzle caps shall be provided for all outlets. F. Flanges: Hydrant flanges shall be drilled with a 6 -hole pattern. The flange shall be drilled with 3/ -inch diameter holes located on a 9% -inch bolt circle. G. Manufacturer Identification: All fire hydrants shall have the name of the manufacturer cast or welded onto the fire hydrant body. 216-3.2 Bury Section A. Materials: The bury section shall be ductile iron and shall be cement lined. B. Inlet Connection: Inlet size is to be a 6 -inch push -on joint (for short -side hydrant installations) and shall be flanged (for long -side hydrant installations), unless otherwise specified on the plans. C. Bury Depth: Bury depth will normally be 42 -inches for distribution mains and 48 -inches for transmission mains. Field conditions may require different depth fire hydrant buries to fit abnormal pipe. D. Flanges: Bury flanges shall be drilled with a 6 -hole pattern. The flange shall be drilled with % -inch diameter holes located on a 9% -inch bolt circle. E. Break -Away Spools: Ductile iron break -away spools shall be provided for each hydrant installation as shown in the Standard Drawings. Each spool shall have a scored groove placed circumferentially around the spool near the hydrant end of the spool. The score shall be placed above -grade. Only one score shall be made in the hydrant break -away spool piece. Spool flanges shall be a 6 -hole pattern to match both hydrant and bury. F. Approved Manufacturers: Bury and extension sections shall be as manufactured by Clow, Tyler, South Bay Foundry, or approved equal. 216-3.3 Break -Away Bolts Type 316 stainless steel breakaway bolts shall be used to join the break- away spool section to the hydrant top section. 216-3.4 Shut -Off Valve The shut-off valve shall be a resilient -seated gate valve. 216-3.5 Gaskets Page 102 Gaskets shall be full face, and of rubber composition, %e -inch thick. Full face type gaskets with pre -punched holes shall be used where both flanges are flat face. Ring gaskets extending to the inner edge of the bolts may be used where a raised face flange is present. 216-3.6 Concrete A. The thrust blocks concrete shall have Type IIN cement and be per City of Newport Beach Standard Drawing STD -510 -L-A. 216-3.7 Manufacturers Fire hydrants shall be James Jones 3700 or approved equal. 216-4 COMPOSITE MANHOLE COVER AND FRAME Composite Water Manhole covers and frames shall be in accordance with the following: A. Composite manhole covers and frames shall consist of a fiber reinforced polymer (FRP) matrix consisting of between 45% to 70% fiber reinforcement by weight. The polymer matrix shall be thermoset. The finished product will inherently feature a minimum strength to weight ratio of 750:1. B. Composite manhole covers and frames must be of a weight that is safe for one individual to handle. C. Composite manhole covers and frames must also contain a surface feature that facilitates easy removal and product handling. D. Composite manhole covers should also contain a locking feature or mechanism that retains the cover to the frame. E. Composite manhole covers and frames will be tested to ASTM Standard C1028. Finished products will feature a skid slip ratio of 0.6 in both wet and dry applications. F. Manhole frames and covers shall be fabricated of a fiber reinforced polymer in the size and shape detailed on the Plans. Covers shall be true and seat within frame at all points. G. Frame openings shall be constructed according to the Plans. H. Manhole frame and cover sets of the type, size and quantity indicated on the Contract Documents, shall be installed at the locations shown on the Plans in accordance with the Plans and City of Newport Beach Standard Drawings. I. Frames and covers shall be designed for H-20 loading. J. Each cover shall be finished so that it will fit in its frame without rocking. Frames and covers shall be shipped to the site in match -marked sets. Covers shall have the letter "W" cast in the center of the cover. No other lettering shall appear on the top of the covers. Page 103 K. Manhole frame and cover shall be 3200 Series (30" Clear Opening) as manufactured by GMI Composites Inc., or approved equal. Manhole cover and frame shall be manufactured in the United States of America. 216-5 REMOVE AND RECONSTRUCT MONUMENT WALL WITH SALVAGED SIGN Remove and Reconstruct Monument Wall with Salvaged Sign shall include the removal and reconstruction of the monument wall and the removal, salvaging, and relocation of the existing "Little Balboa Island" monument sign. The monument wall shall be reconstructed with in-kind finishes as the existing monument wall. Materials, including concrete and reinforcement, shall be in accordance with Section 317, 'Bridge Structure," of these Special Provisions. Bolts and other attachment hardware shall be galvanized in accordance with Section 210-3, "Galvanizing," of the Standard Specifications of Public Works Construction. 216-6 DETECTABLE WARNING SURFACE Detectable Warning Surfaces shall be per Newport Beach Standard Plan 181. Page 104 PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. 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. 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 Add the following section to subparagraphs (a) Removal of existing pavement shall be in accordance with Section 300-2, "Unclassified Excavation," and this section of the Standard Specifications and shall consist of excavating and disposing of existing asphalt concrete, concrete, and/or aggregate base of the existing pavement section, to facilitate the construction of new bridge approach pavement. Contractor shall sawcut pavement around all areas to be removed, prior to the start of any excavation. All materials removed shall be lawfully disposed of at a site secured by the Contractor. The Contractor shall make effort to recycle excavated and demolition materials, as Page 105 referenced in the "Solid Waste Diversion," Section of these Special Provisions. The Contractor shall provide the Engineer with a letter indicating the final disposition of all excavated and demolition materials from the project within five (5) working days after project completion. No excavated or demolition materials shall be left in the public right of way overnight. Locations and area size are as shown on the Plans, outlined by paint on the roadway, or as required by the Engineer. Add the following sentence to subparagraphs (b) and (c): Saw cutting shall conform to the provisions of Section 7-8, "Work Site Maintenance" (with special regard to 7-8.1, "General," 7-8.2, "Air Pollution Control," 7-8.3, "Noise Control," and 7-8.6, "Water Pollution control') and 300-1.3, 'Removal and Disposal of Materials," of the Standard Specifications and these Special Provisions. Sawcutting shall be accomplished by the use of a power driven saw. The depth of cut shall be deep enough to produce a clean, straight break without loosening, cracking, or damaging adjoining asphalt or concrete. Waste material from sawcut operations shall be broom cleaned or vacuumed, and disposed of in accordance with these specifications. Cleaning of sawcut area by washing and directing waste to public storm drains shall not be permitted. (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1 '/z inch" of the last sentence with the words "two (2) inches'. Add the following sentence to the end of subparagraph (c): Concrete access ramps or curb ramps and concrete median slabs shall be considered concrete sidewalk pavement for removal purposes. Add the following subparagraphs: d) Remove Tree. Demolition and destruction of trees and tree parts, including trunks, branches and foliage, shall be limited to tree removals as shown on the Plans. Root pruning and removals shall be limited to the minimum required to construct new improvements where trees are to be preserved. The entire tree, including the stump and roots, shall be removed, chipped, and disposed of outside of the project limits. The Contractor shall conform to the following requirements: 1. The cutting down or removal of trees is prohibited after the prescribed working hours unless permission is granted by the Engineer. Page 106 2. All debris from pruning or removing a tree shall be cleaned up and hauled away from the Work site on the same day that the tree is cut or pruned. 3. All holes created from removal of tree surface roots, root balls and stumps shall be backfilled with Class 'A' topsoil, compacted to 90% and graded to finish level by the end of the workday. 4. Sprinkler systems disrupted by the Contractor shall be capped or restored by the end of the workday. Capped systems shall be restored to original working condition within three (3) days. h) Remove Landscape Planter. Demolition and removal of planter and plantings, and planter materials, including planter walls and base, plants, dirt, irrigation, and all other items within planter, shall be removed as shown on the Plans. Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." Solid Waste Diversion, including furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, including reporting and keeping records, shall be included in the removal item in which the solid waste diversion is being applied. No additional compensation shall be allowed. Add the following Section 301.6 Remove and Salvage Existing Sign 300-1.6 Remove and Salvage Existing Sign Remove & Salvage of existing sign, shall be at locations shown on the plans and as directed by the Engineer. Removal of concrete foundations and associated reinforcement, and other appurtenances as necessary to cleanly and completely remove the existing sign's items, that are not reusable, and backfill excavation areas to original grade, shall be included in the contract price for this item. The sign, posts, mounting hardware, and appurtenance shall be salvaged and delivered, for storage, to Page 107 City Maintenance Yard, unless otherwise designated by the Engineer. The Contractor shall coordinate with the Engineer for access to the maintenance yard. Material shown on the plans, to be salvaged or used in future reconstructed work, which has been damaged or destroyed as a result of the Contractor's operations, shall be repaired or replaced by the Contractor, at his expense, to the satisfaction of the Engineer. Items removed, that are not designated for salvage, shall become the property of the Contractor and shall be removed from the project site, except as otherwise directed by the Engineer. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all coordination as may be required by the plans, specifications, codes, ordinances, the City, and/or any applicable governmental agency. Remove & Salvage of existing sign, including furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, including coordination, shall be included in Signing And Striping. No additional compensation shall be allowed. Add the following Section 301.7 Remove and Salvage Existing Street Light 300-1.7 Remove and Salvage Existing Street Light Remove & Salvage of existing street light and fixture shall be at locations shown on the plans and as directed by the Engineer. Removal of concrete foundations and associated reinforcement, and other appurtenances as necessary to cleanly and completely remove the existing light pole's items, that are not reusable, and backfill excavation areas to original grade, shall be included in the contract price for this item. The light pole, light fixtures, pull boxes, and appurtenance shall be salvaged and delivered, for storage, to the City's Utility Yard at 949 West 16th Street, unless otherwise designated by the Engineer. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the Utilities Operations Manager, at (949) 644-3011. Material shown on the plans, to be salvaged or used in future reconstructed work, which has been damaged or destroyed as a result of the Contractor's operations, shall be repaired or replaced by the Contractor, at his expense, to the satisfaction of the Engineer. Items removed, that are not designated for salvage, shall become the property of the Contractor and shall be removed from the project site, except as otherwise directed by the Engineer. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all coordination as may be required by the plans, specifications, codes, ordinances, the City, and/or any applicable governmental agency. Page 108 Remove & Salvage of existing street light, including furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein, including coordination, shall be included in Street Lighting And Electrical Systems. No additional compensation shall be allowed. 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General Replace the first paragraph with the following Excavation for the minor concrete items (such as curb & gutter, sidewalk, etc.), structure excavation, storm drain pipes or drainage structure installation, trenching for any utility installation/removal, shoring operation, or other items to be installed, shall not be included in Unclassified Excavation, but shall be included in their respective items of work being constructed. AC and PCC pavement removal shall be quantified under Unclassified Excavation Add the following subsections: 300-2.1.1 Remove Reinforced Concrete Pipe (RCP) and Other Pipe Existing reinforced concrete pipe or other types of existing pipe shall be removed, when it interferes with construction or at locations shown on the plans or as directed by the Engineer, and disposed of properly. Pipe removal, backfill to finished level, compaction to 90%, removal of any appurtenances, and as necessary to cleanly and completely remove the existing pipe to allow for the construction of proposed improvements, shall be included in the bid price for this item. Existing asbestos cement pipe shall be removed, when it interferes with construction or at locations shown on the plans or as directed by the Engineer, and disposed of according to the approved Project Health and Safety Plan (HASP), South Coast Air Quality Management District's (AQMD) Rule 1403 and Procedure 5, Cal/OSHA, Cal/EPA, and AWWA requirements, as well as any pertinent Federal, State, or local regulatory requirements. Pipe removal, backfill to finished level, compaction to 90%, removal of any appurtenances, and as necessary to cleanly and completely remove the existing pipe to allow for the construction of proposed improvements. 300-2.1.2 Remove Catch Basins and Inlets Existing catch basins and risers shall be removed, when it interferes with construction or at locations shown on the plans or as directed by the Engineer, and disposed of properly. Catch basin and inlet removal, backfill to finished level, compaction to 90%, removal of any appurtenances, as necessary to cleanly and completely remove the existing catch basin and/or inlet to allow for the construction of proposed improvements, Page 109 shall be included in the bid price for this item. Note that drainage should be collected during removals until new drainage structures are constructed, connected, and operational. 300-2.1.3 Abandon Fire Hydrant Abandoning existing Fire Hydrant Assembly, when it interferes with construction or at locations shown on the plans or as directed by the Engineer, and shall include removal of existing fire hydrant riser and bury, removal of main line fittings and valve, and sleeving in replacement ductile iron pipe. The hydrant head shall be salvage and returned to City of Newport Beach. Area shall be backfill to sidewalk subgrade level. The Contractor shall notify and coordinate with the Newport Beach Fire Department prior to fire hydrant abandonment work. 300-4 UNCLASSIFIED FILL Unclassified Fill shall include all fills required to construct the pedestrian ramp and stairs, shown on the construction plans or as directed by the Engineer. No payment shall be made for onsite hauling, temporary stockpiling, handling, root - picking, compacting or placing fill materials. Full compensation for transporting excavated material and placing it as compacted fill except as otherwise provided for herein shall be considered as being included in the various earthwork items of work and no additional compensation will be allowed therefore. Any fill beyond the limits shown on the approved Plans or as required in these Project Specifications without the authorization of the Engineer will be at the Contractor's expense. When directed by the Engineer to place fill beyond the limits shown on the approved Plans, such fill will be paid for as "Unclassified Fill" which will be determined and agreed upon between the City and Contractor prior to the work commencing. Unless otherwise directed by the Engineer, Unclassified Fill shall be compacted to the "Compaction Standard" Section of these Project Specifications or as recommended by the Geotechnical report whichever is greater as determined by ASTM Test Method D1557. All work performed by the contractor in constructing underground improvements is subject to periodic testing by the Engineer or the utility owners. SECTION 301 — TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION Replace Section 301-1.7 with the following: Page 110 301-1.7 Adjust Water Valve and/or Valve Box to Grade This work shall consist to adjusting water valve, valve boxes, or pullboxes to finished grade. Prior to the start of any overlay construction, the Contractor is required to tie -out all existing water valve, valve boxes, or pullboxes to the satisfaction of the Engineer. This work shall be performed by contractor unless noted on the plans that work is to be performed by others. Dry utility companies' (Gas, SCE, Time Warner, AT&T) valves and pull boxes that are located within an area to be paved or graded will be adjusted by the respective utility company. Other valves and pull boxes within the area (storm drain, water and sewer) shall be set to finish grade by the Contractor. Work shall be done in accordance with the provisions of Subsection 302-5.8, "Manholes (and Other Structures)," of the Standard Specifications, unless otherwise specified. Work shall include the removal or furnishing of sub -base, shims, or other materials necessary to adjust the items to grade. In Portland cement concrete pavement and sidewalk areas, adjustments to grade shall be done prior to placement of concrete. Adjustment of water valve and/or valve boxes to grade shall conform to the requirements of the owner (City or Utility Company) responsible for the water valve and/or valve boxes being adjusted. Construction shall conform to the Standard Specifications and these Special Provisions 1. After placing the Surface Course, circular holes shall be cut where the water valve box, or survey well monument box exists. The I.D. of the circular hole shall be at least 24" larger than the O.D. of the valve/valve box. 2. The water valve box shall then be raised to the finished pavement grade. 3. A concrete collar shall be poured around the water valve box to within one inch of finished pavement grade. Said collar shall have a minimum depth of 12" and be placed on thoroughly compacted subgrade. 4. After concrete has cured for 48 hours, it shall be tack coated and asphalt concrete shall be placed to finished pavement grade within 24 hours. At the Contractor's option, integral black colored seven sack mix concrete may be utilized, in which case the concrete shall be placed to finished grade and finished smooth. Eliminate Step 4. The Contractor shall coordinate all temporary valve closures, relocations and testing work, with owner (City or Utility Company). Page 111 Water valve boxes and survey well monument boxes shall be thoroughly cleaned of any construction debris which may have entered due to the Contractor's operations. Water valve boxes shall be checked with a valve key for proper operations. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALTIC CONCRETE PAVEMENT 302-5.1 General Add to the following: Testing of underground conduit installations at any given point shall be completed and approved by the Engineer before the surface course is placed at that point. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General Vertical or horizontal position of structures as shown on the Plans or as described in these Specifications shall not vary more than 1/2 inch from true position. Elevation at inlet lips shall not vary more than1/4 inch from elevation shown on the plans. All earthwork shall be done in accordance with Section 300, "Earthwork," of the Standard Specifications and these Special Provisions. Concrete shall be in accordance with Sections 201, "Concrete, Mortar, and Related Materials." A minimum concrete strength of 3,600 PSI (80% of 4,500 PSI) must be attained before any backfill will be allowed. 303-1.2 Subgrade for Concrete Structures Add the following: Page 112 Gravel Base Materials shall be in accordance with Sections 200-1.3, "Gravel" of these Special Provisions. Gravel Base Materials shall not be measured and shall be included in unit price paid for the respective structure. To produce a suitable subgrade when saturated material is encountered, the Contractor shall place a minimum of 12" of crushed rock/gravel wrapped in geofabric (Mirafi 160N or approved equivalent) overlain by 12" of Crushed Aggregate Base (CAB) compacted to a minimum 95 percent relative compaction material prior to concrete placement. The cost for this crushed rock/gravel base surrounded by geofabric and compacted Crushed Aggregate Base (CAB) shall be included in the Contractor's unit pricing of the Concrete Structure and no additional compensation shall be allowed. 303-1.3 Forms Add the following Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surfaces shall be free of any unevenness greater than 1/4 inch when checked with a 10 foot straight edge. Concrete in walls with side slopes flatter than 3/4:1 shall be placed on suitable material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used where the side slope is 3/4:1 or steeper. After removal of forms and "snap ties' any portions protruding or exposed on the concrete surface, shall be removed and any holes patched. A clear non -staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete, shall be used. The cost of furnishing and placing form release agent shall be included in the cost of the various concrete channel improvement structures. Full compensation for conforming to the requirements of FORMS shall be considered as included in the Contract price paid for the related bid items and no separate compensation shall be allowed therefore. 303-1.7 Placing Reinforcement 303-1.7.1 General Add the following: Reinforcing steel bars shall be accurately spaced as shown on the plans and spacing of the first bar immediately adjacent to a transverse construction joint shall be one-half the required spacing shown on the plans. In no case shall the clear distance between parallel bars be less than 2'/z diameters of the bar and a minimum of 2 inches. Unless otherwise shown on the plans, embedment of reinforcing steel shall be 1 %2 inches clear Page 113 depth of #8 bars or smaller and shall be 2 inches clear for #9 bars and larger. Where placement of reinforcing steel requires alternate bars of different size, embedment shall be governed by the larger bar. Tack welding or butt welding of reinforcing bars will not be permitted. All reinforcing steel shall be placed on supports to maintain the distance between the reinforcing steel and the subgrade, as required by the plans and specifications. Under no circumstances shall the reinforcing steel be placed on the subgrade and pulled during placement of concrete. The Contractor shall not place concrete until the Engineer has inspected the reinforcing steel placement and integrity of the steel reinforcement. Provide additional reinforcing bars at wall and slab openings as required. Before placing bars, and again before concrete is placed, clean bars of loose mill scale, oil, or any other coating that might destroy or reduce bond. Securinq in Place: Accurately place bars and wire tie in precise position where bars cross. Bend ends of wire ties away from the forms. Wire tie bars to corners of ties and stirrups. Support bars according to the current edition of "Recommended Practice for Placing Bar Supports" of Concrete Reinforcing Steel Institute, using approved accessories and chairs. Place precast concrete cubes with embedded wire ties to support reinforcing steel bars in concrete placed on grade and in footings. Use care not to damage vapor barriers where they occur. Exposed Concrete Surfaces: Provide stainless steel or exterior quality vinyl plastic tipped chairs, bolsters, and accessories where exposed on exterior or interior concrete surfaces not to be painted or permanently covered. Clearances: Maintain minimum clear distances from face of concrete as indicated or directed. Maintaining Bars in Position: Take adequate precautions to assure that reinforcing position and spacing is maintained during placement of concrete. No splices in transverse steel reinforcement will be permitted other than shown on the plans. No more than one splice will be permitted in any longitudinal bar between transverse joints and the splices shall be staggered. Where permitted, splices in longitudinal and transverse steel shall be lapped forty-five (45) bar diameters, for #8 bars and smaller, sixty (60) bar diameters for #9 through #11 bars, but not less than one foot (1'), unless shown otherwise on the plans. If the Contractor elects to modify the steel reinforcement spacing from what is shown on the plans, shop drawings must be prepared and approved by the Engineer. Field Quality Control Inspection: Obtain inspection and approval of reinforcing as required in the drawings and by code. Page 114 Welding Inspection. Whether welding is done in the shop or at the site, perform welding of reinforcing bars under inspection of the Testing Laboratory Welding Inspector. All reinforcing welding shall have continuous inspection. Payment Full compensation for furnishing, bending and PLACING REINFORCEMENT shall be considered as included in the Contract unit price paid for the various concrete structures and no separate compensation shall be allowed therefore. 303-1.8 Placing Concrete 303-1.8.1 General Add the following: Where concrete is to be deposited against hardened concrete at horizontal construction joints, the surface shall be cleaned, as directed by the Engineer, prior to placement of the additional concrete. All unsatisfactory concrete, latency, coatings, stains, debris, and other foreign materials are to be removed. The surface of the concrete shall be washed thoroughly to remove all loose material. The method used in disposing of wastewater employed in washing the concrete surfaces shall be such that the wastewater will not stain, discolor, or affect exposed surfaces or the structures, and will be subject to the approval of the Engineer. Full compensation for conforming to the requirements of PLACING CONCRETE shall be considered as included in the Contract price paid for the related bid items and no separate compensation shall be allowed therefore. 303-1.8.6 Joints Add the following before the first sentence: Transverse joints shall conform this section. Where bond breaks or expansion joint material is shown to separate PCC construction for new or existing improvements, the material used shall be a preformed expansion joint filler bituminous type conforming to ASTM D 1751. Water stops shall be constructed at locations per the plans and details. Add the following after the last paragraph: Full compensation for conforming to the requirements of JOINTS, Bond Breaks, and/or Water Stops shall be considered as included in the Contract price paid for the related paid items and no separate compensation shall be allowed therefore. Page 115 303-1.9 Surface Finishes 303-1.9.1 General Add the following: Drainage inlets, manholes, and concrete drainage structure shall have an ordinary surface finish. Full compensation for conforming to the requirements of SURFACE FINISH shall be considered as included in the Contract unit price paid for the related bid items and no separate compensation shall be allowed therefore. 303-1.9.2 Ordinary Surface Finish Add the following: Ordinary Surface Finish shall not apply to rock pockets which, in the opinion of the Engineer, are of such an extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement. In such cases, the Engineer may declare the concrete defective and require the removal and replacement of the structure affected at the expense of the Contractor. Full compensation for conforming to the requirements of ORDINARY SURFACE FINISH shall be considered as included in the Contract price paid for the related bid items and no separate compensation shall be allowed therefore. 303-1.10 Curing Add the following: Where the curing compound method is used on concrete surfaces exposed after construction, sloped surfaces flatter than 3/:1 shall be sealed with Type 2 pigmented wax base compound. Surfaces steeper than %:1 shall be sealed with a Type 1 clear or translucent wax base curing compound. Full compensation for conforming to the requirements of CURING shall be considered as included in the Contract price paid for the related bid items and no separate compensation shall be allowed therefore. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements Page 116 303-5.1.1 General Add to this section: "Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi. Sidewalk/Curb Ramps/Driveways - The Contractor shall verify with a "smart level" that the ADA required maximum slope grades are not exceeded both when setting the concrete forms, prior to pouring. It shall be the Contractor's responsibility to supervise and utilize the proper experienced personnel to ensure that the proper sawcut limits are established for all curb ramp locations and the Engineer will not be responsible to direct the Contractor's crews or otherwise serve in this management capacity. Subgrade preparation shall be in accordance with Section 301, "Treated Soil, Subgrade, Preparation, and Placement of Base Materials," of the Standard Specifications. 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 303-5.5.5 Alley Intersections, Access Ramps, and Driveways Add the following subsection: 303-5.5.5.1 Curb Access Ramps Concrete curb ramps shall be 4" thick and shall be constructed per detail or City Standard and as shown on the Plans. Curb ramp work shall include construction Page 117 of concrete ramp, sidewalk, detectable warning surface/truncated domes, and curb and gutter from BCR to ECR. Detectable Warning Surfaces shall be installed at locations shown on the Plans and per Newport Beach Standard Plan 181. The Contractor shall install panels in accordance with the manufacturer's recommendation. SECTION 304— METAL FABRICATION AND CONSTRUCTION 304-2 METAL RAILINGS 304-2.1 Metal Hand Railings 304-2.2.1 General Add the following: Construction of Metal Hand Rail for the Pedestrian Ramp and Stairs shall be in conformance with this specification section, the plans, and as directed by the Engineer. Add the following: 304-5 FLAG HOLDER Construction of Flag Holder shall be per manufacturer recommendation and as directed by the Engineer. SECTION 306 — UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.2.2 Pipe Laying Add the following before the first paragraph: Proper and suitable tools and appliances for safe handling of pipe and fittings shall be employed. Care shall be exercised to avoid damage to pipe and fittings. All pipe and fittings shall be carefully examined by the Contractor for defects at the time of laying, and no defective pipe or fitting shall be installed. If a defect in a pipe or fitting shall be replaced at the Contractor's expense. All pipe and fittings shall be thoroughly clean at the time of laying and shall be handled in such a manner as to maintain this condition by preventing the entrance of foreign material. Unless specified otherwise in the Specifications, pipe shall be jointed in strict Page 118 accordance with the manufacturer's recommendations, and shall be provided with a protective coating at least equal to the protective coating on the pipe being joined. Add the following Section 306-1.2.14 Connections to Existing Water Mains: 306-1.2.14 Connections to Existing Water Mains The Contractor shall obtain the Utilities Department approval prior to connecting into existing water mains. 72 hours notice is required in all instances. Where connections require shutdowns of the existing water system such that any customer is without water service, the shutdown period shall be four (4) hours or less. Where any shutdown is longer than four (4) hours, the Contractor shall install bypass; or, if any resident or business cannot do without water during the initial four (4) hours, Contractor must providewater. Dry connections to existing mains shall be made at a time which shall cause the least inconvenience to water consumers, and shall be planned in such a manner that the duration of any shutdown will be kept to a minimum. No additional compensation will be paid for overtime which may be necessary in making connections to existing mains. When a dry connection to an existing main is made, at least two (2) ounces of HTH (Calcium Hypochlorite) shall be placed in the pipe at each point where the existing main is cut. All new pipe and fittings at the connection shall be swabbed internally with an approved chlorine solution. All connections shall be made in the presence of the City Utilities Department representative. Add the following Section 306-1.2.15 Thrust Blocks and Anchor Blocks 306-1.2.15 Thrust Blocks and Anchor Blocks Thrust blocks and anchor blocks shall be installed along force mains where the direction of pipe changes 11 G degrees or more, at fittings, at stub ends and at all other locations shown on the plans. All thrust blocks shall be formed and poured with no water standing in trench orhole. Concrete for thrust blocks and anchor blocks shall be cured as specified for "Pipe Bedding and Encasement" in the Concrete Class Use Table, Section 201 of the Standard Specifications, prior to pressure testing or trench backfilling. Add the following Section 306-1.2.16 Cut & Plug Existing System Water Mains: 306-1.2.16 Cut & Plug Existing System Water Mains Cut & Plug Existing System Water Mains includes removing paving or other surface material, potholing, excavating trench, backfill and compact trench, install temporary and permanent asphalt concrete or concrete paving, sidewalk, and restore any other Page 119 physical features affected by the work. When the existing main is to remain in service this item shall include: cutting the existing pipe, removing fittings, e.g., tees, crosses, valves, the installation of two transition couplings and a section of Ductile Iron pipe equal in size to the adjoining water main. When the existing main is not to remain in service it shall include: plugging the existing pipe with either a minimum of 12" of concrete or a pipe cap compatible with the pipe to be abandoned. The use of wood plugs shall not be acceptable. This item is to be used whenever a cut and plug is required either to tie-in to the existing system or abandon a main. 306-1.3 Backfill and Densification The compaction provisions of this section are amended as follows: All water trench backfill and bedding shall be compacted to 95 percent minimum relative compaction. 306-1.3.2 Mechanically Compacted Backfill Add the following: Compaction equipment or methods which may cause excessive displacement or may damage structures, such as sleeve tapers or other drop -weight type equipment, shall not be used. [Replace items "b)" and "c)" of the fourth paragraph with the following:] "b)" Vibratory equipment, including vibratory plates on backhoe dipsticks, vibratory smooth -wheel rollers, and vibratory pneumatic -tired rollers - maximum lift thickness of twelve inches (12"). "c)" Rolling equipment, including sheepsfoot (both vibratory and non -vibratory), grid, smooth -wheel (non -vibratory), and segmented wheels - maximum lift thickness of six inches (6"). 306-1.3.3 Jetted Backfill Delete subsection in total and replace with the following: Water densified backfill shall not be permitted. 306-1.3.6 Mechanical Compaction Requirements Delete subsection in total and replace with the following: Trench backfill shall be compacted to a relative compaction of 90% from the top of the bedding section to twelve inches (12") below pavement sub -grade, or finished grade where there is no pavement, and 95% from twelve inches (12") below pavement sub - grade to pavement sub -grade. Page 120 306-1.4.5 Water Pressure Test Add the following The Contractor shall test all mains in the presence of the Engineer. Caulked joint pipe shall be center loaded, and all joints shall be exposed during the test. Rubber gasket joints need not be exposed. The test shall consist of holding the test pressure in each section of the main tested for a period of not less than two (2) hours. The test pressure at the upper end of each section of main tested shall be 75 psi greater than the rated operating pressure of the main, unless otherwise specified. Water necessary to maintain the test pressure shall be measured through a meter or by other means satisfactory to the Engineer. The leakage shall be considered the amount of water entering the main during the test, less the measured leakage through valves and bulkheads. Leakage shall not exceed 45 gallons per inch diameter per mile per 24 hours for asbestos cement pipe; shall not exceed 20 gallons per inch diameter per mile per 24 hours for ductile iron pipe; and shall not exceed 5 gallons per inch diameter per mile per 24 hours for steel pipe. The allowable leakage for PVC pressure pipe shall be determined in accord with Section 306-8.9.2.3 "Allowable Leakage" of these Standard Special Provisions. All leaks shall be repaired and any defective pipe shall be replaced with new pipe. Mains larger than 12 inches in diameter equipped with butterfly valves shall be tested at the rated working pressure of the valves with the valves closed, and tested again at full test pressure with the valves in the open position. All labor, materials, tools and equipment for the testing shall be furnished at the expense of the Contractor. Add the following Section 306-1.4.7 Water Main Disinfection: 306-1.4.7 Water Main Disinfection Water mains shall be disinfected in accord with the following excerpts from AWWA Standard C-601: 1. Gas chlorination methods shall be used for all: a. 12 inch and larger mains. b. Installations of greater than 2,500 linear feet of pipe. Page 121 c. Cases where the new main has been allowed to become contaminated with trench water or other foreign matter. 2. Tablet chlorination: a. Tablets must be placed at the top of the main. If placed in the pipe before laying, the joint must be laid tablet side up; b. Dosage: Two (2) tablets per 13 feet of pipe length for 6 and 8 -inch diameter pipe; Three (3) for 10 -inch diameter; and two (2) perfire hydrant. c. Mains shall be filled very slowly; valves and services shall be operated to provide contact with the chlorinated water. 3. Sampling and Flushing: a. Dose at 50.0 mg -/I. of available chlorine and retain for 24 hours. b. When dosing at 50.0 Mg./l. check for at least 25.0 mg./I. residual throughout length of line at end of 24 hours. c. Flush main until chlorine is no higher than prevailing residual in the surrounding public system or less than 1.0 mg -/I.. NOTE: The contractor shall provide sample locations at each end of main, or at least every 500 feet. d. A sample will be taken for bacteriological testing. The bacteriological test takes 48 hours. 4. Additional Notes: a. Field samples for residual and bacteriological test will betaken by the City Utilities Department personnel only, Monday through Friday. b. Tie-ins to the existing public water system may be made Monday through Thursday only. Scheduling work and sampling is required at least 72 hours in advance. c. Special circumstances may require special procedures. 5. Main Repairs and Tie-ins: a. Swabbing and Flushing: The following procedure is considered as a minimum that may be used during tie-ins and main repairs. Page 122 b. Swabbing with Hypochlorite Solution: The interior of all pipe and fittings used in making tie-ins or repairs (particularly couplings and tapping sleeves) shall be swabbed with 5% Hypochlorite Solution before installation. c. Flushing: Thorough flushing shall be started as soon as repairs are completed and shall continue until discolored or highly chlorinated water is completely eliminated. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-2 STREET LIGHTING CONSTRUCTION Add to this section: The work shall consist of furnishing and installing, modifying, or removing one or more street lighting systems as shown on the plans and as Specified in the 2012 Standard Specifications for Public Works Construction. Street light poles shall be assembled per manufacture recommendation and as shown in the plans. SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL Add to this section: The landscape work shall not begin until all other trades have constructed street, bridge and related construction improvements, repaired all areas of settlement, erosion, rutting, etc., and the soils have been re-established, re -compacted and refinished to final grades. The City Engineer shall be notified of all areas where the landscape work is prevented from being executed. 308-2 EARTHWORK AND TOPSOIL PLACEMENT. 308-2.3 Topsoil Preparation and Conditioning. 308-2.3.1 General. Replace the first sentence with the following: The type and thickness of topsoil shall be as shown on the Plans, or if not shown, shall be Class "C. Page 123 308-4 PLANTING. 308-4.1 General. Add the following: All plants of the same species and container size (i.e. the same specification) shall be uniform in size and shape and at the same stage of growth to the satisfaction of the City Engineer. The Contractor shall be responsible for managing the site and performing planting, maintenance, and corrective measures to the best advantage of the plant material to promote healthy growth, establishment, and success of the plantings. This shall include providing drainage, irrigation or watering, maintaining a proper soil moisture level, weeding, fertilization, protection, temporary measures to promote establishment, and other reasonable maintenance and construction efforts needed to provide for the successful establishment of the plant materials during the contract period. Hair roots shall extend to the edge of the container. No plant shall be root -bound. The Contractor shall not install planting as shown in the plans when it is obvious in the field that conditions exist which are detrimental to plant survival and growth. Such conditions shall be brought to the attention of the City Engineer. No plants shall be transported to planting areas that are not thoroughly wet throughout the ball of earth surrounding the roots. Plants shall not be allowed to dry out, nor shall any roots be exposed to the air except during the act of placement. Any plant that, in the opinion of the City Engineer, is dry or in a wilted condition when delivered or thereafter, whether in place or not, shall not be accepted and shall be replaced at the Contractor's expense. All inspections herein specified shall be made by the City Engineer. The Contractor shall request inspection at least 48 hours in advance of the time inspection is required. Inspection shall be required on the following stages of the work: 1. During preliminary grading, soil preparation, and initial weed eradication. When plants are spotted for planting, but before planting holes have been excavated. 3. When finish grading has been completed. 4. When all specified work has been completed (prior to the maintenance and plant establishment period). 5. Final inspection at the completion of the maintenance and plant establishment period. Page 124 The Contractor's failure to obtain inspection shall extend the start and/or finish of the maintenance and plant establishment period as applicable, unless otherwise agreed to in writing by the City Engineer. 308-4.5 Tree and Shrub Planting. Delete the first sentence of the first paragraph and replace with the following: Planting holes shall have vertical sides to the depth of the root ball and shall be two times the width of the root ball. Delete the fourth paragraph and replace with the following: All planting holes shall be backfilled with a prepared soil mix conforming to the following requirements: 1. 5 parts by volume on-site soil* 2. 3 parts by volume organic amendment 3. 5 lbs. 12-12-12 commercial fertilizer per cubic yard of mix 4. 5 lbs. Gypsum * from areas where the soil has been tested and/or amended The materials shall be thoroughly mixed prior to backfilling, so that they are evenly distributed and without clods or lumps. Fertilizer planting tablets shall be 21 gram size and shall be placed with each plant at the following rates: One tablet per one -gallon container Two tablets per five -gallon container Four tablets per 15 -gallon container Eight tablets per 24" box container Delete items a, b, and c in the fifth paragraph and replace with the following: a) Set plant in the center of the hole with the fullest growth facing the prevailing wind. b) Position the plant in the hole so that the top of the root ball is 1" above the finished grade and backfill no higher than halfway up the root ball. Place the recommended number of tablets evenly around the perimeter of and immediately adjacent to, the root ball at a depth that is between the middle and the bottom of the root ball. c) Complete the backfilling, tamp (eliminating all air voids), sloping the soil away from the rootball to finished grade, and water. Page 125 Delete item e) in the fifth paragraph and replace with the following: e) Construct a berm 4" above finish grade, extending 4" to 6" beyond edge of root ball, forming a watering basin with a level bottom around each plant. 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.1 General. Add the following: The Contractor shall check and verify the water pressure at the Point of Connection (P.O.C.) prior to beginning work. The Contractor shall notify the City Engineer of any discrepancy between the pressure indicated on the plans and the actual water pressure measured in the field. If the pressure provided at the work site or any other conditions create problems that shall prevent proper operation of the irrigation system, the City Engineer shall be notified before commencement of any work. Add to the last paragraph: The Contractor shall accurately record on one set of black and white prints (irrigation drawings), all changes in work constituting departures from the original contract drawings. The record drawings of the irrigation system shall show locations and depths of the following items: 1. Points of connection. 2. Routing of pressurized and non -pressurized lines (dimension at a maximum of 100 feet along routing). 3. All valves. 4. Quick coupling valves. 5. Rerouting of control wires. 6. Other related equipment (as directed by City Engineer). Dimensions shall be from two permanent points of reference (monuments, sidewalks, curbs, and pavement). Information needed on the As -Built drawings shall be added on a day-to-day basis as the work is installed. All dimensions noted on the drawings shall be a %" in size. Upon completion of each increment of work, the Contractor shall transfer all such information and dimensions to the prints. Changes and dimensions shall be in a legible and professional manner. When the drawings are approved, transfer all information to a set of reproducible drawings. The Contractor shall submit As -Built drawings (mylars and bluelines) to the City Engineer for approval five (5) working days prior to the start of the maintenance and establishment period. Page 126 308-5.2 Irrigation Pipeline Installation. 308-5.2.1 General. Add the following Mechanical trenching machines shall be of an approved type to cut trenches with straight sides. Pipes shall be supported continuously on the bottom of the trench and shall be laid to an even grade. Trenching excavation shall follow layout approved by the City Engineer and as indicated on the approved plans. Trenches located under areas where paving, asphaltic concrete or concrete will be installed shall be backfilled with sand and compacted in layers to 95% compaction, using manual or mechanical tamping devices. The Contractor shall set in place, cap, and pressure test all piping under paving prior to paving work. Piping under existing pavement may be installed by jacking, boring, or hydraulic driving. However, no hydraulic driving will be permitted under asphalt paving. The Contractor shall install irrigation sleeves where any irrigation pipe or irrigation control wire passes under paving. Sleeves shall extend 12" beyond the edge of paving. Sleeves shall be two times the diameter of lateral line, mainline, and wire bundle size, and a minimum of 2" size. Install separate sleeves for each use. Secure permission from the City before cutting or breaking existing pavement. All necessary repairs and replacements shall be approved by the City at no additional cost to the City. Trenches shall not be backfilled prior to approval of all required tests unless specifically directed by City Engineer for trenches that represent an unsafe situation. Excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials shall be free from clods of earth or stones larger than 1" in diameter, shall be tamped in 4" layers under the pipe and uniformly on both sides extending the full width of the trench and the full length of the pipe. Materials shall be sufficiently damp to permit thorough compaction, free of voids. Backfill shall be mechanically compacted to a dry density equal to adjacent, undisturbed soil in landscaped areas and shall conform to adjacent grades. Under no circumstances shall truck wheels by used to compact soil. Initial backfill on all lines shall be of fine granular material with no foreign matter larger than %' diameter. Jetting is not an acceptable method of compacting trenches. All trenches shall be compacted to the same compaction as the adjoining area and finished flush with adjoining grades. If settlement occurs and subsequent adjustments Page 127 in pipe, valves, irrigation heads, planting, or other construction is necessary, the Contractor shall make required adjustments without cost to the owner. 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment. Add the following: The backflow prevention unit shall be tested by a certified backflow technician and its operation certified in writing. The Contractor shall arrange and pay for all testing and certification fees. The original written certification of the backflow prevention unit is to be submitted to the City Engineer. Install valve boxes in planting areas and according to the construction drawings. Only one valve per box shall be allowed. Align valve boxes at right angles to the adjacent hardscape whenever possible. Where several valve boxes are located in the same area, arrange them in a uniform and orderly fashion. When grouped together, allow a minimum of 12" between valves. The valves shall be installed in valve boxes, which shall have enough room on all sides to allow repair personnel to completely re -construct the valves without removing the valve box. Valve boxes shall have identification numbers hot branded onto the box covers. The letters shall be 2" high and shall be branded using irons specifically designed for this purpose. Heat branding shall not weaken or in any way puncture the valve box cover. Remote control valves shall be branded "RCV" followed by the irrigation controller and valve number (e.g. RCV A-12), ball valves shall be branded "BV", and quick coupler valves shall be branded "QCV". Identification tags with numbers are required on all valves. Tags shall have black letters with a yellow background unless otherwise directed by the City Engineer. Delete the third, fifth, sixth, and seventh paragraphs. 308-5.4 Sprinkler Head Installation and Adjustment. 308-5.4.2 Location, Elevation, and Spacing. Delete the entire section. 308-5.5 Automatic Control System Installation. Add the following: Loop 36" of excess wire into each single valve box and into one valve box in each group of valves. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the City. Page 128 Spare Wires - Two red and one white spare wires shall be run in each direction from the furthest valve of the furthest valve manifold on each mainline run to each controller. Automatic Controllers - Controllers shall be installed approximately where shown on the plans after having verified exact positioning with the City Engineer. Units shall be installed plumb and in a manner as recommended by the manufacturer of the enclosure. Delete the first sentence and last sentence in the fourth paragraph. 308-5.6 Flushing and Testing. 308-5.6.1 General. Add the following: If leaks develop, repair leaking portions and repeat test until entire system is proven to be water -tight. Tests shall be observed and approved by the City Engineer prior to backfilling trenches. 308-5.6.2 Pipeline Pressure Test. Add the following: Swing joints, spray heads, etc. are not included in the lateral line pressure test. Add the following subsection: 308-5.7 Controller Charts. Upon completion of the work, the control system shall be in operating condition with an operational chart mounted in the controller cabinet. As -Built drawings shall be approved by the City Engineer before the controller charts are prepared. The Contractor shall provide two controller charts for each controller supplied that show the area covered by the automatic controller on the maximum size sheet which the controller or controller cabinet door shall allow. The chart shall be a reproduction of the As -Built system drawing. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged or redrawn to a size that shall be readable. The chart shall be a black line print and a different color shall be used to show area of coverage for each station. When completed by the Contractor and approved by the City Engineer, one of the charts shall be hermetically sealed between two pieces of plastic, each piece being a Page 129 minimum 20 mils thick. This chart shall be mounted using Velcro or approved equal type of tape. The other chart shall be given to the City Engineer. These charts shall be completed and approved prior to final inspection of the irrigation system. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Delete the second sentence of the fifth paragraph and replace with the following: The plant establishment period shall be for a period of 180 Days unless otherwise specified and will be extended by the City Engineer if the planted areas are improperly maintained, appreciable plant replacement is required, or other corrective work becomes necessary. The Contractor shall apply post -plant fertilizer at the rate of 20 pounds per 1,000 square feet 30 days after planting and once again at the end of the maintenance and establishment period. The above fertilization schedule may be revised by the City Engineer if optimal plant health and growth is not being obtained. The Contractor shall comply with all changes as directed. Add the following subsection: 308-6.1 Guarantee. All 15 -gallon and larger trees installed under the contract shall be guaranteed to live and grow for one year from the date of final acceptance of the work unless decline of the tree is specifically attributable to causes unrelated to installation, plant material quality, and the Contractor's maintenance practices. All other plant material shall be guaranteed to live and grow for a period of 90 calendar days from the date of final acceptance of the work unless decline of the plant material is specifically attributable to causes unrelated to installation, plant material quality, and the Contractor's maintenance practices. Any plant material found to be dead, missing, or in poor condition during the maintenance and establishment period shall be replaced immediately at the Contractor's expense. The City Engineer shall be the sole judge as to the condition of the material. Replacement shall be made to the same specifications required for the original plantings. During the guarantee period, should the Contractor fail to expeditiously replace dead plant material upon written notification by the City Engineer, the City shall cause the work to be corrected and bill the actual costs incurred to the Contractor. Page 130 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS Delete the entire section and replace with the following: The removal of traffic striping and curb and pavement markings shall conform to the general provisions in Section 15-2.02C, "Remove Traffic Stripes and Pavement Markings' of the 2010 Caltrans Standard Specifications. 314-3 REMOVAL OF PAVEMENT MARKERS Delete the entire section and replace with the following: The removal of pavement markers shall conform to the general provisions in Section 15-2.02D, 'Remove Pavement Markers" of the 2010 Caltrans Standard Specifications. 314-4 APPLICATION OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS Delete the entire section and replace with the following: The application of traffic striping and curb and pavement markings shall conform to the general provisions in Section 84, "Traffic Stripes and Pavement Markings " and Section 84-2, 'Thermoplastic Traffic Stripes and Pavement Markings" of the 2010 Caltrans Standard Specifications and Standard Plans A20A - A24E of the 2010 Caltrans Standard Plans. Thermoplastic material shall only be applied by the extrusion method. The Contractor shall use the most current State of California Department of Transportation stencils throughout this project. No striping work will start until the Inspector has approved the spotted or "cat -tracked" markings. No section of any street shall be left without striping for more than 24 hours, or over weekends or holidays. The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight. 314-5 PAVEMENT MARKERS Page 131 Delete the entire section and replace with the following: The Contractor shall install retroreflective pavement markers as noted on the plans and in conformance with Section 214-7 of these Special Provisions. Existing raised pavement markers shall be removed prior to asphalt concrete construction. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement. Add the following section: SECTION 315 – SIGNAGE 315-1 TRAFFIC SIGN INSTALLATION, RELOCATION, AND REMOVAL 315-1.1 GENERAL This work consists of relocating, removing, furnishing, salvaging and installation of guide, regulatory, and warning signs at the locations shown on the Plans in accordance with 2010 Caltrans Standard Plan RS1, the 2014 California Manual on Uniform Traffic Control Devices and as directed by the Engineer. Roadside signs shall be installed at the locations shown on the Signing and Striping Plans, or where directed by the Engineer. Post embedment shall be per manufacturer's instructions. The Anchor Assembly for the Telespar sign post—Anchor Post and Anchor Sleeve— shall be driven simultaneously until only 1" to 2" remains above ground level. The tops of both pieces shall be flush. All dirt shall be removed from the inside top 8" of the Anchor Assembly to allow for installation of the sign post. Install the 1 '/<" square Sign Post 6" to 8" into the Anchor Assembly and secure in place with two 5/16" Universal Head Drive Rivets. The rivets shall be installed on the side opposite traffic flow and the side away from traffic as shown in order to achieve the maximum break -away effect. Installation according to these requirements is essential to maintain the break -away characteristics of the post system Under NO circumstances shall the Anchor Assembly be secured in concrete footings. Page 132 Add the following section: SECTION 316 - MISCELLANEOUS ITEMS 316-1 TEMPORARY BRIDGE. The installation of the temporary bridge shall include constructing abutments, installing sheet pile (non -vibratory method), assembling and installing an Acrow Panel Truss temporary bridge structure or approved equal, and construction of approach ramps with a sidewalk on the north side of the temporary bridge. The Contractor shall anticipate the general work areas to be limited in size and delivery of material to/from the installation site, on Balboa Lane, from a laydown area, may require smaller trucks. The Contractor shall maintain access for residents, including driveways, during this process. The bridge will be rolled into place by means of cantilevered launch. City maintenance may need to access the existing manholes at Balboa Avenue/West Grand Canal boardwalk and at Balboa Ave/East Grand Canal. 1) The Contractor shall coordinate with the City and have both manholes maintained (inspected, cleaned, repaired) immediately prior to the installation of the temporary bridge; and 2) The Contractor shall design the temporary bridge so that the City has access to their manholes, from below and from the side, so that it can be expeditiously accessed if absolutely necessary (for emergency conditions). The Contractor shall protect -in-place the surrounding existing facilities. If removals are necessary, the Contractor shall replace -in-kind, or better, and reconstruct. It is anticipated that portions of the wooden handrail, of the dock on the west side of the canal, may be impacted by the temporary bridge and may need to be removed. As part of the temporary bridge work, the Contractor is responsible for replacing the handrail and all other items, if removed, after the temporary bridge is decommissioned and removed. 316-2 TEMPORARY UTILITY CROSSING. The Contractor shall design, build, and maintain the Temporary Utility Crossing, for the duration of the removal and reconstruction of the existing concrete bridge structure at Park Avenue. The Temporary Utility Crossing shall be completed -in-place prior to the relocation of existing utilities from the Park Avenue Bridge. The Contractor shall coordinate with the City and utility companies for relocations. The Temporary Utility Crossing shall be removed after utilities are relocated onto the reconstructed Park Avenue Bridge. The Contractor shall anticipate the general work areas to be limited in size and delivery of material to/from the installation site may require smaller trucks. Page 133 316-3 STORM DRAIN CHECK VALVE. The Contractor shall submit product literature that includes information on the performance and operation of the valve, materials of construction, dimensions and weights, elastomer characteristics, headloss, flow data pressure ratings, and provide shop drawings that clearly identify the valve materials of construction and dimensions. The storm drain check valve, Tideflex 12 -in Checkmate Inline Check or an approved equivalent, shall be installed in accordance with manufacturer's instructions. 316-4 FIRE HYDRANT. Fire hydrants shall be installed per City of Newport Beach Standard Drawing STD -500- L. Unless otherwise specified on the standard drawings, fire hydrants shall be in accordance with the following: 316-4.1 General Fire hydrant assemblies shall be installed in accordance with IRWD Standard Drawings, detail drawings, and as specified herein, and shall include the connection to the main, the fire hydrant, hydrant bury, break- away spool, shutoff valve, valve box, connection piping, concrete thrust blocks, and appurtenances. 316-4.2 Break -Away Bolts Breakaway bolts shall be installed with the threads toward the top of the hydrant. Bolts shall be packed with clear silicon sealant. 316-4.3 Painting All portions of the fire hydrant shall be painted with one prime coat and two finish coats paint in the field, after the fire hydrant has been installed. The second finish coat shall be applied just prior to the final inspection. 316-4.4 Concrete A. The thrust blocks shall be placed per City of Newport Beach Standard Drawing STD -510 -L-A. 316-4.5 Testing A. Hydrants shall be tested at the same time that the connecting pipeline is pressure tested. B. Gate valves shall be fully open for testing. Page 134 316-5 FORCE BALANCE FLEXIBLE EXPANSION JOINT. The Contractor shall submit product literature that includes information on the performance and operation of Force Balance Flexible Expansion Joint. Force Balance Flexible Expansion Joints shall be installed in accordance with manufacturer's instructions. 316-5 REMOVE AND RECONSTRUCT MONUMENT WALL WITH SALVAGED SIGN Remove and Reconstruct Monument Wall with Salvaged Sign shall include the removal and reconstruction of the monument wall and the removal, salvaging, and relocation of the existing "Little Balboa Island" monument sign. Removals shall be per Section 301.6, "Remove and Salvage Existing Sign," of these Special Provisions. Reconstruction of the monument wall shall be in accordance with Section 317, "Bridge Structure," of these Special Provisions. 316-6 DETECTABLE WARNING SURFACE Detectable Warning Surfaces shall be installed at locations shown on the Plans and per Newport Beach Standard Plan 181. The Contractor shall install panels in accordance with the manufacturer's recommendation. 316-7 PIPE PENETRATION THROUGH SEAWALL. Construct Pipe Penetration through Seawall shall include coring a hole in the existing seawall for the outlet of a RCP storm drain pipe. Pipe shall be fitted though the cored hole and protrude beyond the wall face on the canal side. The annular space shall be sealed with non -shrink waterproof grout per Section 201-7.3, "Non -Shrink Grout," per the Greenbook Standard Specifications. SECTION 317— BRIDGE STRUCTURE 317-1 DESCRIPTION OF WORK The work to be done in accordance with this portion of the Special Provisions consists, in general, of bridge construction work. The bridge construction to be completed is a 3 - span rectangular precast prestressed simple span girders supported on secant pile abutment walls and cast -in -drilled hole pile supported piers. Other work associated with the bridge construction include, but is not limited to bridge removal, bridge lighting, and bridge approach roadway work. It is the intent of this section to construct the bridge in accordance with the 2010 Standard Plans and 2010 Standard Specifications of the State of California, Department of Transportation (Caltrans). Further references to the "Standard Plans of the State of Page 135 California, Department of Transportation" shall be as Caltrans Standard Plans. Further references to the "Standard Specifications of the State of California, Department of Transportation" shall be as Caltrans Standard Specifications. The Contractor's attention is directed to the Revised Standard Specifications (RSS) for Caltrans Standard Specifications. The applicable version of the amendment is found on the Caltrans website: http://www.dot.ca.gov/hq/esc/oe/specifications/SSPs/2010-SSPs/ rss/ In general, only those provisions that specifically apply to bridge construction as referenced below apply. These provisions include, but are not limited to the following Sections: 19 EARTHWORK 49 PILING 50 PRESTRESSING CONCRETE 51 CONCRETE STRUCTURES 52 REINFORCEMENT 70 MISCELLANEOUS DRAINAGE FACILITIES 75 MISCELLANEOUS METAL 83 RAILINGS AND BARRIERS 90 CONCRETE Such other items or details not mentioned above that are required by the Plans, Caltrans Standard Plans, Caltrans Standard Specifications, or these Special Provisions, shall be performed, placed, constructed, or installed. 317-1.1 SUPPLEMENTAL PROJECT INFORMATION The City makes the following supplemental project information available: Supplemental Proiect Information Means Description Included in Information Handout Foundation Report Park Avenue Bridge (Replace) Bridge No. 55 C-0015 Newport Beach, California By Earth Mechanics, Inc. Dated May 20, 2015 Available as specified in the Cross sections Caltrans Standard Specifications Included with the project plans Log of Test Borings Page 136 317-2 PAYMENTS Payment shall conform to the requirements in Section 9, "Payments", of the Caltrans Standard Specifications and these Special Provisions. The following items are eligible for progress payment even if they are not incorporated into the work: 1. Precast Concrete Members 2. Bar Reinforcing Steel 3. Miscellaneous Bridge Metal 4. Welded Steel Pipe Casing 5. Bridge Lighting 317-3 UTILITIES The Contractor shall conform to the provisions in Section 5-1.36D, "Nonhighway Facilities", of the Caltrans Standard Specifications. The following utility facilities are anticipated to be placed in the superstructure whether by the Contractor's forces or by others: 1. Water Line 2. SoCal Gas Line 3. SCE Electrical Conduits 4. Lighting Conduit The Contractor shall furnish and install hangers, anchor bolt inserts, rollers, sleeves, manhole frames and covers, and other utility accessories that must be cast into the concrete, including utility supports, conforming to the requirements of the utility companies, Caltrans Standard Specifications and these Special Provisions, as applicable. The Contractor shall furnish and install electrical and lighting conduits, and waterline conforming to the requirements of the various utility companies. Gas carrier pipes shall be furnished and installed by the gas company when the superstructure is ready for installation. The Contractor shall allow 15 working days for the installation of all utilities in the bridge. The Contractor shall notify the Engineer, in writing, at least thirty (30) days in advance of the dates that the superstructure is ready for the installation of utilities. The Engineer shall, in turn, notify the owners of the various utilities. Full compensation for conforming to the requirements of this section shall be considered as included in the various contract items of work involved, and no additional compensation will be allowed therefor. Page 137 317-4 WELDING Welding shall conform to the provisions in Section 11-3, "Welding", of the Caltrans Standard Specifications. 317-4.1 Welding Quality Control Welding quality control shall conform to the requirements in the AWS or other specified welding codes and Section 11.3.02, "Welding Quality Control", of the Caltrans Standard Specifications. 317-5 BRIDGE REMOVAL Bridge removal shall conform to the requirements in Section 15-4, 'Bridge Removal", of the Caltrans Standard Specifications, and these Special Provisions. Remove existing superstructure, substructure, sea walls, and approach ramps to the extent and in sequence as shown on the plans. 317-6 STRUCTURE EXCAVATION AND BACKFILL Structures excavation and backfill shall conform to the provisions of Section 19-3, "Structure Excavation and Backfill", of the Caltrans Standard Specifications, and these Special Provisions. General Add to section 19-3.01A(1): Structure backfill includes constructing the geocomposite drain. Geocomposite drain must comply with Section 68-7. Temporary Sheet Pile Cofferdam Cofferdams consisting of steel sheet piling shall conform to Section 19, "Earthwork", of the Caltrans Standard Specifications and these Special Provisions. Cofferdams are required for the construction of abutment shotcrete facing as shown on the plans. The exact extent shall be determined by the Contractor to provide the required work area to facilitate construction. Steel sheet piling shall be installed and removed using press -in non -vibratory method such that the noise levels are less than 84db at 25 feet from equipment and that there are no vibrations perceived by humans. Contractor shall submit shop drawings, details, calculations and installation procedure signed by California registered civil or structural engineer. Page 138 The contract lump sum price for temporary sheet pile cofferdam shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing, installing and removing the temporary sheet pile cofferdam, complete in place, as shown on the plans, as specified in the Caltrans Standard Specifications and theses Special Provisions, and as directed by the Engineer. 317-7 PILING General Piling shall conform to the provisions in Section 49, `Piling", of the Caltrans Standard Specifications, and these Special Provisions. Construction Add to section 49-1.03: Difficult pile installation is anticipated due to presence of tidal flow fluctuation and, high ground water. 317-7.1 Cast -In -Drilled -Hole Concrete Piling General Cast -in -drilled -hole (CIDH) concrete piling shall conform to the provisions in 49-3, "Cast - in -Place Concrete Piles", of the Caltrans Standard Specifications and these Special Provisions. Definitions Replace 'Reserved" in Section 49-3.02A(2) with: Secant Piling: Piling consisting of overlapping and alternating piles cast in drilled holes with Stage 1 unreinforced and Stage 2 reinforced piles conforming to the details shown on the plans. Preconstruction Meeting Replace "Reserved" in section 49-3.02A(4)(b) with: Schedule and hold a preconstruction meeting for CIDH concrete pile construction (1) at least 5 business days after submitting the pile installation plan and (2) at least 10 days before the start of Cl DH concrete pile construction. You must provide a facility for the meeting. Page 139 The meeting must include the Engineer, your representatives, and any subcontractors involved in CIDH concrete pile construction. The purpose of this meeting is to: 1. Establish contacts and communication protocol between you and your representatives, any subcontractors, and the Engineer 2. Review the construction process, acceptance testing, and anomaly mitigation of CIDH concrete piles The Engineer will conduct the meeting. Be prepared to discuss the following: 1. Pile placement plan, dry and wet 2. Acceptance testing, including gamma -gamma logging, cross -hole sonic logging, and coring 3. Pile Design Data Form 4. Mitigation process 5. Timeline and critical path activities 6. Structural, geotechnical, and corrosion design requirements 7. Future meetings, if necessary, for pile mitigation and pile mitigation plan review 8. Safety requirements, including Cal/OSHA and Tunnel Safety Orders Materials Replace "Reserved" in Section 49-3.02B(1) with: Drillable Concrete for Stage 1 unreinforced piles shall be lean concrete conforming to Section 19-3.02H of the Caltrans Standard Specifications. Portland cement shall be ASTM C150 Type IIN. Slurry Add to section 49-3.02B(6)(c): The synthetic slurry must be one of the materials shown in the following table: Page 140 Material Manufacturer SlurryPro CDP KB International LLC 735 Board Street, Suite 209 Chattanooga, TN 37402 423)266-6964 Super Mud PDS Company Inc 105 West Sharp Street EI Dorado, AR 71731 (870) 863-5707 Shore Pac GCV CETCO Construction Drilling Products 2870 Forbs Avenue Hoffman Estates, IL 60192 800 527-9948 Terragel or Geo -Tech Services LLC Novagel Polymer 220 N. Zapata Hwy, Suite 11A -449A Laredo, TX 78043 210 259-6386 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# 9-4/11 G, Sacramento, CA 95816-8041. Page 141 SlurryPro CDP synthetic slurry must comply with the requirements shown in the following table: SI IIRRYPRr) MP Property Test Value Density Mud Weight (density), During drilling API 13B-1, 5 67.0 pcfa section 1 Before final cleaning and <_ 64.0 pcfa immediately before placing concrete Viscosity Marsh Funnel and During drilling Cup. 50-120 sec/qt API 13B-1, section Before final cleaning and 2.2 5 70 sec/qt immediately before placing concrete pH Glass electrode pH 6.0-11.5 meter or pH paper Sand content, percent by volume Sand, Before final cleaning and API 13B-1, section 5 <_ 0.5 percent immediately before placing concrete IT autnorizea, you may use slurry In salt water. I he allowable density of slurry in salt water may be increased by 2 pd. Slurry temperature must be at Iea8ltifiFRM0111 F when tested - Property ested_ Pro ert Test Value Density Mud Weight (Density), During drilling API 13B-1, <_ 64.0 pcfa section 1 Before final cleaning and 5 64.0 pcfa immediately before placing concrete Viscosity Marsh Funnel and During drilling Cup. 32-60 sec/qt API 13B-1, section Before final cleaning and 2.2 <_ 60 sec/qt immediately before placing concrete pH Glass electrode pH 8.0-10.0 meter or pH paper Sand content, percent by volume Sand, Before final cleaning and API 13B-1, section 5 <_ 0.5 percent immediately before placing concrete IT autnonzea, you may use slurry In salt water. I he allowable density of slurry in Page 142 Sup er Mud synt hetic slurr y must com ply with the requi reme nts sho wn in the folio wing table salt water may be increased by 2 pcf. Slurry temperature must be at least 40 degrees F when tested. Shore Pac GCV synthetic slurry must comply with the requirements shown in the following table: SHORE PAC GCV Property Test Value Density Mud Weight (Density), During drilling AN 13B-1, s 64.0 pcfa section 1 Before final cleaning and <_ 64.0 pcfa immediately before placing concrete Viscosity Marsh Funnel and During drilling Cup. 33-74 sec/qt API 13B-1, section Before final cleaning and 2.2 < 57 sec/qt immediately before placing concrete pH Glass electrode pH 8.0-11.0 meter or pH paper Sand content, percent by volume Sand, Before final cleaning and API 13B-1, section 5 s 0.5 percent immediately before placing concrete `If authorized, you may use slurry in salt water. The allowable density of slurry in salt water may be increased by 2 pcf. Slurry temperature must be at least 40 degrees F when tested. Page 143 Terragel or Novagel Polymer synthetic slurry must comply with the requirements shown in the following table: TERRAGEL OR NOVAGEL POLYMER Property Test Value Density Mud Weight (Density), During drilling API 1313-1, <_ 67.0 pcfa section 1 Before final cleaning and <_ 64.0 pcfa immediately before placing concrete Viscosity Marsh Funnel and During drilling Cup. 45-104 sec/qt API 1313-1, section Before final cleaning and 2.2 < 104 sec/qt immediately before placing concrete pH Glass electrode pH 6.0-11.5 meter or pH paper Sand content, percent by volume Sand, Before final cleaning and API 1313-1, section 5 <_ 0.5 percent immediately before placing concrete It authorized, you may use slurry in salt water. The allowable density of slurry in salt water may be increased by 2 pcf. Slurry temperature must be at least 40 degrees F when tested. Water Slurry Replace section 49-3.02B(6)(d) with: Water is not allowed as slurry, even if full length casing is used during pile excavation. Drilled Holes Add between 3rd and 4th paragraphs of Section 49-3.02C(2): If drilling slurry is used during excavation, maintain the slurry level at least 10 feet above the piezometric head. Reinforcement Add to section 49-3.02C(4): If the hole is drilled below the specified tip elevation shown, the reinforcement must extend to within 3 inches of the bottom of the drilled hole. Page 144 All reinforcing steel shall be epoxy coated. Unless otherwise shown, the bar reinforcing steel cage must have at least 3 inches of clear cover measured from the outside of the cage to the sides of the hole or casing. Place spacers at least 5 inches clear from any inspection tubes. Place plastic spaces around the circumference of the cage and at intervals along the length of the cage, as recommended by the manufacturer. For a single CIDH concrete pile supporting a column: 1. If the pile and the column share the same reinforcing cage diameter, this cage must be accurately placed as shown. 2. If the pile reinforcing cage is larger than the column cage and the concrete is placed under dry conditions, maintain a clear horizontal distance of at least 3.5 inches between the two cages. 3. If the pile reinforcing cage is larger than the column cage and the concrete is placed under slurry, maintain a clear horizontal distance of at least 5 inches between the two cages. 317-8 CONCRETE STRUCTURES (BRIDGE) Concrete bridge structures shall conform to the provisions of Section 51, "Concrete Structures", of the Caltrans Standard Specifications and these Special Provisions. Submittals Add to section 51-1.01C(1): If the methacrylate crack treatment is performed within 100 feet of a residence, business, or public space, submit a public safety plan that includes the following: 1. Public notification letter with a list of delivery and posting addresses. The letter must describe the work to be performed and state the treatment work locations, dates, and times. Deliver the letter to residences and businesses within 100 feet of overlay work and to local fire and police officials not less than 7 days before starting overlay activities. Post the letter at the job site. 2. Airborne emissions monitoring plan. A CIH certified in comprehensive practice by the American Board of Industrial Hygiene must prepare and execute the plan. The plan must have at least 4 monitoring points including the mixing point, application point, and point of nearest public contact. Monitor airborne emissions during overlay activities. 3. Action plan for protecting the public if levels of airborne emissions exceed permissible levels. 4. Copy of the CIH's certification. Page 145 After completing methacrylate crack treatment activities, submit results from monitoring production airborne emissions as an informational submittal. Bridge Deck Surface Texture Replace "Reserved" in Section 51-1.03F(5)(b) with: Texture the bridge deck and approach slab surfaces longer tully by grinding and grooving. 317-8.1 Precast Concrete Members Precast concrete members shall conform to the provisions of Section 51-4, "Precast Concrete Members", of the Caltrans Standard Specifications and these Special Provisions. Materials Add in the 1st sentence of the 1st paragraph of Section 51-4.02A: and shall be epoxy coated. Add in the 2nd sentence of the 2nd paragraph of Section 51-4.02A: and shall be epoxy coated. 317-9 REINFORCEMENT Bar Reinforcing steel (bridge) shall conform to the provision in Section 52, "Reinforcement", of the Caltrans Standard Specifications and these Special Provisions. All reinforcing steel including headed bar reinforcement and welded wire reinforcing shall be epoxy coated. Shop Drawings Add to section 52-1.01C (3)(a): Submit bar lists and drawings for the fabrication and placement of reinforcement to the Engineer for review. 317-10 SHOTCRETE Structural Shotcrete shall conform to the provisions in Section 53, "Shotcrete", of the Caltrans Standard Specifications and these Special Provisions. Page 146 Payment Replace section 53-2.04 with: Payment for epoxy coated welded wire fabric is included in the payment for structural shotcrete. 317-11 WELDED PIPE CASING (BRIDGE) Metal pipe casing extending through the bridge and under the approach slabs for the gas line shall be of the size shown and shall conform to the provision in Section 70-7, "Casings for Bridges" , of the Caltrans Standard Specifications 317-12 MISCELLANEOUS METAL Miscellaneous metal shall conform to the provisions in Section 75, "Miscellaneous Metal", of the Caltrans Standard Specifications and these Special Provisions. 317-13 CONCRETE BARRIER Concrete barrier shall conform to the provisions in Section 83-2, "Barriers", of the Caltrans Standard Specifications and these Special Provisions. Concrete barrier shall have architectural fascia as shown on the plans. 317-14 BRIDGE LIGHTING This section pertains to the lighting on bridge only. See Section F of these Special Provisions for lighting related to the streets and specifications for the various elements of the Bridge Lighting. Bridge lighting luminares shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems", of the Caltrans Standard Specifications, the details on the plans and these special provisions. The Contractor is responsible for installing all necessary conduits, pullboxes, conductors and wiring, and service meter for all bridge lighting within the entire limits of the bridge. The contract lump sum price for bridge lighting shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing luminares including placement of conduit, pullboxes, and service meter, complete in place, as shown on the plans, as specified in the Caltrans Standard Specifications and these Special Provisions, and as directed by the Engineer. 317-15 CONCRETE IN CORROSIVE ENVIRONMENTS Page 147 Concrete is in corrosive environment and shall conform to Section 90-1.02H of the Caltrans Standard Specifications. Page 148 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) TABLE OF CONTENTS APPENDICES APPENDIX I PERMITS ACQUIRED BY THE CITY a. State Water Quality Control Board 401 Permit (RWQCB#:302014-18 CIWQS#:810015) b. California Coastal Development Permit No. 5-14-1668 APPENDIX II QUALITY ASSURANCE PLAN (OAP) FOR THE CITY OF NEWPORT BEACH APPENDIX III GEOTECHNICAL — FOUNDATION REPORT (FOR REFERENCE) APPENDIX IV DRY UTILITY FACILITY INFORMATION a. Relocation Plans (Draft): Temporary Facilities b. Relocation Plans (Draft): Permanent Facilities c. AT&T Specifications d. SCE Underground Structures Standards APPENDIX V REFERENCE DETAILS a. Temporary Bridge: 700XS Acrow Panel Bridge b. Light Pole: South Coast Lighting Traditional Series c. Flag Holder Exhibit APPENDIX VI CONSTRUCTION ROUTES EXHIBIT CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) APPENDIX I PERMITS ACQUIRED BY THE CITY Water Boards Santa Ana Regional Water Quality Control Board March 16, 2015 Mr. Fong Tse Public Works Department City of Newport Beach 100 Civic Center Drive Newport beach, CA 92660 APPENDIX I(a) �rd�E w G 0 Jr. i x M..n.m�+ Roou ouni,..,N CNB public Works MAR 19 2015 CLEAN WATER ACT SECTION 401 WATER QUALITY STANDARDS CERTIFICATION FOR THE PARK AVENUE BRIDGE OVER GRAND CANAL REPLACEMENT PROJECT, CITY OF NEWPORT BEACH, ORANGE COUNTY (ACOE REFERENCE NO. SPL -2014-00732) (SARWQCB PROJECT NO. 302014-18) Dear Mr. Tse: On October 14, 2014, we received an application for Clean Water Act Section 401 Water Quality Standards Certification (Certification) for various improvements to the deteriorating Park Avenue Bridge in the City of Newport Beach (City), Orange County. This letter responds to your request for certification that the proposed project, described in your application and summarized below, will comply with State water quality standards outlined in the Water Quality Control Plan for the Santa Ana River Basin (1995) and subsequent Basin Plan amendments: Project Description: The City's existing Park Avenue Bridge does not meet current bridge design and seismic safety standards, per the California Department of Transportation (Caltrans) Sufficiency Rating process. Therefore, Caltrans has identified the bridge as "functionally obsolete". In response to this determination, the City is proposing to demolish the existing bridge, which spans over the Grand Canal at Park Avenue, and replace it with one that meets current engineering standards. The scope of the project will include demolishing the existing subject bridge, which spans over the Grand Canal at Park Avenue. The existing concrete piles will be removed to just below the mud line, thereby preventing additional impacts associated with turbidity to the canal. A temporary bridge will be installed at Balboa Avenue to facilitate vehicular and pedestrian traffic during the reconstruction of the Park Avenue Bridge. The installation of a temporary bridge at Wf;l. •:vt R , I K V esu:aa":I =,, _tine [ ...t' . . ,1-v I(a)-1 of 7 Fong Tse City of Newport Beach RWQCB #:302014-18 CIWQS #: 810015 -2- APPENDIX 1(a) March 16, 2015 Balboa Avenue will be 'launched" via crane and from the canal approaches on Balboa Avenue. The temporary supports for the Balboa Avenue Bridge would consist of steel sheet piles. The steel sheet piles will be vibrated into place from locations on Balboa Avenue so that no equipment will be required within the canal. The sheet piles will be entirely removed once the Park Avenue Bridge is opened to traffic and the temporary bridge is no longer required. The construction activities associated with the proposed temporary bridge installations will be facilitated from the Balboa Avenue approach. The new Park Avenue Bridge construction activities will be facilitated using the approach extending from Park Avenue. The proposed width of the new bridge will be 36 feet wide. Pile installation for the new Park Avenue Bridge will utilize. cast -in - drilled -hole (CIDH) construction for implementation of each bridge pile,. as part of new vertical curve profile concrete bridge design, with freeboard pier positions and connecting seawalls. 60 -foot lengths of interlocking secant pile walls will replace the existing seawalls. All construction activities within the Grand Canal will be limited to geotechnical investigations, reconstruction of the sea wall within the project limits, and for the removal and installation of bridge piers. The work will take place within Section 35 of Township 6 South, Range 10 West, of the U.S. Geological Survey Newport Beach, California, 7.5 -minute topographic quadrangle map (33.606411 degrees N/A 17.888969 degrees W). Receiving water: , PacificOceah, .Newport Bay Fill area: 6.45 CY Dredge volume: Not applicable Federal permit: U.S. Army Corps of Engineers Nationwide Permit No. 25 (Structural Discharges) and Section 10 Letter of Permission (LOP) I(a)-2 of 7 APPENDIX I(a) Fong Tse March 16, 2015 City of Newport Beach RWQCB #:302014-18 CIWQS #: 810015 -3- You 3 - You have proposed to mitigate water quality impacts as described in your Certification application. The. proposed mitigation is summarized below: Onsite Water Quality Standards Mitigation Proposed: Standard water quality related Best Management Practices (BMPs) will be employed onsite and will include site design features, as well as, source control and treatment control BMPs. As an additional BMP, a form will be vibrated down into the substrate around the proposed drilling location and extend above the water line, in order to control material (e.g. mud, concrete and sediment) associated with the drilling in and out of the hole. The installation of the piles will be a controlled operation in terms of the mud/soil removal associated with the drilled pile. Within the application materials, the Applicant has identified that eelgrass and the habitat it provides is prevalent throughout the Grand Canal, except in the shade beneath the existing bridge. The Applicant proposes to conduct a pre -Project, post -Project, and 12 -month post -Project sequence of surveys to determine actual impacts to eelgrass. For anticipated impacts, compensatory mitigation will consist of eelgrass planting in the Grand Canal, conducted at no less than a 1:1 ratio in compliance with the Southern California Eelgrass Mitigation Policy (SCEMP) and the City's eelgrass mitigation Program. Mitigation will compensate for permanent and temporal losses of the beneficial uses Estuarine Habitat (EST), Wildlife habitat (WILD), Spawning, Reproduction, and Development (SPWN) listed in the Water Quality Control Plan for the Santa Ana River Basin, 1995 (Basin Plan). Offsite Water Quality Standards Mitigation Proposed: No off-site water quality standards mitigation is proposed. Should the proposed project impact state- or federally -listed endangered species or their habitat, implementation of measures identified in consultation with U.S. Fish and Wildlife Service and NOAA will ensure those impacts are mitigated to an acceptable level. Appropriate BMPs will be implemented to reduce construction -related impacts to Waters of the State according to the requirements of Order No. R8-2009-0030, commonly known as the Orange County Municipal Storm Water Permit. Order No. R8- 2009-0030 requires that you substantially comply with the requirements of State Water Resources Control Board's General Permit for Storm Water Discharges Associated with Construction Activity. For more information, please review Order No. R8-2009-0003 at: www.waterboards.ca.gov/santaana/board — decisions/ adopted—orders/orders/2009/09-0 03_deminimus_permit_wdr. pdf. I(a)-3 of 7 APPENDIX I(a) Fong Tse March 16, 2015 City of Newport Beach RWQCB #:302014-18 CIWQS #: 810015 -4- You 4 - You have applied for a Nationwide Permit from the U.S. Army Corps of Engineers in compliance with Section 404 of the Clean Water Act. Pursuant to the California Environmental Quality Act (CEQA), the City of Newport Beach adopted a Mitigated Negative Declaration on November 25, 2014. Pursuant to California Code of Regulations, Title 14, Section 15096, subdivision (f), the Regional Board must consider the environmental effects of the project as shown in the associated negative declaration prior to reaching a decision on the project. The Regional Board has independently considered the City's Mitigated Negative Declaration in the issuance of this Certification and finds that changes or alterations have been required, or incorporated into the proposed project, which avoid or mitigate impacts to water quality to a less than significant level. This 401 Certification is contingent upon the execution of the following conditions: 1. Materials must not be placed in a manner where they could be discharged to surface waters except as authorized by this certification. In the event that trash or debris is discharged to surface waters, the discharger must recover the material to the maximum extent practical. 2. Project -related activities must not cause the background natural turbidity, as measured in Nephelometric Turbidity Units (NTUs), in the receiving waters to be increased by values greater than the following Basin Plan objectives at a distance of 100 feet from the activity: a. If natural turbidity is between 0 and 50 NTU, the maximum increase must not exceed 20% of the measured natural turbidity. b. If natural turbidity is 50 to 100 NTU, the increase must not exceed 10 NTU. C. If natural turbidity is greater than 100 NTU, the maximum increase must not exceed 10% of the measured natural turbidity. 3. An effective monitoring plan must be developed and implemented to document compliance with conditions 1 and 2 above.. Any suspected violation of these conditions must be reported to Regional Board staff in writing within 24 -hours of discovery. The monitoring plan and records of monitoring activities must be maintained on site for the duration of the proposed discharge and be available for inspection by Regional Board staff. 4. Pre- and Post -Construction Eelgrass Surveys: The Applicants must conduct an eelgrass.survey within two months of the commencement of dredging. Mitigation for identified eelgrass losses must be performed in accordance with the Southern California Eelgrass Mitigation Plan (SCEMP) I(a)-4 of 7 APPENDIX I(a) Fong Tse March 16, 2015 City of Newport Beach RWQCB #:302014-18 CIWQS #: 810015 -5- 5. 5- 5. Post -Construction Shading Effects Survey: The Applicants must conduct the post - construction shading effects survey specified in the Eelgrass Impact Assessment Report that was submitted with the Certification application. The Applicants must prepare and submit for approval an eelgrass mitigation plan consistent with the requirements of the SCEMP to address eelgrass losses due to shading caused by this project. 6. A copy of this Certification must remain at the project site for the duration of the work and be available for inspection upon request. 7. Substances resulting from project -related activities that could be harmful to aquatic life, including, but not limited to, petroleum lubricants and fuels, cured and uncured cements, epoxies, paints and other protective coating materials, portiand cement concrete or asphalt concrete, and washings and cuttings thereof, shall not be discharged to soils or waters of the state. All waste concrete shall be removed. . 8. All materials generated from construction activities associated with this project shall be managed appropriately. This shall include identifying all potential pollution sources within the scope of work of this project, and incorporating all necessary pollution prevention BMPs as they relate to each potential pollution source identified. 9. Motorized equipment shall not be maintained or parked within or near any stream crossing, channel, shore line or lake margin in such a manner that petroleum products or other pollutants from the equipment may enter these areas under any flow conditions. Vehicles shall not be driven or equipment operated in waters of the state on-site, except as necessary to complete the proposed project. 10.Applicant shall ensure that all fees associated with this project shall be paid to each respective agency prior to conducting any on-site construction activities. 11.This Watert Quality Certification is subject to the acquisition of all. local, regional, state, and federal permits andapprovals as required bylaw. Failure to meet any conditions contained herein or any the conditions contained in any other permit or approval issued by the State of California or any subdivision thereof may result in the revocation of this Certification and civil or criminal liability. 12.A copy of this Certification and any subsequent amendments must be maintained at the project site for the duration of work. 13. The applicant must comply with the requirements of the Clean Water Act section 404 permits. I(a)-5 of 7 APPENDIX 1(a) Fong Tse March 16, 2015 City of Newport Beach RWQCB #:302014-18 CIWQS #: 810015 -6- Under 6 - Under California Water Code, Section 1058, and Pursuant to 23 CCR §3860, the following shall be included as conditions of all water quality certification actions: (a) Every certification action is subject to modification or revocation upon administrative or judicial review, including review and amendment pursuant to Section §13330 of the Water Code and Article 6 (commencing with Section 3867). of this Chapter. (b) Certification is not intended and shall not be construed to apply to any activity involving a hydroelectric facility and requiring a FERC license or an amendment to a FERC license unless the pertinent certification application was filed pursuant to Subsection §3855(b) of this Chapter and that application specifically identified that a FERC license or amendment to a FERC license for a hydroelectric facility was being sought. (c) Certification is conditioned upon total payment of any fee required under this Chapter and owed by the applicant. If the above stated conditions are changed, any of the criteria or conditions as previously described are not met, or new information becomes available that indicates a water quality problem, the Regional Board may require the applicant to submit a report of waste discharge and obtain Waste Discharge Requirements. In the event of any violation or threatened violation of the conditions of this certification, the holder of any permit or license subject to this certification shall be subject to any remedies, penalties, process or sanctions as provided for under state law. For purposes of section 401 (d) of the Clean Water Act, the applicability of any state law authorizing remedies, penalties, process or sanctions for the violation or threatened violation constitutes a limitation necessary to assure compliance with the water quality standards and other pertinent requirements incorporated into this certification. Violations of the conditions of this certification may subject the applicant to civil liability pursuant to Water Code section 13350 and/or 13385. This letter constitutes a Water Quality Standards Certification issued pursuant to Clean Water Act Section 401. 1 hereby certify that any discharge from the referenced project will comply with the applicable provisions of Sections 301 (Effluent Limitations), 302 (Water Quality Related Effluent Limitations), 303 (Water Quality Standards and Implementation Plans), 306 (National Standards of Performance), and 307 (Toxic and Pretreatment Effluent Standards) of the Clean Water Act, and with other applicable requirements of State law. This discharge is also regulated under State Water Resources Control Board Order No. 2003-0017-DWQ (Order No. 2003-0017-DWQ), General Waste Discharge Requirements for Dredge and Fill Discharges That Have Received Water Quality Certification" which requires compliance with all conditions of this Water Quality Standards Certification. Order No. 200-0017-DWQ is available at: www.waterboards.ca. gov/board_decisions/adopted_orders/water_quality/2003/ wqo/wgo200 3-0017.pdf 1(a)-6 of 7 APPENDIX I(a) Fong Tse March 16, 2015 City of Newport Beach RWQCB #:302014-18 CIWQS #: 810015 -7- Should 7 -Should there be any questions, please contact Marc Brown at (951) 321-4584. Sincerely, Kurt V. Berchtold Executive Officer Santa Ana Regional Water Quality Control Board cc (via electronic mail): RBF Consulting — Regulatory Services Director — Richard Beck U. S. Army Corps of Engineers, Los Angeles Office — Gerry Salas State Water Resources Control Board, Office of Chief Counsel - David Rice State Water Resources Control Board, DWQ - Water Quality Certification Unit U.S. EPA - Supervisor of the Wetlands Regulatory Office WTR - 8 1(a)-7 of 7 APPENDIX I(b) STATE OF CALIFORNIA- NATURAL RESOURCES AGENCY EDMUND BROWN, JR„Ciave.nnr CALIFORNIA COASTAL COMMISSION SOUTH COAST DISTRICT OFFICE 200 OCEANGATF, IOTH FLOOR LANG BEACH, CALIFORNIA 90802-,W 16 _ PH(562)590.3071 FAX(562)590.50U WWW COASTALCAQQ%-- (a Page 1 August 5, 2015 Permit Application No. 5-14-1668 COASTAL DEVELOPMENT PERMIT On June 11, 2015, the California Coastal Commission granted to City Of Newport Beach this permit subject to the attached Standard and Special conditions, for development consisting of Demolition of Park Avenue Bridge over Grand Canal, construction of a new Park Avenue Bridge in the same location, and installation of a temporary bridge that spans Grand Canal at Balboa Avenue that will serve traffic while Park Avenue Bridge is under construction, more specifically described in the application filed in the Commission offices. The development is within the coastal zone at the PARK AVENUE BRIDGE THAT SPANS GRAND CANAL AND BALBOA AVENUE, NEWPORT BEACH, (ORANGE COUNTY) Issued on behalf of the California Coastal Commission by Charles Lester Executive Director Shannon Vaughn Coastal Program Analyst ACKNOWLEDGMENT: The undersigned permittee acknowledges receipt of this permit and agrees to abide by all terms and conditions thereof. The undersigned permittee acknowledges that Government Code Section 818.4 which states in pertinent part of that: "A Public entity is not liable for injury caused by the issuance... of any permit...” applies to the issuance of this permit. IMPORTANT: THIS PERMIT IS NOT VALID UNLESS AND UNTIL A COPY OF THE PERMIT WITH THE SIGNED ACKNOWLEDGEMENT HAS BEEN RETURNED TO THE COMMISSION OFFICE. 14 Cal. Admin. Code Section 13158(a). Date: Signature I(b)-1 of 7 APPENDIX 1(b) Page 2 August 4, 2015 Permit Application No. 5-14-1668 COASTAL DEVELOPMENT PERMIT STANDARD CONDITIONS: Notice of Receipt and Acknowledgment. The permit is not valid and development shall not commence until a copy of the permit, signed by the permittee or authorized agent, acknowledging receipt of the permit and acceptance of the terms and conditions, is returned to the Commission office. 2. Expiration. If development has not commenced, the permit will expire two years from the date on which the Commission voted on the application. Development shall be pursued in a diligent manner and completed in a reasonable period of time. Application for extension of the permit must be made prior to the expiration date. 3. Interpretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. 4. Assignment. The permit may be assigned to any qualified person, provided assignee files with the Commission an affidavit accepting all terms and conditions of the permit. Terms and Conditions Run with the Land. These terms and conditions shall be perpetual, and it is the intention of the Commission and the permittee to bind all futuree owners and possessors of the subject property to the terms and conditions. SPECIAL CONDITIONS: This permit is granted subject to the following special conditions: Pre -and Post -Construction Eelgrass Survey(s) A. Pre -construction Eelgrass Survey. A valid pre -construction eelgrass (Zostera marina) survey shall be completed during the period of active growth of eelgrass (typically March through October). The pre -construction survey shall be completed prior to the beginning of construction and shall be valid until the next period of active growth. The survey shall be prepared in full compliance with the "Southern California Eelgrass Mitigation Policy" Revision 8 (except as modified by this special condition) adopted by the National Marine Fisheries Service and shall be prepared in consultation with the California Department of Fish and Wildlife. The applicant shall submit the eelgrass survey for the review and approval of the Executive Director within five (5) business days of completion of each eelgrass survey and in any event no later than fifteen (15) business days prior to commencement of any development. If the eelgrass survey identifies any eelgrass within the project area which would be impacted by the proposed project, the development shall require an amendment to this permit from the Coastal Commission or a new coastal development permit. I(b)-2 of 7 APPENDIX I(b) Page 3 August 4, 2015 Permit Application No. 5-14-1668 COASTAL DEVELOPMENT PERMIT B. Post Construction Eelgrass Survey. If any eelgrass is identified in the project area by the survey required in subsection A of this condition above, within one month after the conclusion of construction, the applicant shall survey the project site to determine if any eelgrass was adversely impacted. The survey shall be prepared in full compliance with the "Southern California Eelgrass Mitigation Policy" Revision 8 (except as modified by this special condition) adopted by the National Marine Fisheries Service and shall be prepared in consultation with the California Department of Fish and Wildlife. The applicant shall submit the post -construction eelgrass survey for the review and approval of the Executive Director within thirty (30) days after completion of the survey. If any eelgrass has been impacted, the applicant shall replace the impacted eelgrass at a minimum 1.2:1 ratio on-site, or at another location, in accordance with the Southern California Eelgrass Mitigation Policy. All impacts to eelgrass habitat shall be mitigated at a minimum ratio of 1.2:1. The exceptions to the required 1.2:1 mitigation ratio found within SCEMP shall not apply. Implementation of mitigation shall require an amendment to this permit or a new coastal development permit unless the Executive Director determines that no amendment or new permit is required. 2. Pre -construction Cauterpa Taxifolia Survey A. Not earlier than 90 days nor later than 30 days prior to commencement or re -commencement of any development authorized under this coastal development permit (the "project"), the applicant shall undertake a survey of the project area and a buffer area at least 10 meters beyond the project area to determine the presence of the invasive alga Caulerpa taxifolia. The survey shall include a visual examination of the substrate. B. The survey protocol shall be prepared in consultation with the Regional Water Quality Control Board, the California Department of Fish and Wildlife, and the National Marine Fisheries Service, C. Within five (5) business days of completion of the survey, the applicant shall submit the survey: (1) for the review and approval of the Executive Director; and (2) to the Surveillance Subcommittee of the Southern California Caulerpa Action Team (SCCAT). The SCCAT Surveillance Subcommittee may be contacted through William Paznokas, California Department of Fish & Wildlife (858/467-4218) or Robert Hoffman, National Marine Fisheries Service (562/980-4043). D. If Caulerpa taxifolia is found within the project or buffer areas, the applicant shall not proceed with the project until 1) the applicant provides evidence to the Executive Director that all C. taxifolia discovered within the project and buffer area has been eliminated in a manner that complies with all applicable governmental approval requirements, including but not limited to those of the California Coastal Act, or 2) the applicant has revised the project to avoid any contact with C. taxifolia. No revisions to the project shall occur without a Coastal Commission approved amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. I(b)-3 of 7 APPENDIX I(b) Page 4 August 4, 2015 Permit Application No. 5-14-1668 COASTAL DEVELOPMENT PERMIT 3. Construction Best Management Practices A. The permittee shall comply with the following construction -related requirements: (1) No construction materials, debris, or waste shall be placed or stored where it may be subject to wave, wind, rain, or tidal erosion and dispersion; (2) Any and all debris resulting from construction activities shall be removed from the project site within 24 hours of completion of the project; (3) Construction debris and sediment shall be removed from construction areas each day that construction occurs to prevent the accumulation of sediment and other debris which may be discharged into coastal waters; (4) Erosion control/sedimentation Best Management Practices (BMP's) shall be used to control dust and sedimentation impacts to coastal waters during construction. BMPs shall include, but are not limited to: placement of sand bags around drainage inlets to prevent runoff/sediment transport into coastal waters; and (5) All construction materials, excluding lumber, shall be covered and enclosed on all sides, and as far away from a storm drain inlet and receiving waters as possible. B. Best Management Practices (BMPs) designed to prevent spillage and/or runoff of construction -related materials, sediment, or contaminants associated with construction activity shall be implemented prior to the on -set of such activity. Selected BMPs shall be maintained in a functional condition throughout the duration of the project. Such measures shall be used during construction: (1) The applicant shall ensure the proper handling, storage, and application of petroleum products and other construction materials. These shall include a designated fueling and vehicle maintenance area with appropriate berms and protection to prevent any spillage of gasoline or related petroleum products or contact with runoff. It shall be located as far away from the receiving waters and storm drain inlets as possible; (2) The applicant shall develop and implement spill prevention and control measures; (3) The applicant shall maintain and wash equipment and machinery in confined areas specifically designed to control runoff. Thinners or solvents shall not be discharged into sanitary or storm sewer systems. Washout from concrete trucks shall be disposed of at a location not subject to runoff and more than 50 -feet away from a storm drain, open ditch or surface water; and (4) The applicant shall provide adequate disposal facilities for solid waste, including excess concrete, produced during construction. I(b)4 of 7 APPENDIX I(b) Page 5 August 4, 2015 Permit Application No. 5-14-1668 COASTAL DEVELOPMENT PERMIT 4. Construction Access and Staging Plans. PRIOR TO COMMENCEMENT OF CONSTRUCTION, the permittee shall submit a plan for the review and approval of the Executive Director which indicates that the construction staging area(s) and construction corridor(s)/access will avoid impacts to public access or sensitive habitat areas, except as specifically authorized in this coastal development permit: The plan shall demonstrate that: a. Construction equipment or activity shall not occur outside the staging area and construction corridor identified on the site plan required by this condition. b. Staging or storage areas shall not be located in or result in impacts to habitat areas. e. The construction staging/storage area shall not be located in public beach parking areas during the peak summer period (Memorial Day to Labor Day). d. The size of the construction staging/storage area will be minimized and will be gradually be reduced as less materials and equipment are necessary. e. The construction access corridor is the minimum width necessary, boundaries of the corridor have been flagged for avoidance of sensitive habitat and public access ways, and measures to protect the soil from disturbance such as temporary driving surfaces are utilized. 2. The plan shall include, at a minimum, the following components: a. A site plan that depicts: (1) limits of the staging area(s) (2) construction corridor(s) (3) construction site (4) location of construction fencing and temporary job trailers b. Written documentation from the owner of the staging area site that the permittee is authorized to use the site, as conditioned by the Coastal Commission, for the period the project is under construction or needed to complete post construction restoration work. The permittee shall undertake development in accordance with the approved final plans. Any proposed changes to the approved final plans shall be reported to the Executive Director. No changes to the approved final plans shall occur without a Commission amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. 5. Conform with Proposed Plan The applicant shall conform to the proposed installation plan identified in the document submitted with their application and received in the Commission's office on September 26, 2014 titled Park Avenue Bridge Over Grand Canal Replacement Project. Any proposed changes to the approved plan shall be reported to the Executive Director. No changes to the approved plan shall occur without a Commission amendment to this coastal development permit unless the Executive Director determines that no amendment is legally required. I(b)-5 of 7 APPENDIX I(b) Page 6 August 4, 2015 Permit Application No. 5-14-1668 COASTAL DEVELOPMENT PERMIT 6. Resource Agencies The permittee shall comply with all requirements, requests and mitigation measures from the California Department of Fish and Wildlife, Regional Water Quality Control Board, U.S. Army Corps of Engineers and the U.S. Department of Fish and Wildlife Service, and the California Department of Transportation with respect to preservation and protection of water quality and the marine and terrestrial environment. Any change in the approved project that may be required by the above -stated agencies shall be submitted to the Executive Director in order to determine if the proposed change shall require a permit amendment pursuant to the requirements of the Coastal Act and the California Code of Regulations. 7. Avoidance of Sensitive Species A. Nesting Birds. Prior to commencement of any construction activities between February 15 through August 31, a qualified biologist shall conduct a breeding behavior and nesting survey for birds protected by the United States Fish and Wildlife Service, California Department of Fish and Wildlife, the Migratory Bird Treaty Act and California species of special concern within 300' of the project site (500' for raptors and owls). if any occupied nests of any sensitive species are discovered, construction activities within 300' of the nest (500' for raptors and owls) shall be monitored to ensure that construction noise levels do not exceed 65 dB peak within 100' of the nest until the nest is vacated and juveniles have fledged and there is no longer evidence of a second attempt at nesting. The applicant shall implement a larger buffer if the biologist recommends a larger buffer from the nest area. B. Sensitive Species Monitoring. Prior to undertaking any development including, but not limited to, construction, grading or excavation, a qualified biologist shall survey the project site to determine whether sensitive bird species, including but not limited to Belding's savannah sparrow, western snowy plover, brown pelican, light-footed clapper rail, black skimmer and/or California least tern, are present within 100' of the project site, and whether sensitive plant species, including but not limited to wooly seablite, estuary seablite, Leopold's rush and/or southern tarplant are located within 25' of the project site. Any identified species shall be flagged for avoidance. C. An appropriately trained biologist shall monitor the proposed development for disturbance to sensitive species or habitat area. At minimum, monitoring shall occur once a week during any week in which construction occurs. Daily monitoring shall occur during development which could significantly impact biological resources such as construction that could result in disturbances to sensitive species. Based on field observations, the biologist shall advise the applicant regarding methods to avoid significant impacts which could occur to sensitive species or habitat areas. 8. Assumption of Risk, Waiver of Liability and Indemnity Agreement Applicable to Applicant.By acceptance of this permit, the applicant, the City of Newport Beach, acknowledges and agrees (i) that the site may be subject to hazards from wave and tidal action, flooding, erosion, sea level rise, geologic instability, or liquefaction; (ii) to assume the risks to the applicant, the City of Newport Beach, and the property that is the subject of this permit of injury and damage from I(b)-6 of 7 APPENDIX I(b) Page 7 August 4, 2015 Permit Application No. 5-14-1668 COASTAL DEVELOPMENT PERMIT such hazards in connection with this permitted development; (iii) to unconditionally waive any claim of damage or liability against the Commission, its officers, agents, and employees for injury or damage from such hazards; (iv) to indemnify and hold harmless the Commission, its officers, agents, and employees with respect to the Commission's approval of the project against any and all liability, claims, demands, damages, costs (including costs and fees incurred in defense of such claims), expenses, and amounts paid in settlement arising from any injury or damage due to such hazards. G:20I4PERM(TSSV:nr I(b)-7 of 7 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) APPENDIX II QUALITY ASSURANCE PLAN (QAP) FOR THE CITY OF NEWPORT BEACH APPENDIX II Local Agencies AW Quality Assurance Program (QAP) Review aftans 1. Local Agency Name: City of Newport Beach 2. Date of QAP Revision: Sept. 19, 2011 3. Date of Original QAP: No date 4. Name of the local agency engineer who approved the QAP: Dovid Webb, PE, City Engineer (Note: QAP must be approved by a registered Public Works director or a registered engineer.) 5. Does local agency currently have any Federal -aid transportation project on the NHS or SHS? ❑ Yes ❑ No _ (Note: Local agencies must construct at least one project on the NHS or SHS to be qualified for Caltrans Independent Assurance services.) 6. What Standard Plans and Specifications have been used by local agency? ❑ AASHTO ❑ ASTM ❑' Caltrans ❑ Grreenbook ❑ Others (Please specify: .......... ............... Not Disclosed.....................................) 7. What Testing Methods have been used by local agency? © AASHTO © ASTM © CTMS ❑ Greenbook ❑ Others (Please specify:............................................................................................) 8, How does local agency perform Acceptance Testing (AT) on its construction projedts? ❑ Local agency uses its own materials -testing laboratory. _ ... ❑ Local agency uses a private laboratory. Q Local agency uses a combination of both - public labs and private labs. 9. Has local agency adopted the latest Caltrans QAP (Rev. Dec. 08)? O Yes No (If the answer is "No", please proceed to item 11.) (Item 10 must be answered if local agency has adopted Caltrans QAP.) ' 10. Which items from the following have been included in the local agencies QAP? ® Acceptance Sampling and Testing Frequency Tables ❑,r A Sample of Source Inspection Requests j 9 Construction Materials Accepted by a Certificate of Compliance © Example of a Vendor's Certificates of Compliance 9 Example of Materials Certificates / Exceptions signed at the completion of the projects 11. Does local agency have any Independent Assurance (IA) program in place for its Federal -aid projects off the NHS? © Yes ❑ No 12. How do local agency laboratories perform their annual Proficiency Tests (Correlation Tests)? © Through Caltrans Reference Sample Program (for CTMs) I O Through AMRL and/or CCRL (for ASTM and AASHTO standards) ❑ None (Items 13 through 15 must be answered if local agency has developed its own QAP and IA program.) 13. Verify if local agency Acceptance Testing procedure includes: ❑ Testing Frequency Tables ❑ Maintaining Acceptance Testing Records and Materials Documents Continue on next page II -t of 20 APPENDIX II Local Agencies Quality Assurance Program (QAP) Review �ct/Lsvts•. Continued from previous page 14. Verify if local agency IA program includes: ❑ Procedure to qualify materials testing laboratories and testing personnel ❑ Procedure to calibrate and test equipments being used for acceptance tests ❑ Procedure for witnessing sampling and testing by acceptance testers ❑ Procedure for corroboration testing between the acceptance testers & IA personnel ❑ A written procedure for dispute resolution 15. Is there any procedure for Testing / Accepting of Manufactured & Prefabricated Materials either by source inspection, job inspection or certificate of compliance in the local agency QAP? ❑ yes ❑ No Based on the criteria described in "Caltrans Local Assistance Procedure Manual" and "Caltrans Manual of Quality Assurance Procedure for use by Local Agencies" this QAP, which has been submitted by local agency described in sections I through 4 of this document, ® complies with Caltrans current requirements ❑ does not comply with Caltrans requirements Please update your QAP according to the following recommendation and re -submit it to your local DLAE, District Local Assistance Engineer, office for further review and consideration: According to the "Caltrans Manual of Quality Assurance Program For Use by Local Agencies", revision Dec. 2008, a QAP should be updated as needed, and at least once every five years. This document has been prepared by Assistance IA engineer. i Zr Signature - AFSANEH OSTOVAP Caltrans, METS, Local Print Name oq/.qI /�O/ Date II -2 of 20 F-11=411 kill Division of Local Assistance, Office of Procedures Development and Training � Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 �1 Appendix Y - Example of a QAP QUALITY ASSURANCE PROGRAM (QAP) AGENCY: City _ NW�W teacr The purpose of this program is to provide assurance that the materials incorporated into the construction projects are in conformance with the contract specifications. This program should be updated every five years or more frequent if there are changes of the testing frequencies or to the tests themselves. To accomplish this purpose, the following terms and definitions will be used: DEFINITION OF TERMS • Acceptance Testing (AT) — Sampling and testing, or inspection, to determine the degree of compliance with contract requirements. • Independent Assurance Program (JAP) — Verification that AT is being performed correctly by qualified testers and laboratories. • Quality Assurance Program (OAP) — A sampling and testing program that will provide assurance that the materials and workmanship incorporated into the construction project are in conformance with the contract specifications. The main elements of a QAP are the AT, and IAP. • Source Inspection — AT of manufactured and prefabricated materials at locations other than the job site, generally at the manufactured location. MATERIALS LABORATORY The AGENCY will use their own materials laboratory or a private consultant materials laboratory to perform AT on Federal -aid and other designated projects. The materials laboratory shall be under the responsible management of a California registered Engineer with experience in sampling, inspection and testing of construction materials. The Engineer shall certify the results of all tests performed by laboratory personnel under the Engineer's supervision. The materials laboratory shall contain certified test equipment capable of performing the tests conforming to the provisions of this QAP. The materials laboratory used shall provide documentation that the laboratory complies with the following procedures: Correlation Testing Pro ram — The materials laboratory shall be a participant in one or more of the following testing programs: a. AASHTO Materials Reference Laboratory (AMRL) b. Cement and Concrete Reference Laboratory (CCRL) c. Caltrans' Reference Samples Program (RSP) 2. Certification of Personnel —The materials laboratory shall employ personnel who are certified by one or more of the following: a. Caltrans District Materials Engineer b. Nationally recognized non -Caltrans organizations such as the American Concrete Institute, Asphalt, National Institute of Certification of Engineering Technologies, etc. c. Other recognized organizations approved by the State of California and/or Recognized by local governments or private associations. 54 II -3 of 20 APPENDIX II 4 Division of Local Assistance, Office of Procedures Development and Training��f/ rte„ Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 l Appendix Y (continued) 3. Laboratory and Testing Equipment — The materials laboratory shall only use laboratory and testing equipment that is in good working order. All such equipment shall be calibrated at least once each year. All testing equipment must be calibrated by impartial means using devices of accuracy traceable to the National Institute of Standards and Technology. A decal shall be firmly affixed to each piece of equipment showing the date of the last calibration. All testing equipment calibration decals shall be checked as part of the IAP. ACCEPTANCE TESTING (AT) AT will be performed by a materials laboratory certified to perform the required tests. The tests results will be used to ensure that all materials incorporated into the project are in compliance with the contract specifications. Testing methods will be in accordance with the CT Methods or a national recognized standard (i.e., AASHTO, ASTM, etc.) as specified in the contract specifications. Sample locations and frequencies may be in accordance with the contract specifications. If not so specified in the contract specifications, samples shall be taken at the locations and frequencies as shown in Attachment Nl (Appendix D, "Acceptance Sampling and Testing Frequencies" of the QAP Manual). INDEPENDENT ASSURANCE PROGRAM (IAP) IAP shall be provided by personnel from Caltrans, the Agency's certified materials laboratory, or consultant's certified materials laboratory. IAP will be used to verify that sampling and testing procedures are being performed properly and that all testing equipment is in good condition andproperly calibrated. IAP personnel shall be certified in all required testing procedures, as part of IAP, and shall not be involved in any aspect of AT. IAP shall be performed on every type of materials test required for the project. Proficiency tests shall be performed on Sieve Analysis, Sand Equivalent, and Cleanness Value tests. All other types of IAP shall be witness tests. Poor correlation between acceptance tester's results and other test results may indicate probable deficiencies with the acceptance sampling and testing procedures. In cases of unresolved discrepancies, a complete review of AT shall be performed by IAP personnel, or an independent materials laboratory chosen by the Agency. IAP samples and tests are not to be used for determining compliance with contract requirements. Compliance with contract requirements is determined only by AT. REPORTING ACCEPTANCE TESTING RESULTS The fallowing are time periods for reporting material test results to the Resident Engineer: • When the aggregate is sampled at material plants, test results for Sieve Analysis, Sand Equivalent and Cleanness Value should be submitted to the Resident Engineer within 24 hours after sampling. • When materials are sampled at the job site, test results for compaction and maximum density should be submitted to the Resident Engineer within 24 hours after sampling. • When soils and aggregates are sampled at the job site: (1) Test results for Sieve Analysis, Sand Equivalent and Cleanness Value should be submitted to the Resident Engineer within 72 hours after sampling. (2) Test results for "R"Value and asphalt concrete extraction should be subrpitted to the Resident Engineer within 96 hours after sampling. When sampling products such as Portland Cement Concrete (PCC), cement -treated base (CTB), hot mix asphalt (HMA), and other such materials; the time of such sampling shall be varied with respect to the time of the day insofar as possible, in order to avoid a predictable sampling routine. The reporting of AT results, if not performed by the Resident Engineer's staff, shall be done on an expedited basis such as by fax or telephone. 55 114of20 APPENDIX II ftDivision of Local Assistance, Office of Procedures Development and Training � Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 Appendix Y (continued) TESTING OF MANUFACTURED MATERIALS During the Design phase of the project, the Project Engineer may submit a "Source Inspection Request" see Attachment#2 (Exhibit 16-V of the LAPM) to the Agency, consultant, or Caltrans for inspection and testing of manufactured and prefabricated materials by their materials laboratory. A list of materials that can be typically accepted on the basis of certificates of compliance during construction is found in Attachment #3 (Appendix F of the QAP Manual). All certificates of compliance shall conform to the requirements of the contract specifications, for examples see Attachment #4 (Appendix J of the QAP Manual). Should the Agency request Caltrans to conduct the source inspection, and the request is accepted, all sampling, testing, and acceptance of manufactured and prefabricated materials will be performed by Caltrans' Office of Materials Engineering and Testing Services. For Federal -aid projects on the National Highway System (NHS), Caltrans will assist in certifying the materials laboratory, and the acceptance samplers and testers. For Federal -aid projects off the NHS, Caltrans may be able to assist in certifying the materials laboratory, and the acceptance samplers and testers. PROJECT CERTIFICATION Upon completion of a Federal -aid project, a"Materials Certificate" shall be completed by the Resident Engineer. The Agency shall include a "Materials Certificate" in the Report of Expenditures submitted to the Caltrans District Director, Attention: District Local Assistance Engineer. A copy of the "Materials Certificate" shall also be included in the Agency's construction records. The Resident Engineer in charge of the construction function for the Agency shall sign the certificate. All materials incorporated into the work which did not conform to specifications must be explained and justified on the "Materials Certification", including changes by virtue of contract change orders. See Attachment # 5 for an example (Appendix K of the QAP Manual). RECORDS All material records of samples and tests, material releases and certificates of compliance for the construction project shall be incorporated into the Resident Engineer's project file. If a Federal -aid project; • The files shall be organized as described in Section 16.8 "Project Files" of the Local Assistance Procedures Manual. • It is recommended that the complete project file be available at a single location for inspection by Caltrans and Federal Highway Administration (FHWA) personnel. • The project files shall be available for at least three years following the date of final project voucher. • The use of a "Log Summary," as shown in Appendix H of the QAP Manual , facilitates reviews of material sampling and testing by Caltrans and FHWA, and assists the Resident Engineer in tracking the frequency of testing. When two or more projects are being furnished identical materials simultaneously from the same plant, it is not necessary to take separate samples or perf) r n separate jjestsfor each project; however, copies of the test reports are to be provided for each of the projects to complete therifcords. APPROVED B f � e: 44101 121L 201) (Signature) (CE#and Expiration ate) NAME: /mlD Ur)b L DATE: 01Ih k� TITLE: AFw r (, Qv� D fftk _/ ('t Q.t]?A- vcv) C1;,, e'(y)ID&C (City/ tounty of (name) 56 II -5 of 20 k /e\»:1011OWN Division of Local Assistance, Office of Procedures Development and Training orb,,,, Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 201 I -.. 22 II -6 of 20 `o x E z v E `o U v R o O C e w W L ^ — q oU 'C eu y R CO q q N c c v o e v E C a R q p C V E w o -C a y F O 1� C N O %Z N_ U K d F � v p �'^pe N c F�4VU6F¢U4F y r v 6 4J 9 ^ w v a V o• V a au v; o � v o •yf � d y v V.o U Q• a U R E 40 O � O rzL, c' O v R m e R y bo n O. y .0 bD'ti h _ u � U G °'.coe a = L L N D G rJ N 'H ip 'q 6CN� U � O N N p O •` 'rJ' U •` O . � u N N ?+ 6 m O. m d y m E a -6 tO eo 00 y v C E e E L u c 'e c U •C c E - E u V F h m u R 22 II -6 of 20 G E z v E `o U v O C e w W c w � 'C eu y R CO q q N p A= v o e v E C R 4 F ry y F O 1� C N O %Z N_ U K d F � v U U �.., Ci h < c y r v 6 4J 9 ^ u p' Ri V o• o a au v; o � v o •yf � G O dl O � O m e y w A n v u h _ u s ? °'.coe n 'o U y u N 6 N u N G 1 c - C R - 'F E °•�' `� � E r m u R 22 II -6 of 20 APPENDIX II f� \ Division of Local Assistance, Office of Procedures Development and Training 6, Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 l Z 23 II -7 of 20 c w a w n � v 0 ^ Z E "E N a x o d n 3 m E m eq a 0 ? A E c ^ = V f0 C] N 40 N i V N r- 0 N L an u o m� a� n •o v c a x. v r. �^ v E v K S v' - a ao c eu w 7 ai E y n U `n � $ [n S F- F� G� F � H U OU V V U vi O'er UO U� UNO U �nU �N U x. FU Z F V x E -.V F d¢ F d¢ d d¢ d d 4 d 4 ¢ 0 i 0 E E E E c .•• '3 � O N v— 43 v U a al w O L Y G Q V N y�j N U �pn tO o o E F a (n m `o- z $ E $ E $ E $ E t 3 y c' v u F R PL) N 0 N N V O O Y 0 0 I ofd 0 o`ro V F ❑LUfI = � � U � V ; U N r O'er H 3 d O VVi O y VVi Q N O y p O' G= w 4 F 0.E g c :s F^ ^ x U w N tj Q 2 C _ 2 G C H � v'—O'•N w. y a;° d� da; dS QAC dar i� E w b➢^ N �... X y ba rz CL >.0 v yU1" vUF `UF yU.F. 23 II -7 of 20 J APPENDIX II Division of Local Assistance, Office of Procedures Development and Training Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 20111 24 II -8 of 20 tV V 6 Y. y M1Cl v U V C N V EaL o. c Q1 E o U G O N On G y C C N U Len L R U a O " G eN°1.p w v m A F eoi y c F�� G_N C N N F.M a U vF'i 0 9 W O 9 C T V V G c w J o u , y O y V L O — p > O O F ti:na F y'm o O F ` O O R Q N J p L G y O V L d > d U y U E' Uin ff45++ vu�00i;v v F v d o 0 U �O U y. o n o 0 0 � � w o U u � O O O t ry 'O O y v u E O 9 r V ,� O C O p r n C L U Lp U Q C ¢ L N N w 0 k y a X V bn h 'ani m E c :? E 00 E LI) oUF v oUF w E v n. R 24 II -8 of 20 6 U G O N On G y C C N U Len L R U N R 6 U E O R itl G_N C C04 0 9 W O 9 C V N N U v E s E :c v .2 v q F ys F ti:na F y'm o F v R Q N U O Q U O Q14 O ao FU U E' Uin U d o n o 0 0 O O O O Ot; O ,� C Y U U u U N U v F- � o E F ti v G E v n. R R m E a N E '•-.oO 0 E n 4 N 0 E n V- Y 0 E a 4. L Vi O ` O o O o p o v v c m a y n f-63 °'F9 y FSS° F8� tC0 R R E O O O O R Vl Vl vl N O O O O � V G iy W o U 24 II -8 of 20 M APPENDIX II Y Division of Local Assistance, Office of Procedures Development and Training t' 25 IIIRZ.S KIK C C O F O O `m N E a��.c W•y v' 8 R 50° Q t O ¢ Y R m 9 C4 KN U 6) aR+ t0 d 0 i A N r« y r r b y .? N� en -C A b0 N F m F •L 0? F F F- m y E•" NrF °"NF v Nr0 _F N o UN O V o0 QNO UO NF O QNM QF QO C) QN0 C) QNO 0 F,'L AFF (.., $x SFT AFF AFF- LFF NUrn NUvi FUN ern F Uy FU FUN F Uy E < ¢ Q ¢ Q Q< ¢ C < Q ¢ <¢ 2 Q v u a v 2 v v � ¢ o f n o f a o n o f " o f n o f p. o f n o v Y c o c o c o c o c o c y c o c Q. O Y O O Y O O Y O O O vvii O Y O O O O y O OO Y N N U N N W W E > l0 N @ N N i0 in c0 y N G! N; N tC ii, y y w0 N wF OF wF N N E\ soF 40F ,`0F u0 0 N N N N 0J N N N O N 2 6 O N 6b p ¢ t'a ¢ N 6 R 6 N 6 G N 6 0 G.% E 'c E '- E 'c E '- E.= E '- E '- x vE 0Ed�E��E�vEv �EvvE rn 0 0 0 0 0 0 0 00 0 0 0 0 00 0 0 0 0 0 0 0 0 0 N m ¢ v m y¢ o w a. v a m a v a a a v n 0 0� n A h h ti y 0 0 0 0 O O O O O O O N O N C O C O G) O O O O m 7 O O A L d W C 0 W R a tO .e'• u ` Y fn N '�.' ��.. N Y h U a.. E2 y V y U ° N 6 d N V 25 IIIRZ.S KIK Z APPENDIX II Division of Local Assistance, Office of Procedures Development and Training ' Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 _ 9 II -10 of 20 a �0 T O U .E N E P. ° '.= w y E o R Lam` a s c :n « r� Y v d? _ v v yb «.2 ° vUi R N UN, G 4' O R .'ES F R U U y 7F E �� t- [- > �- 1^ 00 4i O t�rr N O m.c ,N+C1Ov L� OO SFO AO pO � F FF p F C��FE—� 52 �X Ua vFi vii t�-cxii F�-Z uFi ¢¢ ¢G <¢ d Q Q6 Q¢ Q f N U C t a s n A Q A - � tl R yo no no no ao ao C u yr tV O« cJ OO O r U U U C @ O h OO ,Rii ^ O y C O H C O C O U U A y U y U y - U v A U C O.- y R 0. C .. y U II,^ L R O N mU O Y R E Ec y c ti rn v O t o O S o C o O° o O$ o O° o °�' v v d U ebi U U a°i U a9i U U N _ N _w U N N N ttl R V F N td N f0 2 F y u � 2 R y U L 2 N 4 U ER �G opG W 4G W MG 0c A A N N N N O U O U O U O V O U O V O U O U C R C R U W U R U R U R U R O R O -OE O.5 O 01Z 9 'O +0. (✓ c C C OD C OL C by C CG : S w O D7 m C W C 0] G m _ 0] m P] _ G •� v R E A N A N A N � � A N and A N E Q v Q Q Q Q Q Q Q 9 II -10 of 20 Ci APPENDIX II Division of Local Assistance, Office of Procedures Development and Training r� Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 201 1 � i 27 II -11 of 20 0 c o u z.. c d O � O Oa E M Uv o= E 0 L U U Q U N O � _ C N u > v E G = d G a E o a='E U W u R V E U F > (C> O .c.E Q M fi L E C N G- N > tC d d ¢ 0. d Ems- a F E F o F aEi F -06 E p C p 4 = p 6 'a o� ti o o m U o � U `QP"O�o O u o p o o no C C � u 9 m v m u n n yVxi V 0. �N M[`� E V G U F ¢ ¢ d¢ E � v R m m m is O N O R d u u ti u p. 00 c v c u O R O R 9 00 1 u O 9 O .Q' R O .6 is O CL (C R 6 iC R y R d a F R C1 F• ad., a � !R E v 2 n o` E`' P c `o Et� 27 II -11 of 20 c o u z.. � O N M C E m v- v m 6 m ar a U O .c.E N .N E_ fi L E u N N G- N > tC Ems- a F E F o F aEi F -06 E `QP"O�o L10 no q0 OMC) q Ute~ yVxi V 0. �N M[`� y F ¢ ¢ d¢ d a d¢ d < Q .- c CJ 0 d 6� p. 00 aOO p, 6O ti 00 O 9 O .Q' R O .6 is O CL (C R 6 iC R 9 R t0 R f6 R v v v 2 n o` E`' P c `o Et� o.,o E � o. o E° n o E'0 � R C c N E c P R C b N R O R O R 0 R O y R V Q � R R= i G o O V O O U O t6 O O [O O U O = pGp O O O N C C C G C u m v u u o w m m N m a� u of u = V E u E o u u u u N =^ N cc V1 C vl =^ Vl C O R O N O R O R O R C U OR C U OR G O OR U OR C O OR d G d C ¢ C ¢ d m L G C R v E E E w 27 II -11 of 20 ion of Local Assistance, Office of Procedures Development and Training &*� ty Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 iM 28 APPENDIX II t`J II -12 of 20 9 A � � L 6 d 0 r E 0 v E co v H o v v v E o v E o y v N y u u E z o u a T u v o v U II 4 ry d Lam.' U E E t o > F w 0 m N r« +• F'O o V F q 0 O p O H E N 4 C Q h iC i ts- h � o u Fes-• e`n c� w `a ao V (V F o.o $ V = U = b0 C f0 N « R RS •- v °' u v °j u U Nmq U NO N c o E G Cl L C N L '02 O U O O 0 0 N N N t6 0 > G v N d d v s y t0 vi o N vi y O V O V C� C � > O O .E w u L S d 6 d N U V 4 ¢ eu N L K G _n L E 01 F v F R F E E m W W 28 APPENDIX II t`J II -12 of 20 h y O L E o v E h 3 0 o n u u u E z o u a a� u v o > _ `o E E o m N r« +• r N Y r O H E N 4 C Q h iC i ts- h � o fs- v n Fes-• e`n c� w V (V F c U Nmq U NO N I -OU 0 > c ^ u d v s y > > V vl N r t N w u L N U V U ttl El N .y L E c E o u m S> O o x o C L Q C o o O F O Cr U N 4� N N C O C iv E E o y h V7 U VJ G O O C 0 O C W o0 9 00 A X X O v v O m v 9 u d v u u F c c c on c nn c m .o. o U s U ULA^. U« •4 'o ,,, E d � d d aU+ ^ R R ¢ ¢ 4 6 28 APPENDIX II t`J II -12 of 20 Q APPENDIX II ` ion of Local Assistance, Office of Procedures Development and Training l9', ly Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 L' wal II -13 of 20 ti W T 0 O O 3 'O N > a •p 6 t � u E =x� ❑a S 0. E a ,V. O u: N° 14 v. a ° n « N 'O O '� ❑ N- N Q' CN 00 b T O` h N n a y QO UN o0 00 ❑.�" Q 0 QNO� ONO ° m <F 'fin �F ��-- �F �^FF-E S_I-•F F. $FF' a ¢ a r O 0 O O 9 0 0 0 v Z, > n. $ > c— 2 2L� p�p w a n m w w w o ° a E E s y O y A vAi ^ v°. N '� t s tOii Q G° C 2 E C °° F O N O N O O N O a O CZ .O V a h O O° O O O o O O 0. W C U V N C � N R C O ° n E n .- N a, E E m y a M U h y y k T A H N1 M �.°° O 6 M O O O O Ov O .2 2 '° w L bq G 00 L tYl Oq C bq _ N y d O N y y bq x y Y O C O C_ v,:) F v O_ O C O G N S C d L Y y Cl 6 V y V V F. b Y „Ld, RF' �F� 6 sF v RQ FroF � sF rn •� egaF •J � % O. � ry• Y 0. D. N � N L Q d O Q Q wal II -13 of 20 2 L APPENDIX II Division of Local Assistance, Office of Procedures Development and Trainingr®�f' Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 � _• 30 II -14 of 20 A s m � � V is C 2 H E „ > o y „ U z c O m A a V c G � Z C vNi N .. C FAEa¢ QF 0 R s U i F ¢<s ¢a< ¢ a v u u c E� `0 o > � L E U o U w U m y m u w a n« c N � � c � Y � 6 U y A E m Es E ^w E N = E m n w o -.- u c o ti c c o c ,n E R .. m Z n F U N O N d v G A U1 y H VJ C •- A N E C N N m i � M C 6.2 u O a a L F nn Fi 9 � 'G C �• v � � d h •s. 'd i V y � a N �• v m A E � � � m v� ¢ 30 II -14 of 20 s m v pr) E v❑ n d H E „ > o y „ c c O m A yy E O G � Z C vNi N QF 0 F ¢<s ¢a< ¢ a a Y m u u c `0 � L E U o U w U m y m u w N � � 0. G U u a A E m Es E �• E o rn •o E ti c c o c ,n E R R F U `" n F U N N 9 N R OO O VJ C •- A N E C N N a a F nn � on m o � 'G C �• Z � a 30 II -14 of 20 APPENDIX II Local Assistance Procedures Manual EXHIBIT 16-V Source Inspection Request to DLAE SAMPLE COVER MEMO SOURCE INSPECTION REQUEST FROM LOCAL AGENCY to CALTRANS' DISTRICT LOCAL ASSISTANCE ENGINEER (Prepared By Applicant On Applicant Letterhead) To: (name) Date: Caltrans' District Local Assistance Engineer Caltrans' Local Assistance Office (district office address) Federal -aid Project Number: (if one has been assigned) Project Description: Project Location: Subject: (Source lnspectionforProject Name, County) We are requesting that Caltrans provide Source Inspection (reimbursed) services for the above mentioned project. We understand we are responsible for paying for this service provided for by the State. Listed below are the materials for which we are requesting Caltrans' Source Inspection (reimbursed) services. Materials that will require source inspection: Justification for request: (Based on the requirements in Section 16.14 under "Source Inspection") Any question you might have about the above materials should be directed to: at _ (phone #) Approved: (Applicant Representative Name) District Local Assistance Engineer (Date) (Local agency, name & address) Page 16-109 February 1, 1998 II -15 of 20 APPENDIX II Division of Local Assistance, Office of Procedures Development and Training��j� Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 Appendix F - Construction Materials Accepted by a Certificate of Compliance * Soil Amendment Fiber Mulch Stabilizing Emulsion Plastic Pipe Lime Reinforcing Steel Structural Timber and Lumber Treated Timber and Lumber Timber and Lumber Culvert and Drainage Pipe Joints Reinforced Concrete Pipe Corrugated Steel Pipe and Corrugated Steel Pipe Arches Structural Metal Plate Pipe Arches and Pipe Arches Perforated Steel Pipe Polyvinyl Chloride Pipe and Polyethylene Tubing Steel Entrance Tapers, Pipe Down drains, Reducers, Coupling Bands and Slip Joints Aluminum Pipe (Entrance'I'apers, Arches, Pipe Down drains, Reducers, Coupling Bands and Slip Joints) Metal Target Plates Electrical Conductors Portland Cement Minor Concrete Waterstop w If Caltrans Standard Specifications May 2006 is part of contract specifications. Note: Usually these items are inspected at the site of manufacture or fabrication and reinspected after delivery to thejob site. 32 II -16 of 20 APPENDIX II * Division of Local Assistance, Office of Procedures Development and Training f �� rarsm,. Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 Appendix J.1 - Example of a Vendor's Certificate of Compliance No. 583408 STATE CF CAUFORNA-DEPART W OF TRANSPORTAT N VENDOR'S CERTIFICATE OF COMPLIANCE MR -ores InEv. sml ucr-Tsaleafax PRECAST CONCRETE PRODUCTS OR �( -52td,ND W+iLL TD; B/LG sYND�,� ,P�sine"""vr E.Evoiti�s� - cirYoG FGATLA,VJJ We cMllF NY IM pa'tlaMGMnAM, tlKmca'M nvW.el a6mpTKaa maau.Gpyl (M meeN.re:omtla.Mw.n ptarlw autmeMttmgry wlrAepxinwMna b: CONTRACTNUMBER: Femew RAN0 XYCEMENT Co. Z uLL LIXATION N/�1iG�lNO� CifG/Fo,2Nii?- If �- N/aD/F/�D CHEMICAL ADUIE RE 1. 9IUN0 Ate. Di7111-y E MANUFACTURER � Yz SuPPL /E � W,¢7&�2 R IE -p CES 4..R a _ uANVGAC1Vl1(R TYPE �GNKKIQf IiIG.ELGLAtlaISV1E WAS MiLL O MINERAL AOM=URE M GACNRER C1A55 � ❑CIEOKa6f /FAMKEMI.IEMxrMM wAs wrusEP OELNERY OATE�L6y0 y TOAiES OF FAERIG ION (P,mp LI9FPROOUCTS TO Wl41CSICERTWP ATE /JP11.. (9Iw a�a Mrll:�. X,dp'ca ./S bMwY ilLP^nuiMen /er..Mr+LJ ' MANUFACTURER OF CQ`N:RETf 0UCPlUTS ByBy: AVTrgROEOq�MA�NA�E N IFA ON . w MF."01. Muh DJFIWIF. OW 61 4 II -17 of 20 APPENDIX II .�� Division of Local Assistance, Office of Procedures Development and Training a.m Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 �, Appendix J.2 - Example of a Certificate of Compliance for Portland Cement (continued) This is to certify that the Portland Cement Supplied by ABC Cement Company complies with all requirements for Type II Portland Cement when tested in accordance with ASTM C - 494. Local Agency Proiect No. AffieYt Ho'wako-wa HP21 L — 5055 -- 111 Quality Assurance Engineer ABC Cement Company Date: 07/07/07 . 37 II -18 of 20 APPENDIX II Division of Local Assistance, Office of Procedures Development and Training Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 Appendix K - Examples of Materials Certificates/Exceptions (Signed by the Resident Engineer at the Completion of the Project) Federal -aid Project No.: Project HP21L— 5055 —111 Subject: Materials Certification This is to certify that the results of the tests on acceptance samples indicate that the materials incorporated in the construction work and the construction operations controlled by sampling ® and testing were in conformity with the approved plans and specifications. All materials exceptions to the plans and specifications on this project are noted below. No exceptions were found to the plans and specifications on this project. Bill Sanders BiffSanders 7/7/07 Resident Engineer (Print Name) Resident Engineer (Signature) (Date) Note: The signed original of this certificate is placed in the Resident Engineer's project files and one copy is mailed to the DLAE and filed under "Report of Expenditures." See the attachment (next page) 38 II -19 of 20 APPENDIX II Division of Local Assistance, Office of Procedures Development and Training Quality Assurance Program (QAP) Manual for Use by Local Agencies Revised January 20, 2011 Appendix K (continued) Attachments: Materials Exceptions (Acceptance Testing) Type of Description Total Tests Number Action Taken Test of Work Performed On of Failed the Project 'tests Slump Test Concrete 8 1 When the measured slump exceeded the Sidewalk maximum limit, the entire concrete load was re'ected. Sand Aggregate 10 1 The tested S.E. was 70 and the contract Equivalent for Structural compliance specification was 71 minimum. Concrete However, the concrete 28 -day compressive strength was 4800 psi. The concrete was considered adequate and no materials deductions were taken. Compaction Sub grade 12 1 One failed test was noted. The failed area was Material watered and reworked. When this was completed, a retest was performed. The retest was acceptable. Compaction Hot Mix As- 12. 1 One failed area was noted. It was reworked phalt and retested. The second test met s ecifnations. Bill Sanders Resident Engineer (Print Name) 3 at1 SaNLdPXk Resident Engineer (Signature) 39 July 4, 2007 Date II -20 of 20 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) APPENDIX III GEOTECHNICAL FOUNDATION REPORT (FOR REFERENCE) FOUNDATION REPORT Park Avenue Bridge (Replace) Bridge No. 55C-0015 Newport Beach, California EMI Project No. 13-158 Date: May 20, 2015 EARTH MECHANICS, INC. Geotechnical and Earthquake Engineering APPENDIX III III -1 of 49 APPENDIX III 2501 Earth Mechanics, Inc. Geotechnical & Earthquake Engiieering e May 20, 2015 EMI Project No. 13-158 RBF Consulting 14725 Alton Parkway Irvine, California 92618 Attention: Mr. Bo Burick, P.E. Subject: Foundation Report for Park Avenue Bridge (Replace), Bridge No. 55C-0015 Newport Beach, California Dear Mr. Burick: Attached please find the Foundation Report for the subject bridge replacement. This report contains our recommendations for the design and construction of the bridge foundations. Subsurface information used for foundation design and preparation of this report were obtained from soil borings drilled under the supervision of Earth Mechanics, Inc. Please submit this report to participating agencies for review. All review comments and approved responses will be incorporated into a final report later. We appreciate the opportunity to provide geotechnical design services for this project. If you have any questions, please call us. Sincerely, EARTH MECHANICS, INC. IINOC. Ct1EANG 2 9 M NO.,M a N0. GE 2345 A * E%P.0131.2016 * EXP, 9130715 Michael Hoshiyama, CEG 259 �9 �4 Lino Cheang, GE 2345 grc�o�Ectl� Project Geologist rFoe „„0E) Project Manager `of rk%-0() 17800 Newhope Street, Suite B, Fountain Valley, California 92708 . Tel: (714) 751-3826. Fax: (714) 751-3928 III -2 of 49 FOUNDATION REPORT PARK AVENUE BRIDGE (REPLACE) BRIDGE NO. 55C-0015 NEWPORT BEACH, CALIFORNIA Prepared for: RBF Consulting 14725 Alton Parkway Irvine, California 92618 Prepared By: Earth Mechanics, Inc. 17800 Newhope Street, Suite B Fountain Valley, California 92708 EMI Project No. 13-158 May 20, 2015 a�r� Earth Mechanics Inc• Geotechnical & Earthquake Engineering APPENDIX III III -3 of 49 APPENDIX III TABLE OF CONTENTS Section page 1.0 INTRODUCTION...................................................................................................................1 1.1 Purpose and Scope of Study........................................................................................... 1 1.2 Project Description......................................................................................................... 1 2.0 FIELD INVESTIGATION AND LABORATORY TESTING 3 ........................................... 2.1 Drilling and Sampling.................................................................................................... 3 2.2 Laboratory Testing......................................................................................................... 3 3.0 GEOLOGY AND SEISMICITY........................................................................................... 5 3.1 Topography and Physiography...................................................................................... 5 3.2 Stratigraphy....................................................................................................................5 3.3 Structure.........................................................................................................................7 3.4 Faulting.......................................................................................................................... 7 3.4.1 Newport -Inglewood Structural Zone(NISZ).................................................... 7 3.4.2 Pelican Hill Fault.............................................................................................. 7 3.4.3 San Joaquin Hills Fault..................................................................................... 9 3.5 Seismicity ..................................... 3.6 Geologic Hazards........................................................................................................... 9 4.0 SUBSURFACE CONDITIONS...........................................................................................11 4.1 Soil Conditions............................................................................................................. 11 4.2 Groundwater Conditions.............................................................................................. 12 5.0 CONCLUSIONS AND RECOMMENDATIONS ..............................................................13 5.1 Seismic Design Criteria................................................................................................ 13 5.2 Liquefaction.................................................................................................................15 5.3 Soil Corrosivity............................................................................................................ 15 5.4 Scour and dredging...................................................................................................... 15 5.5 Foundation Design.......................................................................................................16 5.5.1 Foundation Type.............................................................................................16 5.5.2 Foundation Data Provided by Structural Designers ........................................ 16 5.5.3 Axial Pile Capacity......................................................................................... 16 5.5.4 Lateral Pile Capacity....................................................................................... 18 5.6 Embankments Settlement and Slope Stability............................................................. 18 5.6.1 Settlement and Settlement Period................................................................... 18 5.6.2 Slope Stability................................................................................................. 18 5.7 Bridge Abutment Wall Design..................................................................................... 19 5.7.1 Abutment Static Lateral Pressures.................................................................. 19 5.7.2 Abutment Seismic Lateral Pressures.............................................................. 19 5.8 Retaining Walls............................................................................................................ 20 i Earth Mechanics Inc Geolechniwl & Earthquake Engineering 1114 of 49 6.0 CONSTRUCTION RECOMMENDATIONS ............................. 6.1 Earthwork.......................................................................................... 6.2 Groundwater...................................................................................... 6.3 CIDH Pile Construction.................................................................... 6.4 Backdrain and Backfill Requirements .............................................. 6.4.1 Retaining Walls.................................................................... 6.4.2 Abutment Walls................................................................... 6.5 Review of Construction Plans........................................................... 6.6 Geotechnical Observation and Testing ............................................. APPENDIX III 21 ......................... 21 ......................... 21 ......................... 21 ......................... 23 ......................... 23 ......................... 23 ......................... 23 ......................... 25 7.0 LIMITATIONS..................................................................................................................... 26 8.0 REFERENCES...................................................................................................................... 27 LIST OF TABLES Table 2-1. Soil Exploration Information ............................. Table 4-1. Idealized Soil Profiles and Strength Parameters Table 5-1. Foundation Design Loads .................................. Table 5-2. Pier Foundation Design Recommendations ...... Table 5-3. Pile Data Table .................................................. LIST OF FIGURES Figure 1-1. Site Location Map ................................................... Figure 3-1. Regional Geologic Map .......................................... Figure 3-2. Regional Fault Map ................................................. Figure 3-3. Seismic Hazard Zone Map ...................................... Figure 5-1. Design ARS Curve .................................................. Figure 6-1. Bridge Abutment Wall Backfill .............................. APPENDICES Appendix A. Log of Test Borings Sheet Appendix B. Laboratory Test Results Appendix C. Soil Resistance (p) versus Pile Deflection (y) Curves ii Earth Mechanics, Inc. Geotechnigl &Earthquake Engineering .2 .6 .8 10 14 24 III -5 of 49 APPENDIX III 1.0 INTRODUCTION 1.1 PURPOSE AND SCOPE OF STUDY This Foundation Report presents foundation design and construction recommendations for the proposed replacement of Park Avenue Bridge over Grand Canal (Bridge No. 55C-0015) in the City of Newport Beach, California. A site location map is presented in Figure 1-1. EMI is a subconsultant to RBF Consulting (RBF). The geotechnical services provided for this project included the following tasks: • Field exploration consisting of drilling and logging exploratory borings; • Laboratory testing of selected soil samples; • Engineering calculations and analysis to develop design and construction recommendations; and • Preparation of this report presenting our findings, conclusions and recommendations. 1.2 PROJECT DESCRIPTION The existing Park Avenue Bridge was built in 1921 over the Grand Canal to provide vital link between the little Balboa Island and Balboa Island. The existing bridge is a 100 -foot long by 33 - foot wide five span reinforced concrete t -beam structure supported on six multi column pier bents (four intermediate and two end supports). The span configuration consists of five equal spans of 20 feet each, and each of the pier bents includes five 16" octagonal pile extensions supporting the super structure girders. The adjoining sea walls built parallel to the Grand Canal run continuously through the underside of the bridge and function as retaining walls for the backfill behind the bridge. The bridge accommodates two 11 -foot wide traffic lanes, and two 6 - foot wide sidewalks. The bridge is on a very steep vertical curve with a grade difference of approximately 6 feet between the top of the bridge deck and the street elevations. At the four corners of the bridge, pedestrian ramps are present making a link between the bridge and the boardwalk/sidewalks at the street level. The proposed three -span precast prestressed concrete girder bridge is 110 feet long and 36.5 feet wide. The span configuration of the new bridge is 35 feet - 40 feet - 35 feet, and the spans are supported on two intermediate pier bents with pile extensions, and two secant pile wall systems as end abutments. The proposed work also includes reconstruction of the approach pedestrian ramps with new ramps and stairs at all four corners. In view of the environmental restrictions, site constraints such as proximity of residences within few yards of the bridge, the foundation type for the new bridge is being selected upon a thorough evaluation of construction time, cost and minimal disturbance to the community and the environment. earth Mechanics, Inc Geotechnical & Eern'q eke Engineering III -6 of 49 APPENDIX III III -7 of 49 IN 18 3 - 1"=- 'j.Yw>T 9/"M••� Ie �y =j rg_� qq6 9�..Jn' 1 �� Pa ✓^^�} Is% i, 1 !n>1 j �SY"Tt' 6( % yi �pp +° _. ���[�4i1 'ij 3�1i�`\��4 �'z�w.t r�"�Y" W J 3. '.yi_,.'�Y'n v %k'/ Irl � � ..�� YP��L d � i 4dC 1 1 \ � ��� Yr4 dA� 4 3 �9M A�,2�yak'� �Se• dy�elavi� � ,y^ 77 _ g ki [J'$� JIJ �'_ C1�i m�'�.y�`.�,°`` td�i'Yb'C+sA°y� CJ d d �4I,\kg'O M. �3'.'A v'�;'� '°�tEp j`�'°o'!i3•�yy�'�aB �� 'i VIM BEACH bXlm , yI "' 10 \s 3 NEWPQR9z6BFAy,t f l`^4 /t cm Sh L d w1 _ Project Location _ m Lo �Db M i, elm", m" e 9moa e �a .y v hn e 4b�4.y a. . y5 n'aweon rn°weal= S,bm anVon 0 4,000 8,000 FEET rzeNco,oscs Inwv+Pnxvs nr i"�a�e�a awn. rvowpon amrnpwk.a�m lrsoig SCALE I" = 4,000' Earth Mechanics Inc. PARK AVENUE BRIDGE OVER GRAND CANAL (REPLACEMENT) Site Location Map Figure 1-1 Project No. 13-158 1 Date: June 2015 III -7 of 49 APPENDIX III 2.0 FIELD INVESTIGATION AND LABORATORY TESTING 2.1 DRILLING AND SAMPLING A geotechnical field investigation was conducted between June 11 and 25, 2014. Three exploratory borings were completed along Park Avenue. Approximate boring stationings and offsets, and pertinent elevations are summarized in Table 2-1. Approximate boring locations are also shown on the Log -of -Test -Borings (LOTB) sheet presented in Appendix A. Table 2-1. Soil Exploration Information Location Ground Bottom of Water Level Bonn No. (Park Avenue) Surface Hole R Station Offset ( Elevation [ Elevation Elevation (feet) R-14-01 - 3+81 5 Left +9 -71.5 +2.5 -._ _. -- --- .............. — -- — — - -- R-14-02 4+36 7 Left +11 95 +2 R-14-03 5+36 ( 5 Left 1 +9.5 ; -71 +3.5 The soil borings were drilled with a truck -mounted Mayhew -1000 drill rig equipped with a 5 - inch diameter rotary -wash drilling system. Our field representatives visually classified the soil cuttings in accordance with Caltrans' Soil and Rock Logging Classification Manual (2010a) and maintained a detailed record of subsurface materials as well as the groundwater conditions encountered in the exploratory borings. When subsurface conditions permitted, alternating relatively undisturbed soil sampling and Standard Penetration Test (SPT, ASTM D1586) were performed in the boring at 5 -foot depth intervals. Relatively undisturbed drive samples were obtained using a Modified California split - spoon sampler (3.25 -inch outer diameter) lined with brass rings. Each of these brass rings is f- inch long with a 2.5 -inch outside diameter. The SPT was performed with a SPT sampler (1.4 - inch inside diameter) without liners. The samplers were driven into the ground using a 140-1b hammer free falling from a height of 30 inches. The number of blows to advance the samplers was recorded at every 6 inches of penetration, or until refusal. Only the total number of blows for the final 12 inches or less of driving of the sampler is shown on the LOTB sheet. The total blow counts required to drive the SPT sampler for the last 12 inches is referred as the Standard Penetration Resistance (N -value): 2.2 LABORATORY TESTING Soil samples considered representative of the subsurface conditions were tested to obtain or derive relevant physical and engineering soil properties. The following laboratory tests were conducted to supplement the observations recorded during the field investigation: • hr -situ Moisture Content and Unit Weight • Percent Passing No. 200 Sieve Earth Mechanics.Inc. Geotechnical & Earthquake Engineering 111-8 of 49 APPENDIX III 4 • Atterberg Limits • Direct Shear • Unconsolidated -Undrained Triaxial • Pocket Penetrometer • Minimum Resistivity, pH, Sulfate Content and Chloride Content The laboratory tests were conducted in general accordance with California Test Methods or American Society for Testing and Materials (ASTM) Standards. Laboratory test results are included in Appendix B. Earth Mechanics, Inc WT V Geotechnical & Eatlhpuake Engineennq III -9 of 49 APPENDIX III 3.0 GEOLOGY AND SEISMICITY 3.1 TOPOGRAPHY AND PHYSIOGRAPHY Tonoeranhv. The project site is located on the man-made Balboa Island within the Newport Bay. The island is just below Newport Mesa and was created from dredged materials from the bay. The project site has very little topographic relief as it lies in Newport Bay at an elevation just above sea level. 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 on Balboa Island in the Newport Bay. 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. 3.2 STRATIGRAPHY The geologic formations in the area, following the nomenclature of Morton and Miller (1981) in Figure 3-1, in descending stratigraphic order are: • Hydraulic Fill, Holocene (At); • Alluvial Deposits, Holocene (Qa); and • Capistrano Formation, Pleistocene, (Tul). The project site is located on Balboa Island within the Newport Bay. The site is generally underlain by hydraulic fill used to create the island originally. Underlying the hydraulic fill are alluvial soils deposited into the bay by way of the Santa Ana River (before being re -aligned). These deposits generally consist of grey, fine sands and silts. Underlying the alluvial deposits is the Capistrano Formation which is composed of dark to medium brown, well consolidated, highly fractured fine siltstone and claystone. Earth Mechanics, Inc Geotechnical& Earthquake Engineering III -10 of 49 So \��jjvETU2aLI U4f'y Y K �; z Tu j -. ��nTut Tutl TI . / Tut. Tu{ of Qa e 4 at QtOa p A FULLERTON QI . \ FP ,:MIP ANAHEIM Tut at: 1 ry TU1 1•. _ Ku Tui Tui Qt 'MISSION Oa Oa IRVINE Oitt _ APPENDIX II Qa U3 -�. '; t Tu uz --Tut fu3 \ s` To QB at NUNiINOTON at BEACH I AWL off PNi =fu3- U9 U3 EAn CLEMENTE • • ' at QT LAGUNA QY . • .' •• BE� •4(J1Y NEWPORT POINT • •. ;':�.•: \DANA BEACH Qt •• PUO •ect LOCatI011 •• • •• •' •STRUCTURAL o? 20NE - •' NUNnrvOTo. POflJ � • pjGL.EW��� ,vA1 ey?/ PACIFIC OCEAN EXPLANATION 09 OuarNemrY. Colo num: OI -mi and non -mares terrace recover. rr Lara TvtmrY: Marine and non -marine aepeaNa.m Eoca , 1P Lee., Miocene VWAW.. A S . Fe., O®O 01 Eocene BamIBBO Fm., em Paleocene Sir verado Fm. SCALE (KILOMETERS) SYMBOLS TVt u Upper To,HarryVia.; M¢rine 08ain tlepo¢Ba. Tul'Pliowne UVPer Lreleceoua: Marine. Wlllpma. Ladd antl FauIL Battle On upper plate J.�..... Femendo im, In mail, e0u" Pllo[ena Nlpuel end �Y(R basal Trebuco ima., reeboted to Iooluce of of Three, Feun. {' Ilpool Miocene to PIipCMe CBpiatrBna Fina. In aWIM1 % )).'.% BBMO A. Mountain.. aunty. Tug- Aimr Miocene Puente Fm. north and mint of Criagenitoe Fault. Middle It, Upper Miocene MontmeV Fro in aoNh [aunty. Upper Tertiary' MiddleM me basin didem Ia P Upp Crelaceoue Ngriower to Middle TU ',,-$A. Ormin Boccie ih county. Tua a Mrrdan KO[ C t granrt ca of aoulM1ern LaIlfOrp�e Vakanlca In tprtb co ty 6 11 tliebase nhuaivea M h IM1h IN J-Jurssa[ Sentlape Pace Vocemco =0 Sen Joagtdn WIN, "N atpe Fm I .Mea ut Inc wlmy. aM Bedford Canyon For. REFERENCE: 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. Earth Mechanics, Inc. PARK AVENUE BRIDGE OVER GRAND GeotmhIIII.A dEarthquakeEngln[aring CANAL (REPLACEMENT) Regional Geologic Map Project No. 13-158 1 Date: June 2015 Figure 3-1 III -11 of 49 Irl]a N -91m, 7 3.3 STRUCTURE The project site is located within the Newport Bay area on Balboa Island. 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. Geologic structure within the site vicinity consists of deformed, faulted, and folded bedding associated with the NISZ, with regional onshore data showing beds dipping shallowly to the north and west between 15 and 25 degrees. 3.4 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 Alquist-Priolo (AP) Earthquake Fault Zones 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 does not enter into any AP fault zones and does not cross any active fault traces. The nearest active/potentially fault is approximately 3.8 miles away from the project site (Figure 3-2). 3.4.1 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 active trace of the NISZ is located approximately 3.8 miles west-northwest of the project site where the fault extends offshore near the mouth of the Santa Ana River. Other traces have been mapped nearer to the site, though these traces have not been deemed active. 3.4.2 Pelican Hill Fault The Pelican Hill fault is a right -lateral strike slip fault that is located approximately 1.6 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. Earth Mechanics, Inc. °�.,� Geo�echniwl8 Earthpuake Engineering 111-12 of 49 z W a IL a F R ❑ Z o a N dI N Z w LU >� m w U o p J EE 0. mw w W J Z Z � U � a Y ri IL f _ml W v 0 M r 7/9 r r F R ❑ Z o a N dI N Z w LU >� m w U o p J EE 0. mw w W J Z Z � U � a Y ri IL f _ml W v 0 M r APPENDIX III 3.4.3 San Joaquin Hills Fault The San Joaquin Hills fault is a blind thrust fault located north 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. 3.5 SEISMICITY The site area is in seismically active southern California. The largest historical earthquake in the Los Angeles Basin was the 1933 Long Beach event which had a magnitude of about 6.3. This earthquake did not rupture the surface but is believed to have been centered in the Huntington Beach -Newport Beach area and associated with the Newport -Inglewood Structural Zone (Hauksson and Gross, 1991). The 1987 Whittier earthquake (M=5.9) occurred at depth on a thrust or reverse fault dipping northerly from the Los Angeles Basin, below the Puente Hills and the San Gabriel Basin. This event probably occurred on one of the faults within the Coyote Hills fault zone which includes the Norwalk fault and the Puente Hills fault of Shaw and Shearer (1999). There is no clustering or alignment of earthquakes in proximity to the site. 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 project site is located along the NISZ and approximately 3.8 miles the nearest active trace. In the event of an earthquake strong to moderate shaking should be anticipated at the site. 3.6 GEOLOGIC HAZARDS Geological hazards relevant to the project area include, earthquake shaking, tsunamis, and localized liquefaction. The project site is located on Balboa Island in Newport Bay. The site is located within a tsunami inundation according to published inundation maps (USGS, 2013). There are no known active surface faults within the project limits so ground rupture is not a factor. The nearest active fault is located approximately 3.8 miles from the project vicinity (Figure 3-2), 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 3-3,some near -surface alluvial sediments within the project area are susceptible to liquefaction due to moderate to intense ground shaking. Further analysis and potential for liquefaction is discussed in more detail in Section 5.2. saa Earth Mechanics Inc Geotechnical & Earthquake Engineering III -14 of 49 APPENDIX III III -15 of 49 i e F 'i i s ra w��'�I� �I[ �,_s � v'�tstP � — a_:���`1 ����� �(�ff;�{$���I � Sala �I��,�,,�,,J T•° �-+ ry'.k l��"5� � 17 z ' 1� ., 6. .f yp+p6 ✓'�- k'�yq �!f .� �>.�i'b{' t' y � II" � 6 I ..._y_ Lk 1 _�,�..✓L. _ � �%r � fit° I_'�i� i i iI � F# I � ! P- J^' - .e'S�F+ 11�._b ..rr��y1� yy3 q^��`''� � ♦ 1 til la ,s.� rl 4� Ir A AP Fault Zone r " j` dTT OST' �rIE r`/P2 4AIFF F J 1 V �5 F*A a� i F.1 ( f Iri / N �•L> 9, J may! iit) ,.. ♦ �p e 7 .j� 9 0.I I 1 �} X41 • ul' 4 I f ...... � 1.%: � h < _ kl `ppp �s I�I� ] a 999YYYYIIII f{ 1\ �i •'+Y!� 4�2 A„i, ...�.� r.FFFI ,u • S../ A c �y l� ` ek ` P _ ...mow II 1 31S 16.5^!1 f 1 r +W a• , � si r .,` w < ) d a. yc• li? a w < s _ +.. lam• 4 �:3 1 X+f `\ '�". �,� .a �-• �`Q- , 2 I ib f „li 1 ' '- PCO 0Ct LOC2iIOn MAP EXPLANATION � v, a 4 L�. Zones ofRequlred Investigation: ogial, d .W v 4"d i s gAreaswM1nickal andgmdgmHu ftr t .did.f iii o lowentiafw -i,ibPlbo, t,s.cona.!,ssT.ilo dulln, in -'' Public keswr EnrtM1 k IndxcW leni t Rreas wM1 re LrVrm'buzeau loi reNNolantlw bsuRattewat d'ibn s Indi¢h potmpalror Pelmanmt9muntl dllplecsnentzwu �� mkgetlon aztleflnM In Publkflewumez Cade Sedlon 2693waulp )c( be requked. 0 4,000 0,000 FEET rz a: .1� til weicXlG .y.i l3bi sa.s..m,x.meza�.w.p.. a.ma"a caam�. SCALE 1" = 4,000' mw WAfunm]Gmlyy.011kiel M.0. dOd11l.MN[N I5. Earth Mechanics, Inc. PARK AVENUE BRIDGE OVER GRAND c mkmnlmmea nxa. Samoa¢ CANAL (REPLACEMENT) Seismic Hazard Map Figure 3-3 Project No. 13-158 1 Date: June 2015 III -15 of 49 APPENDIX III 11 4.0 SUBSURFACE 4.1 SOIL CONDITIONS Materials encountered during the field investigation consist primarily of sand and sand with silt overlying siltstone bedrock. The idealized soil profiles and strength parameters used for foundation design are presented in Table 4-1. It should be noted that the elevations shown in Table 4-1 and the lines designating the interface between materials on the LOTB sheet generally represent approximate boundaries. The actual transition between subsurface materials is usually gradual. Table 4-1. Idealized Soil Profiles and Strength Parameters Approximate Equivalent Total Unit Friction Cohesion/ Elevation Predominant SPT Weight Angle Undrained (feet) Soil Type Blowcount * (pef) (degree) g ) Shear Strength (blows/foot) € Sand and Sandi (psf) -20 to -42 Sand (37) to 51 128 38 50 Average = 41 (37) to>70 42 to -95 Silt Average = 58 i 105 I 4,500 I *Blowcounts in parenthesis have been corrected for sampler size; a correction factor of 0.5 was used to convert Modified California sampler blowcounts to equivalent SPT blowcounts. **Liquefiable soil layers; liquefied (residual) shear strength = 600 psf. E1rth Mechanics, Inc. Geotechnical &Earthquake Engineering 111-16 of 49 Abutments +11 to +1 ;Sand and Sand 3 120 32 100 I with Silt 5 to 17 € Sand and Sandi Average = 14 +1 to -4** with Silt i 120 32 100 -4 to -20 I Sand and Sand (24) to 32 125 ( 35 50 E with Silt Average = 30 j 20 to -42 _ Sand (37) to >70 128 1 38 -- 50 -- -- Average = 46 ------ ? I 1 (50) to >70 - - -- -- —1 42 to -80 Silt Average > 70 105 ? 4 500 Piers -3 to -17** :Sand and Sand ; (14) to 19 120 32 € 100 with Silt Average = 17 17 to -20� Sand and Sand ' -- — 31...... 1— - - -- - 125 - - - 35 -- - 50 - --- with Silt -20 to -42 Sand (37) to 51 128 38 50 Average = 41 (37) to>70 42 to -95 Silt Average = 58 i 105 I 4,500 I *Blowcounts in parenthesis have been corrected for sampler size; a correction factor of 0.5 was used to convert Modified California sampler blowcounts to equivalent SPT blowcounts. **Liquefiable soil layers; liquefied (residual) shear strength = 600 psf. E1rth Mechanics, Inc. Geotechnical &Earthquake Engineering 111-16 of 49 APPENDIX III 12 The above friction angles for sandy soil type are based on correlation with Standard Penetration Test (SPT) blowcounts (Lam and Martin, 1986). Friction angles obtained from the direct shear tests are slightly less than the friction angles obtained from the SPT correlation. Due to potential disturbance of the laboratory test specimens, friction angles obtained from the SPT correlation are considered to be more appropriate for foundation design. Results obtained from unconsolidated -undrained triaxial tests show undrained shear strengths higher than the value presented in Table 4-1. Thus, the design undrained shear strength can be considered as conservative. The liquefied (residual) shear strength of 600 psf in Table 4-1 is based on correlation with SPT blowcounts published by Seed and Harder (1990). 4.2 GROUNDWATER CONDITIONS Groundwater was encountered near elevation +3 feet during drilling in June 2014. A groundwater elevation of +5 feet was used for the soil liquefaction evaluation and foundation design to account for local tidal fluctuation. Groundwater elevation during construction will likely be different from those reported above. a� Earth Mechanics, Inc. Geotechnical B Earthquake Engineering III -17 of 49 APPENDIX III 13 5.0 CONCLUSIONS AND RECOMMENDATIONS 5.1 SEISMIC DESIGN CRITERIA To develop the ARS curve in accordance with the 2013 Seismic Design Criteria (SDC) (Caltrans, 2013) and Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations (Caltrans, 2012c) procedures, we considered the following response spectra. The design ARS curve is the envelope of the following spectra:. • Deterministic Speer= based on late -Quaternary faults in the 2012 fault database (Caltrans, 2012b and Merriam, 2012). • Probabilistic Spectrum based on 5% in 50 years probability of exceedance ground motion. • Minimum Deterministic Spectrum based on a Mw = 6.5 strike -slip event occurring at a distance of 7.5 miles (12 km) from the site. Caltrans ARS Online is used to develop the acceleration response spectrum (ARS) curve (Caltrans, 2012a and Shantz, 2012). Results generated by Caltrans ARS Online were verified using the Caltrans Deterministic Response Spectrum Spreadsheet and Probabilistic Response Spectrum Spreadsheet. We used these spreadsheets following the procedures outlined in Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations. Results obtained from the deterministic spreadsheet and the Caltrans ARS Online were compared and the discrepancy was found to be less than 10%. Therefore, in accordance with Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, the deterministic ARS curve developed using the Caltrans ARS Online is acceptable for design. Spectral acceleration values for the probabilistic response spectrum were calculated using the USGS Interactive Deaggregation Tool (USGS, 2008) for the periods of 0, 0.3, 1.0 and 3.0 seconds. Results obtained from the Caltrans ARS Online and USGS Interactive Deaggregation Tool were compared in the Caltrans Probabilistic Response Spectrum Spreadsheet, and the discrepancy was found to be less than 10%. Therefore, in accordance with Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, the probabilistic ARS curve developed using the Caltrans ARS Online is acceptable for design. Using the information presented in the attached LOTB sheet, a small strain shear wave velocity (V,30) of 886 feet per second was obtained using the SPT correlations (Caltrans, 2012c). The recommended design ARS curve is presented in Figure 5-1 together with the digitized coordinates. As shown in Figure 5-1, the peak ground acceleration is calculated to be 0.62g. Earth Mechanics, Inc. Geotechnical & Earthquake Engineenng 111-18 of 49 APPENDIX III III -19 of 49 1.4 1.2 -------------' ---------------- ---------- -------------------- F_......._...._..F........_....._F____.____.___y___.._.._.______F___..........____...... i m c p ! i : d Q ; d N 0.4 _______________ _ ----------------------- ; 0.0 i 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 Period (sec) Latitude =33.6057° Longitude =-117.88900 Damping Ratio = 5% Magnitude M = 7.0 Spectral Coordinates Period sec Ace. () Period sec Arc. 0.010 0.620 0.700 1.095 0.050 0.736 0.850 1.039 0.100 0.884 1.000 0.977 0.150 1.019 1.200 0.828 0.200 1.111 1.500 0.656 0.250 1.155 2.000 0.503 0.300 1.177 3.000 0.323 0.400 1.182 4.000 0.229 0.500 1.156 5.000 0.175 0.600 1.123 h° Earth Mechanics, lnc. Park Avenue Bridge (Replace) Design ARS Curve Project: 13-158 Date: 08/06/14 Figure 5-1 III -19 of 49 APPENDIX III 15 5.2 LIQUEFACTION Liquefaction analysis was performed using the available site-specific subsurface information and a design groundwater elevation of +5 feet. The liquefaction potential of saturated, granular materials below the groundwater table was evaluated using the procedures outlined by Seed et al. (1983) and updated by NCEER (1997). Results of the analyses indicate that granular materials susceptible to liquefaction were encountered at the abutment and pier locations. These potentially liquefiable soil layers are located between El. +1 and -4 feet at the abutments and between the mudline and El. -17 feet at the piers. In addition to the reduction in soil strength, liquefaction will also result in seismically -induced settlements. In the liquefiable layers, seismically -induced soil settlements are expected to be about 2 and 1 inch at the abutments and piers, respectively. These settlements will generate downdrag forces on the piles and these downdrag forces will be considered in foundation design. 5.3 SOIL CORROSIVITY According to Caltrans Memo to designers 3-1 dated June 2014 (Caltrans, 2014a), a site is considered to be corrosive if the minimum resistivity is less than 1,000 ohm -cm or the soluble sulfate content is more than 2,000 ppm or the chloride content is more than 500 ppm or pH is 5.5 or less. Based on the corrosion test results presented in Appendix B, minimum resistivity ranges from 110 to 520 ohm -cm; pH varies from 7.2 to 8.7; soluble sulfate measurements are between 100 and 600 parts per million (ppm); and soluble chloride measurements are between 1,158 and 11,610 ppm. Based on the above corrosion test results and the Caltrans criteria, on-site soils are considered to be corrosive. In addition, the project site is located in a marine environment. Minimum concrete cover should be in accordance with Table 5.12.3-1 of the California Amendments to the AASHTO LRFD Bridge Design Specifications — Sixth Edition (Caltrans, 2014b). Corrosion resistant concrete mix designs that address corrosive conditions are specified in Section 90-1.02H of the Caltrans Standard Specifications (2010b). Additional corrosion protection requirements for concrete structural members are presented in Section 5 of the California Amendments to the AASHTO LRFD Bridge Design Specifications — Sixth Edition (Caltrans, 2014b). 5.4 SCOUR AND DREDGING Based on our discussions with RBF, scour is not a condition that needs to be addressed in bridge design. However, lowering of the mudline by dredging operation can occur during the design life of the bridge structure. Unfortunately, the dredging depth and subsequent cycles of dredging and re -deposition of sediments in the dredged zone are all unknowns. After further discussions with RBF, a permanent lowering of the mudline of 5 feet was considered for the Service I and Strength Limit State load cases and no lowering of the mudline was considered for the Extreme Event Limit State load case. i Earth Mechanics, Inc Geotechnical & Earthquake Engineering I11-20 of 49 APPENDIX III 16 5.5 FOUNDATION DESIGN 5.5.1 Foundation Type Based on the as -built drawings, existing abutments and pier foundations are supported on driven concrete piles. The pile details show a 16 -inch octagonal pile with the last 5 feet of the pile length tapering down into an 8 -inch square tip. Pile lengths are 27 to 33 feet. The as -built pile lengths and pile design load are both unknowns. Deep foundations are proposed for the replacement structure to match the existing bridge. Based on discussions with RBF, Cast -in -Drilled -Hole (CIDH) concrete piles are recommended because pile driving is not permitted due to proximity of residential structures. Preliminary plans prepared by RBF show four 30 -inch CIDH piles at each pier. The abutment is constructed as a secant -pile wall consisting of sixteen reinforced CIDH piles and fifteen un -reinforced CIDH piles. Both pile types have a diameter of 24 inches and are spaced at 3 -foot on -center. Only the sixteen reinforced CIDH piles are extended below the secant pile wall to provide axial and lateral soil resistance. 5.5.2 Foundation Data Provided by Structural Designers The foundation design loads, as provided by RBF, are presented in Table 5-1. Table 5-1. Foundation Design Loads 5.5.3 Axial Pile Capacity Abutments and piers foundation design recommendations are presented in Table 5-2. The Pile Data Table for the Contract Plans is presented in Table 5-3. According to Section 10.8.3.6.3 (AASHTO, 2007), a pile -group efficiency factor (GEF) of 0.65 is used for a center -to -center pile spacing of 2.5 times the pile diameter, and a GEF of 1.0 is used for a center -to -center spacing of 4.0 times the pile diameter or greater. Linear interpolation can be used to determine the GEF for intermediate spacings. Based on the pile layouts provided by RBF, GEF's of 0.7 and 0.9 were used for the abutment and pier pile, respectively. _Earth Mechanics. Inc. Geotechniml & Earthquake Engineering III -21 of 49 Service -I Limit State Strength/Construction Limit State Extreme Event Limit State (kips) (Controlling Group, kips) (Controlling Group, kips) Support i Permanent ' Com ression Tension Com ression Tension No. Total Load i i Loads 'Max. Per '; Max. ' Per : : Max. Per p Per Max. ' Per Support : Per Support Per Support Per s Support ! Per Support : ; Support t Per Pile : 1 Pae a Pile : Pile Abut j 450 255 665 45 0 0 255 1 45 i 0 0 Pier 860 535 1250 315 0 1: 0 550 230 0 0 Pier `: 860 535 1250 315 0 0 550 230 i 0 0 Abut ; 450 255 665 45 ( 0 1 0 255 45 0 0 5.5.3 Axial Pile Capacity Abutments and piers foundation design recommendations are presented in Table 5-2. The Pile Data Table for the Contract Plans is presented in Table 5-3. According to Section 10.8.3.6.3 (AASHTO, 2007), a pile -group efficiency factor (GEF) of 0.65 is used for a center -to -center pile spacing of 2.5 times the pile diameter, and a GEF of 1.0 is used for a center -to -center spacing of 4.0 times the pile diameter or greater. Linear interpolation can be used to determine the GEF for intermediate spacings. Based on the pile layouts provided by RBF, GEF's of 0.7 and 0.9 were used for the abutment and pier pile, respectively. _Earth Mechanics. Inc. Geotechniml & Earthquake Engineering III -21 of 49 APPENDIX III 17 The pile capacity is also based on soil resistance only and may be further limited by the pile -head connection details and the strength of the pile materials. As shown in Table 5-2, the specified pile -tip elevations at the abutments and piers were controlled by the Strength/Construction Limit load case. Even though the Extreme -Event Limit load case incorporated the effect of downdrag forces, the design pile -tip elevations were higher than the Strength/Construction Limit load case; downdrag forces were estimated to be 30 and 50 kips for the abutment and pier piles, respectively. Table 5-2. Pier Foundation Design Recommendations Notes: 1. Design tip elevations are controlled by the following demands: (a-1) Compression (Strength\Construction Limit), (a -H) Compression (Extreme Event), (c) Settlement and (d) Lateral Load. 2. There are no design tip elevations for Tension at abutments and piers. 3. The Specified tip elevations shall not be raised above the design tip elevations for Settlement and Lateral Load. 4. Cut-off elevations are bottom of abutment wall for abutment piles and mudline for pier piles. Earth Mechanics. Inc. Geotechnical & Earthquake Engineenng 111-22 of 49 Required Factored Nominal Resistance ' I E Service -I Limit E 0dps) I Cut- State Loads per Total Support Pile off Support (lips) - Permissible. `: Strength Limit Extreme Event Design Tt g p f Specified Location Type [ Elev. Support Elev. Tip Elev. - (feet) Settle (inch) (feet) (feet) Total Perma I Comp. + Tension Comp. Tension = _ -vent i -30 (a -I) [ Abut 1 ' -8 3 450 f 225 1 45 0 € 45 i 0 i -28 (a -H) i 30 CIDH I i 20 (c) I € 3 0 (d) i -53 (a_1) — Pier 2 -3 860 535 1 315 0 230 0 427 �)) -53 ;CIDH i i I -53 (d) _ ----- i ------ — 53 (a-1) Pier 3;CIDH30" -3 860 535 _ 1 315 0 ' 230 0 427 �)) 53 ........... -53 (d) —: ..... 30 (a -I) _ Abut 4 -8 450 225 1 45 0 45 0 220 �)) "s -30 CIDH -30 (d) Notes: 1. Design tip elevations are controlled by the following demands: (a-1) Compression (Strength\Construction Limit), (a -H) Compression (Extreme Event), (c) Settlement and (d) Lateral Load. 2. There are no design tip elevations for Tension at abutments and piers. 3. The Specified tip elevations shall not be raised above the design tip elevations for Settlement and Lateral Load. 4. Cut-off elevations are bottom of abutment wall for abutment piles and mudline for pier piles. Earth Mechanics. Inc. Geotechnical & Earthquake Engineenng 111-22 of 49 APPENDIX III 18 Table 5-3. Pile Data Table Nominal Resistance (ldps) Design Tip 1 Specified Tip Location Pile Type Elevations j Elevation Compression ` Tension (feet) (feet) j -30 (a) i Abut 1 i 24" CIDH j 90 0 -20 (c) -30 s i -53 (a) Pier 2 30" CIDH i 500 0 27 (c) -53 53 SdL l -53 (a) I Pier 3 30" CIDH 500 j 0 27 (c) 53 s i -30 (a) Abut 4 s 24" CIDH i 90 0 -20 (c) -30 -30 (d) Notes: 1. Design tip elevations are controlled by the following demands: (a) Compression, (c) Settlement and (d) Lateral Load. 2. There are no design tip elevations for Tension at abutments and piers. 3. The specified tip elevations shall not be raised above the design tip elevations for Settlement and Lateral Load. 5.5.4 Lateral Pile Capacity Nonlinear soil resistance (p) versus pile deflection (y) curves were calculated using the computer program LPILE (Ensoll, 2010) and the soil strength parameters presented in Table 4-1. Static and seismic (with soil liquefaction) p -y curves were generated and these curves are included in Appendix C. Based on the pile layout provided by RBF, group efficiency factors of 0.95 and 0.85 are recommended for longitudinal and transverse loading at the piers, respectively; corresponding group efficient factors at the abutments are 0.75 and 0.59. 5.6 EMBANKMENTS SETTLEMENT AND SLOPE STABILITY 5.6.1 Settlement and Settlement Period The replacement structure will be constructed more -or -less on the footprint of the existing bridge. Project Profile Sheet provided by RBF shows very minor cuts and fills at the approaches. As a result, soil settlement at the approach due to fill placement is negligible and a settlement period for abutment pile construction is not required. 5.6.2 Slope Stability A cross-section along the bridge centerline was provided by RBF. Global stability of this cross section was evaluated for static and pseudo -static conditions using the computer program SLIDE 6.0 (Rocscience, 2012) and the soil strength parameters presented in Table 4-1. The mudline was also lowered by 5 feet for the static condition only to represent future dredging operation. _' , � Earth Mechanics Inc. �,_� Geotechniwl8 EaM1hquake Engineering 111-23 of 49 APPENDIX III 19 The calculated factor of safety for a deep-seated failure is greater than the minimum required 1.5 under static condition with a 2 -foot soil surcharge to represent traffic loading. Slope stability analysis under pseudo -static condition was performed using a seismic coefficient equal to 0.207 (which is one-third of the horizontal peak ground acceleration). The calculated factor of safety is greater than the minimum required 1.1 under pseudo -static condition. 5.7 BRIDGE ABUTMENT WALL DESIGN 5.7.1 Abutment Static Lateral Pressures The abutment (secant pile) wall is assumed to be 19 -foot tall with a top -of -wall and bottom -of - wall elevation of +11 and -8 feet, respectively. A design groundwater elevation of +5 feet is used. The abutment wall design will need to include the effect of water pressure. Above an elevation of +5 feet and if abutment walls are free to move laterally at the top, a static active lateral earth pressure of 36 psf per foot of depth is recommended for a free -draining, level and compacted backfill. If lateral movement at the top of abutment walls is restrained, the lateral earth pressure for a free draining, level and compacted backfill should follow Section 5.5.5.11 of the Caltrans BDS (2004). For this condition, we recommend a coefficient of active lateral earth pressure of 0.3, a coefficient of at -rest lateral earth pressure of 0.46 and a soil unit weight of 120 pcf. Below an elevation of +5 feet, both earth pressure and hydrostatic pressure should be considered. If abutment walls are free to move laterally at the top, a static active lateral earth pressure of 22 psf per foot of depth is recommended for a level and compacted backfill. If lateral movement at the top of abutment walls is restrained, the lateral earth pressure for a level and compacted backfill should follow Section 5.5.5.11 of the Caltrans BIDS (2004). For this condition, we recommend a coefficient of active lateral earth pressure of 0.3, a coefficient of at -rest lateral earth pressure of 0.46 and an effective soil unit weight of 72 pcf. If applicable, a uniform lateral pressure of at least 72 psf due to vehicle loads, equivalent to a vertical pressure produced by at least 2 feet of earth, should be added to the above lateral earth and water pressures. In addition to the abutment piles, the embedded abutment wall (below the mudline) will provide some passive resistance to lateral loads. We recommend a passive lateral pressure of 200 psf per foot of depth, measured from the mudline elevation. 5.7.2 Abutment Seismic Lateral Pressures A seismic incremental active earth pressure of 30 psf per foot of depth is recommended for the abutment wall. We recommend using this incremental seismic active earth pressure for the entire wall height. The abutment wall is taller than 5.5 feet. Under seismic loading, an ultimate uniform passive earth pressure of 5 ksf may be used for the approach backfill above elevation +5 feet (Caltrans SDC, 2013). Below elevation +5 feet, an ultimate uniform passive earth pressure of 3 ksf is recommended. The horizontal movement at which the maximum passive pressure is expected to —Earth Mechanics, Inc. Geotechnical 8 Earthquake Engineering III -24 of 49 U22A I111YOU 20 be fully mobilized can be determined following the procedure outlined in Section 7.8.1 of the Caltrans SDC (2013). 5.8 RETAINING WALLS Pedestrian access ramps are proposed at all four corners of the approaches. These ramps connect Park Avenue to the banks of the canal. Each access ramp consists of three retaining walls on a common footing. Wall design is on-going and foundation recommendations will be provided when wall design plans are available. Earth Mechanics, Inc. Geotechnipl8 Earthquake Engineering III -25 of 49 APPENDIX III 21 6.0 CONSTRUCTION RECOMMENDATIONS 6.1 EARTHWORK Earthwork should be performed in accordance with Caltrans Standard Specifications, Section 19 (2010c). Appropriate measures should be taken to prevent damage to adjacent structures and utilities. Any design and construction of temporary sloping, sheeting, or shoring should be made the contractor's responsibility. 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 shall conform to all applicable occupational and health standards, rules, regulations, and orders established by the State of California. In addition, other State, County, or Municipal regulations may supersede the recommendations presented in this section. If a trench shoring design and safety plan is required, the geotechnical consultant should review the plan to confirm that recommendations presented in this report have been applied to the design. 6.2 GROUNDWATER Groundwater was measured near elevation +3 feet during drilling in June 2014. Groundwater level during construction will be higher due to tidal fluctuations. Groundwater will be encountered during construction of the CIDH piles and abutments. Cofferdam and dewatering, if used, must be implemented with extreme caution because this operation could induce soil settlement which could damage buried utilities and nearby residential structures. Contractor should be fully prepared for a wet construction when bidding and selecting construction equipment and methods. 6.3 CIDH PILE CONSTRUCTION Construction of CIDH piles should follow Section 49-3 of the Caltrans Standard Specifications (2010b). Very challenging CIDH pile construction is anticipated due to a wet construction and high groundwater. The project site is also located in a tidal zone and marine environment. Difficult drilling conditions are anticipated because the project site is underlain by saturated, caving soils with localized dense and hard soil layers. The bedrock has high SPT blowcounts; drilling and excavating are anticipated to be slow and difficult. The abutment is constructed as a secant -pile wall consisting of sixteen reinforced CIDH piles (soldier piles) and fifteen un -reinforced CIDH piles (lagging piles). Both pile types have a diameter of 24 inches and are spaced at 3 -foot on -center. Only the sixteen reinforced CIDH piles extend below the mudline to provide axial and lateral soil resistance. Secant pile wall construction should start with installation of the unreinforced lagging piles followed by installation of the reinforced soldier piles. Soldier piles should not be installed until the two adjacent lagging piles have been installed and have reached their initial set. Soldier piles should be installed as early as possible after the lagging piles have reached their initial set to avoid coring through hardened concrete. Extreme caution should be taken to maintain verticality of both the lagging and soldier piles during CIDH pile excavation. When drilling soldier piles, the soldier piles will have a tendency to deflect in a direction perpendicular to the wall face resulting from overbreak from the lagging Earth Mechanics, Inc. `ay Geotechnical & Earthquake Engineering III -26 of 49 Ie1»9 t]`<ll 22 piles. If verticality of lagging piles is not maintained, the soldier piles will have an increased tendency to deflect away from the wall face. The Contractor should be required to include in the CIDH Pile Installation Plan measures for how verticality of the CIDH piles will be monitored and maintained during drilling. The CIDH Pile Installation Plan should also include contingencies and mitigation measures in the event the CID14 piles are installed outside of the vertical tolerances in the project specifications and special provisions. For a wet pile construction, the contractor is required to maintain a minimum 10 -foot head of slurry over the piezometric surface at all times during CIDH pile construction. This minimum head of slurry is required to prevent a "quick" condition during the CIDH pile excavation. Water is not allowed as slurry, even if full length casing is used during pile excavation. As a standard Caltrans practice for "wet" construction, PVC tubings must be installed within the reinforcement cage of the CIDH pile for gamma -gamma testing per Caltrans Memo -To -Designers 3-1 (2014a). Dewatering operations, if necessary, should not be initiated until after CIDH pile construction is complete; dewatering should not be performed concurrent with pile excavation. Dewatering performed during CIDH pile construction will potentially remove drilling slurry from the CIDH excavation causing the CIDH excavation to collapse. Dewatering will also induce ground subsidence. As such, dewatering could affect the nearby structures. Soil caving can be controlled using a temporary casing or slurry. The use of temporary casing is left to the contractor's discretion. Temporary casings should have an outer diameter equal to or exceeding the pile diameter, and should be placed tight in hole. Temporary casing installation may be difficult due to the presence of dense and hard soil layers. The temporary casing should be pulled as the concrete is being poured while always maintaining at least a 5 -foot head of concrete inside the temporary casing. The Contractor should be required to drill the bottom of the shaft boring with a clean-out bucket to ensure adequate removal of loose soils. The shaft borings should be inspected and approved by the Resident Engineer prior to 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. Per latest Caltrans requirement, 3 -inch of concrete cover over reinforcement should be provided to improve the construction of the 24 -inch and 30 -inch diameter CIDH piles. The pile reinforcing cage should be installed and the concrete pumped, immediately after drilling is completed. No borings should be drilled immediately adjacent to another pile until the concrete in the other pile has attained its initial set. In the event that any boring becomes bell-shaped and cannot be advanced due to severe caving, 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. d Earth Mechanics, Inc Geotechnical & Earthquake Engineering III -27 of 49 APPENDIX III 23 6.4 BACKDRAIN AND BACKFILL REQUIREMENTS 6.4.1 Retaining Walls Caltrans Structure Backfill should be used as backfill material behind the retaining walls. Backfill should be compacted in accordance with Section 19-5 of the Caltrans Standard Specifications (201 Oc). The horizontal limits of the Structure Backfill should begin one foot from edge of the footing bottom and extending upward at a 45 -degree imaginary plane until the plane intersects the ground surface. Backfill should be placed in loose lifts not exceeding 8 inches in thickness, moisture -conditioned to near optimum moisture content, and compacted to at least 90 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 walls in order to avoid damaging the walls due to large lateral earth pressures. Backdrains should be installed behind the wall to relieve hydrostatic pressure. Backdrains should be constructed in accordance with Bridge Detail 3-1 on Sheet BO -3 per Caltrans Standard Plans (2010b) or the geocomposite drain alternative per Section 6 of the Caltrans Bridge Design Details (1992). 6.4.2 Abutment Walls Caltrans Structure Backfill should be used as backfill material behind the bridge abutment walls as shown in Figure 6-1. Backfill should be compacted in accordance with Section 19-5 of the Caltrans Standard Specifications (201 Oc). Backfill should be placed in loose lifts not exceeding 8 inches in thickness, 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 in order to avoid damaging the walls due to large lateral earth pressures. 6.5 REVIEW OF CONSTRUCTION PLANS Recommendations contained in this report are based on draft plans. The geotechnical consultant should review the final construction plans and specifications in order to confirm that the general intent of the recommendations contained in this report have been incorporated into the final construction documents. Recommendations contained in this report may require modification or additional recommendations may be necessary based on the final design. a Eartb Mechanics, Inc Geotechnical & Earthquake Engineering APPENDIX m i1-29 of 49 LU ) / [ / z ) \ LL o® z § �LU 2 § [\ ) 0 03 �� / ED < A i \ ƒ U) I <2i % 2 o :. a.. ;:;: -... o < ..:.:. _ u \ } \ z : LU ® - Lli / \\ < ƒ k/LLJ i1-29 of 49 APPENDIX III 25 6.6 GEOTECHNICAL OBSERVATION AND TESTING It is recommended that inspections and testing be performed by the geotechnical consultant during the following stages of construction: • Grading operations, including excavations and placement of compacted fill • Shoring installation • Footing excavation and pile construction • Backdrain installation and backfilling of bridge abutment and retaining walls • Removal or installation of support of buried utilities or structures • When any unusual subsurface conditions are encountered b � Earth Mechanics, Inc. Geolechnical8 Earthquake Engineering 111-30 of 49 APPENDIX III 26 7.0 LIMITATIONS This report is intended for use by the City of Newport Beach, and RBF Consulting for design and construction of the Park Avenue Bridge replacement project. This report is based on the project as described herein and the information obtained from the exploratory borings at the approximate locations indicated on the attached plans. The findings and recommendations contained in this report are based on the results of the field investigation, laboratory tests, and engineering analyses. Also, soils and subsurface conditions encountered in the exploratory borings are presumed to be representative of the project site; however, subsurface conditions and characteristics of soils between exploratory borings 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 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 herein are applicable to the specific design elements and locations which are the subject of this report. Data, opinions, and recommendations herein 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 is not responsible 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 were 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. Earth Mechanics, Inc. �3s Geotechnical & Earthquake Engineenng III -31 of 49 APPENDIX III 27 8.0 REFERENCES American Association of State Highway and Transportation Officials (AASHTO), 2007, AASHTO LRFD Bridge Design Specification, 4th Edition with 2008 and 2009 Interim Changes. Washington, DC: AASHTO. American Society for Testing and Materials (ASTM), 2015, Annual Book of Standards. Soil and Rock; Dimension Stone; Geosynthetics. Vol. 04.08. 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. California Department of Transportation (Caltrans), California Test Methods. Caltrans, 2014a, Memo to Designers 3-1, June. Caltrans, 2014b, California Amendments to AASHTO LRFD Bridge Design Specifications, Sixth Edition, January. Caltrans, 2013, Seismic Design Criteria, Version 1.7, April. Caltrans, 2012a, Caltrans ARS Online Version 2 Website (http://dap3.dot.ca.gov/shake table/v2/index.php). Caltrans, 2012b, Caltrans Fault Database Version 2a for ARS Online, October 23. Caltrans, 2012c, Methodology for Developing Design Response Spectrum for Use in Seismic Design Recommendations, Division of Engineering Services Geotechnical Services, November. Caltrans, 2010a, Soil and Rock Logging, Classification, and Presentation Manual, 2010 Edition. Caltrans, 2010b, Standard Plans. Caltrans, 2010c, Standard Specifications. Caltrans, 2004, Bridge Design Specifications, Section 5, August. Caltrans, 1992, Bridge Design Details, Section 6, November. Ensoft, 2010, LPILEP1` Version 6.0, A Program for Analyzing Stress and Deformation of a Pile or Drilled Shaft under Lateral Loading, Austin, Texas. 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. Lam, I.P., and Martin, G.R., 1986, Seismic Design of Highway Bridge Foundations, FHWA Report Nos. FHWA A/RD-86/102. w Earth Mechanics, Inc Geotechnical & Earthquake Engineering III -32 of 49 APPENDIX III 28 Merriam, M., 2012, Caltrans Fault Database (V2a) for ARS Online, California Department of Transportation, Sacramento, CA, October 23. 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, NCEER, 1997, Proceeding of the NCEER Workshop on Evaluation of Liquefaction Resistance of Soils, T. L. Youd and I. M. Idriss Editors, Technical Report NCEER-97-0022, NCEER, Buffalo, NY. Roescience, 2012, SLIDE 6.0 — 2D Limit Equilibrium Slope Stability Program, Toronto, Canada. Seed, R.B. and Harder, L.F., Jr., 1990, SPT -Based Analysis of Cyclic Pore Pressure Generation and Undrained Residual Strength, in Proceedings, H. Bolton Seed Memorial Symposium, BiTech Publishers, Ltd., P. 351-376. Seed, H. B., Idriss, I. M., and Arango, I., 1983, Evaluation of Liquefaction Potential Using Field Performance Data, Journal of Geotechnical Engineering, ASCE, Vol. 109, No. 3, pp. 458-482. Shantz, T., 2012 ARS Online 2.0, Discussion of New Features and Updated Source Data, California Department of Transportation, Sacramento CA. Shaw, J.H., and Shearer, P.M., 1999, An elusive blind -thrust fault beneath metropolitan Los Angeles: Science, v. 283, p.1516 (5 March). USGS, 2013, The SAFRR (Science Application for Risk Reduction) Tsunami Scenario, Open - File Report 2013-1170, California Geological Survey Special Report 229. USGS, 2008, USGS 2008 Interactive Deaggregations (Beta), https://geohazards.usgs.gov/deaggint/2008/ Earth Mechanics Inc. Geotechnical & Earthquake Engineering III -33 of 49 Appendix A LOG OF TEST BORINGS SHEET APPENDIX III III -34 of 49 x�55m Qo s x (Y) NOI1tlA313 z LL x to Z V z a f $ED � F � c g@ < Y 0 8 I' Q Z O x g G" �'g�"gyp 7� n' � �{ �• p A 1-11, a � 5 3 � • g , QST Q , , , , d� 8 ylltl i F SG a e s pg d 3 I Y y 5 3 € if, o'a a' I mov N � Y I o 3 a m a ff 1111By 3 ., a4 e E v� 3 - g�� 3 Td m a 'd4 ru«+x ms °Y e� INI NOIIVM13 �Y 11136 of 49 `_.�" __,,�}. -� :�� /!}/..;\!/}\: m�6a _!(/]:�\_ �o./J� .(§«�!•,\ /e- .) -!` §E|!| !�\i]/: Lo oAv--t:i,7l M. E E- ! �! } H/A � )| ; 111-36 f 49 } \&!�y, | §|!§ §; �} DO � r| 111-36 f 49 } \&!�y, | } \&!�y, | §|!§ | 8 E^ o`. Ls 3' 11137 of 49 H '�= i.... so so U s..... - �fr �4o00SoS��o'o =o=so s$oo �yw 'y ���oo,a v nw-�__ :s„W W --- o ��ll� ss xssaa�=aa mW �•,-oozy $� s» ss�„„ cess oss ".ssv --msso' pos":: oos�.. o oss �a i i S u$ �v 4 ��4 e a i 4 m3:.m a GG w e e m a P m e e ar. a s S "_ a a' a m _des oo oo s s #M. o u y 0 '��' OO�om '1�' •1�• 0 0 0 11137 of 49 i E c E xm P4 €e 4^€EEr g'e8 m sed eta s`csF€6==� a:E3 w LL X ss99: e ae`pF?: deg' w O $'E _e E U y to y m� y 2 E m or rci YE Pa - 'E s Es: y' uE >E e:E w � EE � Scva Yae .e BF M. �O OY e e 9 �? � g � 2i u BPjie (�y� e z � ui 2e iofe v?v� lE BEii$E iii e e s a g��E �a g y E ' E e 12 - ggg Yss $ g S o p$ p_ W Gppg _� zs eE MOM ge'g Ey 6q 9 B� a' • asae"g. 6 � ze: e e� y9 sefre {�y v'�a � ala ez= eaE ea := a 8� p� s_•SFea E£CPEES$t �&ezg8 �'g paaiEe�se fimEp�eg =__es 4 r S G . �' 6 w4eael � ce e�No9 y z i o E� N 3 'O O kY o Y f z .z o w _ ge e- e a € $§ 4E W W 5 & z e3_ yE e�y[%3 Edge p i E c E P4 €e 4^€EEr g'e8 e sed eta s`csF€6==� a:E3 ss99: e ae`pF?: deg' $'E _e E to y y 2 E a� YE Pa - 'E s Es: y' uE >E e:E EE � Scva Yae .e BF M. E e e 9 i E c E P4 €e 4^€EEr g'e8 e sed eta s`csF€6==� a:E3 ss99: e ae`pF?: deg' $'E _e E to y f 2 E a� YE Pa - 'E s Es: y' uE >E e:E EE � Scva Yae .e BF M. E e e _gg u � g � 2i g.£g'£2iE BPjie (�y� e z � ui 2e iofe v?v� lE BEii$E iii e e s a g��E �a g y E ' E e 12 - _� zs eE ge'g Ey 6q E�B= B� a' • asae"g. 6 � ze: e e� y9 sefre {�y v'�a � ala ez= eaE ea := s_•SFea E£CPEES$t �&ezg8 �'g paaiEe�se fimEp�eg =__es S i E c e " $'E _e E to y f 2 E a� YE E y' uE >E e p E e e e — — iii e e s a g��E �a g E E e - eE ge'g Ey 6q E�B= B� mei asae"g. 6 11148 of 49 c _e E p E e e e — — 5 e e s g g E E e - 11148 of 49 Appendix B LABORATORY TEST RESULTS APPENDIX III III -39 of 49 0 Z W IL IL 0 v� � U o v 0 ° o m � U ^G m tl a v o a m d �1 C �F m w`" a C � Q N U F� c m s. O V 9 V m a jC Q r M O] 4n lz� N V n V N N m (p N N LL o3F U2 c ,. ? dFw ��nMOM� mm�nomr voMin �°o�n .-in �inmrnrmmau�m nm�o w �o�m�owrn /H �2 m O � � z /�W �1 pS S N to d v o N q � A 4J Q M d p N 1? V h m z ��❑� O� �� O� �� �� O h O h O h O� O N 0� ��� 0� �� 0� 0� ��� 0� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 � � o 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0.0 0 .0 0 0 0 0 0 v ❑ v v v v o v v v v v v v v d d d d v d v v d e v v v v v v v v v v a v v v v v a v e M K K K K L� Q� 1� 1� K1� 1� K K K KQ� 0� K K KD� K K K0� K K OL0� Q� KOL K K K 0 APPENDIX III 2.5 : R-14-001 Strength Intercept (C) : 0.13 6.32 (ksf) Peak 0.11 (ksll 2.0 Sample No. : 0-2 (kPa) 5.17 (kPa) 2.0 Friction An le ( ):J 43.52 Degree 30.24 Degree Description : Gray. Poorly graded SAND (SP) 5 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS N ULTIMATE STRESS (pcf) (kNhre) (ksf) (kPa) (kaI) (kPa) (ksf) (kPa) g 1.5 G 100.70 15.85 0,67 0.50 23.94 0.60 28.73 0.40 18.96 22.26 10226 x 1.5 d 7.00 47.88 1.0952.28 0.70 3332 m 1.0 104.42 1694 0.61 � 95.76 2.03 97.10 L 60.90 m 1.0 A 0.5 v .q 0.0 0.0 0.5 1.0 1.5 2.0 2.5 Normal Stress (ksi) Ultimate: U I Shear Type :I Field Moisiture I Undisturbed I Peak: 0 2.5 : R-14-001 Strength Intercept (C) : 0.13 6.32 (ksf) Peak 0.11 (ksll Ultimate Sample No. : 0-2 (kPa) 5.17 (kPa) 2.0 Friction An le ( ):J 43.52 Degree 30.24 Degree Description : Gray. Poorly graded SAND (SP) Shear Rate (inch/minute) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (pcf) (kNhre) (ksf) (kPa) (kaI) (kPa) (ksf) (kPa) ( G 100.70 15.85 0,67 0.50 23.94 0.60 28.73 0.40 18.96 22.26 10226 x 1.5 0.66 7.00 47.88 1.0952.28 0.70 3332 20.46 104.42 1694 0.61 � 95.76 2.03 97.10 1.27 60.90 m 1.0 v .q 0.5 0.0 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 0.40 0.45 0.50 Horizontal Deformation (inch) Boring No. : R-14-001 Strength Intercept (C) : 0.13 6.32 (ksf) Peak 0.11 (ksll Ultimate Sample No. : 0-2 (kPa) 5.17 (kPa) Depth (fo.) : 10.0 0.00 Friction An le ( ):J 43.52 Degree 30.24 Degree Description : Gray. Poorly graded SAND (SP) Shear Rate (inch/minute) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL STRESS PEAK STRESS ULTIMATE STRESS (pcf) (kNhre) (ksf) (kPa) (kaI) (kPa) (ksf) (kPa) ( 21.65 100.70 15.85 0,67 0.50 23.94 0.60 28.73 0.40 18.96 22.26 10226 16.10 0.66 7.00 47.88 1.0952.28 0.70 3332 20.46 104.42 1694 0.61 2.DD 95.76 2.03 97.10 1.27 60.90 Earth Mechanics, Inc. GeotecM1vical aad Eart6yvake Engineering Project No.: 13-158 1 Date : 07/02/14 RBF/Park Avenue Bridge Replacement DIRECT SHEAR TEST III -41 of 49 APPENDIX III 25 R-14-002 Strength Intercept (C) : 0.05 (ksl) Peak 0.07 (ksi7 2.0 Sample No. D-2 2.59 (kPa) 3.45 (kPa) Depth (cum) :25.0 10.00Frietion 2.0 45.37 Deaxee 31.54 Deymee Description : Olive brown, Poorly graded SAND (SP) Shear Rate (inceimmen) : 0.02 C MOISTURE CONTENT (%) DRY DENSITY VOID (pcf) (kN/ms) RATIO NORMAL STRESS (kstj (kPa) PEAK STRESS (kst) (kPa) ULTIMATE STRESS 0 18.29 103.05 1622 0.64 0.50 23.94 q 1.5 C 66 1824 103.27 16260-63 1.00 47.88 1.04 49.99 Ta) 05 1.5 N N 16640.59 2.00 95J6 � 48 w 1.0 � I d u w m 1.0 0.5 d x m 0.0 0.0 0.5 1.0 1.5 2.0 2.5 Normal Stress (ksi) Ultimate : V I Shear Type :I Field Morsiture I Undisturbed I Peak: 0 2.5 R-14-002 Strength Intercept (C) : 0.05 (ksl) Peak 0.07 (ksi7 Ultimate Sample No. D-2 2.59 (kPa) 3.45 (kPa) Depth (cum) :25.0 10.00Frietion 2.0 45.37 Deaxee 31.54 Deymee Description : Olive brown, Poorly graded SAND (SP) Shear Rate (inceimmen) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pcf) (kN/ms) RATIO NORMAL STRESS (kstj (kPa) PEAK STRESS (kst) (kPa) ULTIMATE STRESS 0 18.29 103.05 1622 0.64 0.50 23.94 0.58 27.58 C 66 1824 103.27 16260-63 1.00 47.88 1.04 49.99 Ta) 05 1.5 10575 16640.59 2.00 95J6 2.09 9997 48 � u w m 1.0 � d x m 0.5 0.0 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 0.40 0.45 0.50 Horizontal Deformation (inch) Boring No. R-14-002 Strength Intercept (C) : 0.05 (ksl) Peak 0.07 (ksi7 Ultimate Sample No. D-2 2.59 (kPa) 3.45 (kPa) Depth (cum) :25.0 10.00Frietion An le ( 45.37 Deaxee 31.54 Deymee Description : Olive brown, Poorly graded SAND (SP) Shear Rate (inceimmen) : 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID (pcf) (kN/ms) RATIO NORMAL STRESS (kstj (kPa) PEAK STRESS (kst) (kPa) ULTIMATE STRESS 0 18.29 103.05 1622 0.64 0.50 23.94 0.58 27.58 66 1824 103.27 16260-63 1.00 47.88 1.04 49.99 Ta) 05 14.62 10575 16640.59 2.00 95J6 2.09 9997 48 t Earth Mechanics, Inc. GcotrchniraL aad EarWyuake Eay.`necdog Project No.: 13-158 1 Date: 07102114 RBF/Park Avenue Bridge Replacement DIRECT SHEAR TEST No. III -42 of 49 r_»��,f•�eam 4.0 Strength Intercept (C) ; 0.46 (W)0.00 21.83 (kPa) Peak 1 (ks) Ultimate Sample No. : D-4 0.00 (kPa) Depth (rum) : 20.0 0.00 I Friction Angle ( ) : 38.20 Degree 1 30.84 Degree Description : Olive brown, Poorly graded SAND (SP) Shear Rate 0.02 SYMBOL 3.5 DRY DENSITY VOID RATIO NORMAL. STRESS PEAK STRESS ULTIMATE STRESS (pct) (kN/me) (ksf) (kPa) (ksf) (kPa) (kst) (kPa) 0 19.70 16.28 0.63 1.00 47.88 6 3.0 0.66 31.62030 .43 16.28 0.6.3 2.00 95,76 2.15 G N 0.83 39.64 19,18 !103.41 .74 1-6749 0.61 4.00 191.52 3.56 2.5 2.56 12238 q d 2.0 Y 1.5 m � 1.0 L5 0.5 1.0 El 0.0 0.5 do 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 Normal Stress (ksf) Ultimate: V I Shear Tvue :I Field Moisiture I Undisturbed I Peak: 0 4.0 Strength Intercept (C) ; 0.46 (W)0.00 21.83 (kPa) Peak 1 (ks) Ultimate Sample No. : D-4 0.00 (kPa) Depth (rum) : 20.0 0.00 I Friction Angle ( ) : 38.20 Degree 1 30.84 Degree Description : Olive brown, Poorly graded SAND (SP) Shear Rate 0.02 SYMBOL 3.5 DRY DENSITY VOID RATIO NORMAL. STRESS PEAK STRESS ULTIMATE STRESS (pct) (kN/me) (ksf) (kPa) (ksf) (kPa) (kst) (kPa) 0 19.70 16.28 0.63 1.00 47.88 6 3.0 0.66 31.62030 .43 16.28 0.6.3 2.00 95,76 2.15 102.85 0.83 39.64 19,18 !103.41 .74 1-6749 0.61 4.00 191.52 3.56 G` 2.56 12238 2.5 a m 2.0 m L5 m t uz 1.0 0.5 0.0 0.00 0.05 0.10 0.15 0,20 0.25 0.30 0.35 0.40 0.45 0.50 Horizontal Deformation (inch) Boring No. : R-14-003 Strength Intercept (C) ; 0.46 (W)0.00 21.83 (kPa) Peak 1 (ks) Ultimate Sample No. : D-4 0.00 (kPa) Depth (rum) : 20.0 0.00 I Friction Angle ( ) : 38.20 Degree 1 30.84 Degree Description : Olive brown, Poorly graded SAND (SP) Shear Rate 0.02 SYMBOL MOISTURE CONTENT (%) DRY DENSITY VOID RATIO NORMAL. STRESS PEAK STRESS ULTIMATE STRESS (pct) (kN/me) (ksf) (kPa) (ksf) (kPa) (kst) (kPa) 0 19.70 16.28 0.63 1.00 47.88 6 55.73 0.66 31.62030 .43 16.28 0.6.3 2.00 95,76 2.15 102.85 0.83 39.64 19,18 !103.41 .74 1-6749 0.61 4.00 191.52 3.56 170.64 2.56 12238 Earth Mechanics, Inc. "4 Ceotechaical and rarthyuake Lngioeenag Project No.: 13-158 1 Date : 07102114 RBF/Park Avenue Bridge Replacement DIRECT SHEAR TEST No. III<43 of 49 APPENDIX III 16.0 RBF/Park Ave Bridge over Grand Canal Replace), Newport Beach Depth Depth Dry Moisture Conf. 10% Axial Initial No. No. Soil Type 7.0-- Content Stress Strain Dev. Saturation 14.0 (pcf) M (ksf) Stress (ksf) M R-14-002 D-855 Dark Brown ,H) SILTSTONE 71.9 43.46 4.46 13.79 87.3 6.0 (M - � --- C N Y 5.0 12.0 - N N 4.0 t+ e10.0 - N -- 2.0 8.0 1.0 0.0 .0 O m 6.0 ---- 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 18.0 20.0 Normal Stress (ksi) 4.0 2.0 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 Axial Strain (% ) 8.0 RBF/Park Ave Bridge over Grand Canal Replace), Newport Beach Depth Depth Dry Moisture Conf. 10% Axial Initial No. No. Soil Type 7.0-- Content Stress Strain Dev. Saturation (pcf) M (ksf) Stress (ksf) M R-14-002 D-855 Dark Brown ,H) SILTSTONE 71.9 43.46 4.46 13.79 87.3 6.0 (M � C N Y 5.0 - N N 4.0 t+ s 3:0 2.0 1.0 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 18.0 20.0 Normal Stress (ksi) BoringSample RBF/Park Ave Bridge over Grand Canal Replace), Newport Beach Depth Depth Dry Moisture Conf. 10% Axial Initial No. No. Soil Type Density Content Stress Strain Dev. Saturation (pcf) M (ksf) Stress (ksf) M R-14-002 D-855 Dark Brown ,H) SILTSTONE 71.9 43.46 4.46 13.79 87.3 (M Earth Mechanics, Inc. RBF/Park Ave Bridge over Grand Canal Replace), Newport Beach - centechnlcaland EarmquskeEngineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No.: Project No.: 13-158 Date : 07/07/14 III -44 of 49 APPENDIX III 16.0 Sample Depth (Replace), Newport Beach Dry Moisture Conf. 10% Axial Initial Soil Type Density Content Stress Strain Dev. Saturation 14.0 Dark Brown SILTSTONE 6.0 5.0 4.0 010.0 2.0 1.0 8.0 6.0 40 1 LJ20 0.0 Axial Strain (%) Boring Sample Depth (Replace), Newport Beach Dry Moisture Conf. 10% Axial Initial Soil Type Density Content Stress Strain Dev. Saturation Dark Brown SILTSTONE 6.0 5.0 4.0 2.0 1.0 0.0 Boring Sample Depth (Replace), Newport Beach Dry Moisture Conf. 10% Axial Initial Soil Type Density Content Stress Strain Dev. Saturation Dark Brown SILTSTONE Earth Mechanics, Inc. RBF/Park Ave Bridge over Grand Canal '&'�G,,�ftehZeal (Replace), Newport Beach and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTIVI D2850) Figure No.: Project No. : 13-158 1 Date: 07/07/14 |U-45vf49 APPENDIX III 20.0 18.0 Depth Dry Moisture Conf. 8.0 Initial -- No. (ft) Soil Type 7.05.0 Content Stress Strain Dev. Saturation 16.0 Y14.0 - T- ---- N (ksf) N - R-14-003 D-10 50 Dark Brown�HILTSTONE 4,0 41.30 4.02 15.86 90.3 s w 3.0 2.0 1.0 - 0.0 212.0 510.0 --- 0.0 5.0 10.0 15.0 20.0 25.0 Normal Stress (ksf) 8.0 7 6.0 -- no 4.0 2.0 0.0 -� 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 Axial Strain I%) 10.0 9.0 Depth Dry Moisture Conf. 8.0 Initial -- No. (ft) Soil Type 7.05.0 Content Stress Strain Dev. Saturation �. 6.0 - T- ---- N (ksf) N N R-14-003 D-10 50 Dark Brown�HILTSTONE 4,0 41.30 4.02 15.86 90.3 s w 3.0 2.0 1.0 - 0.0 0.0 5.0 10.0 15.0 20.0 25.0 Normal Stress (ksf) Boring Sample Depth Dry Moisture Conf. 10%Awal Initial No. No. (ft) Soil Type Density Content Stress Strain Dev. Saturation (pcf) N (ksf) Stress (ksf) N R-14-003 D-10 50 Dark Brown�HILTSTONE 75.4 41.30 4.02 15.86 90.3 Earth Mechanics, Inc. RBF/Park Ave Bridge over Grand Canal (Replace), Newport Beach Geotechnical and Earthquake Engineering UNCONSOLIDATED UNDRAINED TEST (ASTM D2850) Figure No.: Project No.: 13-158 1 Date: 07/07/14 III -46 of 49 Appendix C SOIL RESISTANCE (p) VERSUS PILE DEFLECTION (y) CURVES APPENDIX III III -47 of 49 x 0 z a V_ c c a ro m a N ry N _ $fin Ri�P _ omvMimoo .+ry m mm amvm M iom m O f��l b OPi W N O O O O ei M m m _ono c O O N O N O G O OO O 66 O O b C� N ti ^ .1O+nn M Vfee N N G I� •1 '1 H '1 6 n o envmimn oo.r+m orvvi myon m o 000.ti v"io N O en n N� M C m s .'"i urvi m oM+ o ry m 777 ry a o v m E 0000.+ n m n _ 00000.+ O r VMf 1nD n n n moo n aom O N O W O Q N P N b N O co00.J em1m D o llml 6. ery m ti m ti ti o c o 0 0 mo m m N m c 0 q L omvMimoo o M m a aa� m O O O N O OO O 66 O ^ M N N N G I� IIPf n oo.r+m v"io n _ oNi n m n _ 00000.+ O O O o em1m D o llml 6. Omt m ti m ti ti c o 0 0 0 q Y� 5 2Y ?�c9 coin CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) APPENDIX IV DRY UTILITY FACILITY INFORMATION li3l M0138 33S 3NIlH3lVW d // / / j /$/!(�? p-1 @g /,a$ m};J 4`4 \|)» ) $ § k\�f . �.. ., I'll! ! . I& -- --} --[ W �— -�--- 1HOW M0139 33S APPENDIX IV(c) AT&T Specifications Trenching Conduit Boxes and Manholes Aerial Entrance Masts Service Cabinets Bonding and Grounding A Guide for California Developers of Commercial Property This guide consists of AT&T California specifications and diagrams for trenching, underground support structure, aerial installations, and other make ready work performed by developers and their agents as required by AT&T for installation of its copper communication facilities on commercial private property. Any deviation from the information provided in this document must be approved by the local AT&T Engineer. J 2012 AT&T Communications Inc. 1 IV(c)-1 of 19 APPENDIX IV(c) TABLE OF CONTENTS AT&T Planning and Design Requirements.........................................3 General Construction Requirements.................................................4 Trenching.............................................................................................5 Conduit.................................................................................................6 Material Requirements...................................................................6 Installation Requirements...............................................................7 Substructure.........................................................................................8 Material Specification.....................................................................8 Substructures........................................................................................8 Installation Specifications..............................................................9 Manhole Specifications................................................................10 MANHOLEDIAGRAM.....................................................................10 Service Cabinets, Bonding and Grounding...................................11 SERVICE CABINET DIAGRAM .............................................................12 BACKBOARD DIAGRAM....................................................................17 AERIAL INSTALLATION DIAGRAM (To Exterior Wall)........................18 AERIAL INSTALLATION DIAGRAM (To Interior Wall) ......................... 19 © 2012 AT&T Communications Inc. 2 IV(c)-2 of 19 APPENDIX IV(c) AT&T Planning and Design Requirements The California Public Utility Commission Tariff Schedule A2 defines specific responsibilities for both the Developer and AT&T to establish telephone service to your project. AT&T must approve the final plan for service prior to the start of construction for the telephone facilities. In order for AT&T to begin engineering to serve your project you must provide the following: 1. Two (2) scaled copies of the site plan, floor plan and electrical/telephone site plan (E-1) drawings (AT&T Engineer may request your plans on a Compact Disk in lieu of hard copies) 2. Two (2) scaled copies of off-site improvement plans 3. Address, telephone number and Email address of Developer/Owner, General Contractor, Electrical Consultant, and Electrician 4. Assessor Parcel Number and address of project 5. Approved parcel map issued by the governing municipality 6. Power company trench layout After receipt of these items, AT&T will return to you a red -lined CD or scaled copy of your plans indicating the trench route and substructure requirements and a Service Connection Agreement Letter. This letter must be signed and returned prior to any detailed engineering work by AT&T. In order to best serve the telecommunication needs of you and your tenants, if available, please provide AT&T with the estimated number of voice, data, and facsimile lines for each commercial building. For advanced services, include estimated high speed data (Tl) and fiber based services (DS3 and above). © 2012 AT&T Communications Inc. K3 IV(c)-3 of 19 APPENDIX IV(c) General Construction Requirements 1. Contact AT&T at 714-666-5454 at least 15 days prior to construction to arrange a pre -construction meeting date. 2. Notify AT&T on 714-666-5454 at least 48 hours prior to trenching to ensure an AT&T Inspector will be on site, if required. 3. Verify the location of AT&T and all other utility substructures and buried facilities two (2) days prior to excavation. Call Underground Service Alert: 811 4. Provide supervision and coordination between the various contractors working within the project in order to prevent damage to AT&T facilities. The developer is responsible for the cost of repairs, replacement or relocation made necessary by damage to the AT&T facilities by other work operations. 5. Construct trench and place substructures according to AT&T plans and specifications. 6. Request and get authorization for any design change from the AT&T engineer or AT&T inspector prior to implementing the change. 7. Provide "As Built" drawings with the footages to the AT&T engineer or AT&T inspector upon completion of the conduit system. 8. Call 714-237-6075 for inspection of building requirements at least 30 days prior to needing telephone service, including temporary alarm circuits. 9. AT&T facilities will not be placed until all developer requirements are completed to AT&T specification and meet AT&T approval. © 2012 AT&T Communications inc. 4 IV(c)-4 of 19 APPENDIX IV(c) Trenching 1. Minimum radial clearance must be 12" from all trench occupants except CATV (C.P.U.C. Order 128), unless there is a prior signed agreement with AT&T. 2. Bends, sweeps or grade changes that have a radius of 80' or less or a grade change of 20% or more must be encased in 2500 psi concrete. 3. Minimum trench cover must meet the governing agency requirement and Cal P.U.C. GO 128. 4. All trench backfill material must be minimum Class B and compacted in accordance with governing agency specifications. Cover conduit with 12" of fine soil (import) before tamping. 5. Stake property corner for AT&T tie-in from the dedicated street or easement. TELCO (AT&T) ONLY TRENCH \L) JOINT TRENCH FINAL GRADE SAND OTelephone O Gas O Primary O Secondary © 2012 AT&T Communications Inc. OCable 5 IV(c)-5 of 19 APPENDIX IV(c) Conduit Conduit placed for AT&T must be for its exclusive use. AT&T will not occupy the same conduit with other utilities or foreign cable/communication systems. AT&T may refuse to occupy conduit that deviates from our plans and specifications. AT&T will specify the number and size of conduits for your project. The developer is responsible for repairing or resolving any problems with the conduit they have installed that prevents AT&T from pulling its cable through the conduit using normal installation methods. All conduit sections must be rodded, cleared, and roped prior to AT&T pulling in cable. Mandrelling of conduit may be required. If the job calls for AT&T to provide the conduit material to the job site, the developer or his/her agent must be on site to sign for the delivery. Material Requirements The supplier AT&T uses for PVC conduit, fittings and accessories is Cantexl. Their main telephone number is 817-215-7000. They can also be contacted through their website at www.cantexinc.com. Suppliers/Distributors are listed on page 9. Four inch (4") conduit must be type C PVC, white in color with "AT&T" logo. • Minimum sweep for 4" conduit is three (3) ft 90 degree radius. Maximum of two (2) 90 degree bends Three -eighth inch (3/8") minimum polypropylene pull rope or equivalent strength Polyester Woven Mule Tape must be installed in terminated conduit end to end. Leave a minimum of 3' of secured rope in each box. Ropes must be one continuous length for each section and to the terminal room in the building (no tying or splicing of rope). 2. Two inch (2") conduit must be type DB 60 rigid plastic. • Minimum sweep for 2" conduit is two (2) ft 90 degree radius. • Maximum of two (2) 90 degree bends O� 2012 AT&T Communications Inc. IV(c)-6 of 19 APPENDIX IV(c) • Three -sixteenth inch (3/16") minimum polypropylene pull rope or equivalent strength Polyester Woven Mule Tape must be installed in terminated conduit end to end. • Leave a minimum of 3' of secured rope in each box. Ropes must be one continuous length for each section and to the terminal room in the building (no tying or splicing of rope). 3. Rigid plastic or steel conduit must be used in floor slabs. 4. Condulets, plumber's fittings, water and gas pipes are NOT ACCEPTABLE. 5. Aerial installations require a 2" steel conduit and approved weather head fitting. See diagrams on pages 18 and 19. Installation Requirements 1. Minimum trench coverage is detailed on page 5. 2. Service conduit (2" or 4") must be terminated above distribution conduits (4") in the box to prevent water flowing from the box and down service conduit toward the building. Boxes must be ordered with the appropriate number of knockouts or terminators to accommodate the conduits. 3. Wall to wall measurements of terminated conduit between boxes and to the terminal room in the building is required (use Logan's line, Tru TapeO, mule or steel tape). Lengths must be included in the "As- Builts" and a copy provided to AT&T prior to installation of AT&T's cable. 4. Conduit in multiple duct designs must be installed using AT&T approved spacers. 5. Concrete encase (2500 psi) all bends with less than 80' radius. 6. A maximum of two (2) 90 degree bends per section may be installed unless otherwise approved by AT&T. Pull boxes may be required. Straight 20' lengths may be used on 90 degree bends with a radius greater than 40'. Factory bends are required for all other bends. O 2012 AT&T Communications Inc. 7 IV(c)-7 of 19 APPENDIX IV(c) Underground entrance conduit in a building must terminate 2" above the floor. The terminal room should be planned so that AT&T's entrance cable WILL NOT EXCEED 50' beyond the point where it enters the building. 8. Rope all conduits (see material requirements on page 6). Use a temporary universal plug to keep conduit free of debris. Cap all stubbed conduit. Boxes and Manholes Material Specifications All pull boxes, splice boxes and manholes placed by the developer that will be owned and maintained by the property owner must be approved for use by AT&T. The developer may purchase from any manufacturer that meets AT&T's specifications for boxes and manholes, and must include the appropriate racking, sump, bolt down cover, and pulling eyes. Boxes and manholes owned by the property owner must have a generic telephone emblem on the lid. The use of AT&T's name or logo is not permitted on a property owner's boxes and manholes. The manufacturer AT&T uses for plastic or polymer boxes is NewBasis. Boxes installed for AT&T use that are 30" x 60" or smaller must be plastic or polymer. The main number for New Basis is 951-787-0600. They can also be contacted through their website at www.newbasis.com. 2. The manufacturer AT&T uses for concrete boxes and manholes is Utility Vault (Oldcastle) for (LA south) and Teichert Precast for (Bakersfield north). Contact information for Utility Vault's and Teichert Precast Products Sacramento 916-386-6174 or Stockton 209-464-7697 distribution centers is posted on their website at: http://www.oldcastleprecast.com hffp://www.teichert.com/aff.cfm 3. The distributor for PVC conduit, fittings and accessories is SAF -T -CO. Their main number is 714-547-9975. They can also be Contacted through their website at www.saftco.com © 2012 AT&T COMMUnicaticns Inc. 0 IV(c)-8 of 19 Conduit Suppliers Southern California Northern California Saf-t-co Cal -duct Beacon Electric CED CES Crescent TVC, Inc. Installation Specifications for Boxes Herning Supply CED Central Wholesale GE Supply Independent Utility Independent Electric Wedco Maltby Northern Valley Distributing Graybar APPENDIX IV(c) 1. All boxes must be placed in areas outside of vehicular traffic. The AT&T engineer will specify the size and location of boxes. Manholes will be specified in areas that are exposed to vehicular traffic. 2. Placement of boxes and manholes must allow for the final grade of new sidewalk and parkways. 3. A minimum of six inches (6") of compacted sand, graded level is required under all pull boxes (hand holes) and splice boxes. Six inches (6") of gravel, drain rock or base rock is required for manholes. The floor must be level and free of debris. 4. Conduit must terminate at the end wall or side wall in a terminator or knockout as specified by the AT&T Engineer. Entry through the bottom of a box or the middle of a side wall is not acceptable. 5. All conduits entering knockouts in a plastic or polymer box must be cut within one inch (1 ") flush with the inside of the wall and sealed. All joints must be mortared and all unused ports and openings sealed. Use cement mortar, water plug cement or other approved prepared mortars. 6. Service conduits must be terminated above the main distribution conduits. © 2012 AT&T Communications Inc. ii IV(c)-9 of 19 APPENDIX IV(c) 7. AT&T's engineer will specify where Ground Beds are to be placed. (see pages 13-16 for specifications) Installation Specifications for Manholes 1. Conduits must be terminated in the manufactured terminators only. Main conduits must be placed in lower terminators first. From each terminator, a minimum of 5' of straight conduit is required (no bends). Manholes are not to be cored without prior AT&T approval. 2. Steps and ladder must face oncoming traffic. Steps: First step 6"- 17" from grade to step (C). All other steps 12" separation from each other (D). All steps must be concreted in place and extended 6" from MH wall. 3. Cover from grade to MH roof must be a minimum of 24" and a maximum of 60", unless otherwise indicated by the AT&T engineer. 4. Neck of MH (extension) must be painted with white latex paint afferjoints are mortared. 5. Floor of MH must be level. MANHOLE DIAGRAM I KAt-1-1U 13IRFCTION SIDE VIEW -♦ G 2012 AT&T Communications Inc. 10 IV(c)-10 of 19 APPENDIX IV(c) Service Cabinets, Bonding and Grounding All service cabinet, bonding, and grounding requirements must meet the National Electrical Code. The list of requirements below provides the minimum specifications accepted by AT&T. • 20 Gauge Steel Weatherproof Listed Cabinet. The cabinet must be listed by a Nationally Recognized Testing Laboratory, such as UL, and must meet the following UL 50 Standard for Safety Criteria: Number 3 R for Exterior Use Protection Against Corrosion Overlap Requirements Cabinet size specified by AT&T Engineer ® Equipped With 1/4" Plywood Backboard Allow 3' Minimum Clearance In Front Of Cabinet Grounding Options For AT&T Facilities Are Listed In Order of AT&T Preference: 1. #6 copper ground wire to Electrical Power Service Grounding Electrode, Service Grounding Electrode Conductor or Service Panel 2. #6 copper ground wire to a Concrete -Encased Electrode meeting the requirements of the NEC (LIFER Ground) 3. #6 copper ground wire to a Ground Ring meeting the requirements of the NEC or to the metal frame of the building which is effectively grounded. NOTE: If the building does not have any electrical power service, connect a #6 copper ground wire to a driven ground rod that is a minimum 'h inch diameter and 8 ff. long. The rod must be installed at least 1' to 2' from the outside wall. This is a TEMPORARY arrangement. When power becomes available, a #6 AWG bond must be installed between the electrical power grounding means and the ground rod. © 2012 AT&T Communications Inc. 11 IV(c)-11 of 19 APPENDIX IV(c) SERVICE CABINET DIAGRAM LISTED 20 GAUGE STEEL WEATHERPROOF CABINET CABINET SIZE SPECIFIED BY AT&T* O ,.POWER TELEPHONE CATV 54" Max. #6 GROUND WIRE 36" Min. *+ >m ,.'!. tri t tlsY XaTY .. ...w J n� +.. 5 r gay '� q �r g }} Moo// a=0000 .00/ NUMBER AND SIZE OF CONDUITS UFER Ground WILL BE SPECIFIED BY AT&T** 2" SCHEDULE 40 - MIN. RADIUS BEND 24" 4" SCHEDULE 40 - MIN. RADIUS BEND 36" *CABINET SIZE H= W= D= (TBD) **CONDUIT SIZE = Number = NOTE: Grounding source options are Electrical Power Service Grounding Electrode, Service Grounding Electrode Conductor or Service Panel, UFER, or ground ring. See Details on page 10. s 2012 AT&T Communications Inc. 12 IV(c)-12 of 19 GROUND BEDS AT POLE TWO DAYS BEFORE YOU DIG CALL U.S.A. TOLL FREE 811 LOWEST TELCO STRAND FIRST GROUND ROD TO BE PLACED NO CLOSER THAN 2A" AND NO FURTHER THAN 36" TQ/FROM ANY SURFACE OF THE POLE. SECOND AND THIRD GROUND RODS ARE TO BE SEPARATED BY AT LEAST 8 FEET FROM EACH OTHER AND FROM THE FIRST GROUND ROD. THE TOP OF EACH GROUND ROD IS TO BE AT LEAST 3Y' BELOW FINAL GRADE AT THE ROD LOCATION. USE 5/8" DIAMETER, COPPER CLAD, STEEL GROUND ROD • Be LONG. APPENDIX IV(c) CONNECTION TO GROUND ROD BARE # 8 SOLID GROUND WIRE ,...:,..'� APPROVED WGROUND ROD CONNECTOR LOOP 86 AWO BARE COPPER GROUND WIRETHRU THE CLAMPS AT EACH GROUNDROD-DONOTCUTWIRE,ROUTEWIREFROM CLOSEST ROD UPTHE POLE TO THE LOWEST TELCO MESSENGER. COIL 5 FEET OF WIRE AT THAT TELCO MESSENGER. INSTALL WOOD MOLDING OVER WIRE FROM GROUND UNE TO 3" BELOW THE LOWEST TELCO M ESSENGER. SEC UBE TO POLE AT 36" (MAX.) INTERVALS AND AT A MAXIMUM OF 30 FROM EITHER END OF EACH SECTION OF MOLDING. USE BRASS CLAMP ONLY TO BOND WIRETO RODS. DO NOT ALLOW BARE WIRE TO CONTACT METAL REFLECTIVE STRIPS ON POLES. REMOVE AND REPLACE STRIPS OVER THE MOLDING OR CUT AND REATTACH STRIPS TO THE SIDES OF THE MOLDING �e Lr rrrr rrrrrrrr rrrrrr rr 12"MIN. TO tr MINIMUM (�/ TOP OF COVER OVER ANY HORMONTAL ROD SECTION OF GROUND V#RE. M— 24"-36" 9'MIN. W MIN. (TYPICAL) OO 2012 AT&T Communications Inc. 13 IV(c)-13 of 19 POSITIONING GROUND BEDS AT POLE CURB &GUTTER �...... MCOSTRANO................... ___ ....... ..p OLE ..<SIDEWALK • = RIGHT OF WAY e I 1 OR EASEMENT 8' MIN SIDEWALK TO REDUCE THE COST IMPACT WHEN PLACING NEW GROUND BEDS IN IMPROVED AREAS, POSITION THE FIRST GROUND ROD 2V - Ir FROM THE POLE THEN, WHERE STREET RIGHTS- OF-WAY OR EASEMENTS ALLOW, ROUTE THE GROUNDWIRE BEHIND THE SIDEWALK, PARALLEL TO THE POLE LINE. MAINTAIN ALL SPACING REQUIREMENTS FOR THE SECOND ANDTHIRD GROUND RODS. THIS MAY ALSO HAVE TH E BEN EFFTOF PREVENTING DAMAGE TO THE GROUND BED DURING POLE REPLACEMENTS, THIS APPLIES TO BOTH DEAD-END AND IN -LI NE POLES IN IMPROVED AREAS. APPENDIX IV(c) f... CURB & GUTTER TELCOSTRAND....... ............ ...................p DOLE v MIN v MIN fzq'-w rr a ♦� AT 45 DEGREE RIGHT Of WAY OR EASEMENT I t TO HELP PREVENT DAMAGE TO A GROUND BED DURING FUTU RE POLE REPLACEM ENTS IN UNIMPROVEDAREAS, POSETIONTHE FIRST GROUND ROD 2A" -3r FROM THE POLE AT A AS - DEGREE ANGLE TO THE POLE LINE THEN, ROUTE THE GROUND WIRE PARALLEL TO THE POLE UNE MAINTAINALL SPACING REQUIREMENTS BETWEEN ALL GROUND BOOS. THIS APPLIES TO BGTH DEAD-END AND IN-LINE POLES IN UNIMPROVED AREAS, © 2012 AT&T Communications Inc. 14 IV(c)-14 of 19 TWO DAYS BEFORE YOU DIG CALL U.S.A. TOLL FREE 811 FIRST GROUND ROD TO BE PLACED NO CLOSER THAN WAND NO FURTHER THAN 3B" TO/FROM ANYSURFACE OF THE POLE. SECOND AND THIRD GROUND ROS ARE TO BE SEPARATED BYAT LEAST B FEET FROM EACH OTHER AND FROM THE FIRST GROUND ROD. THE TOP OF EACH GROUND ROD ISTD BE AT LEAST Ir BELOW FINAL GRADE AT THE ROD LOCATION. USE S/e DIAMETER, COPPER CLAD, STEEL GROUND ROD -W LONG. LOOP SSAWG BARE SOUP COPPER GROUND WIRE THRU THE CEAMPSAT EACH ®ROUND ROD - DO NOT CUT WERE. ROUTE WERE FROM CLOSEST ROD INSIDE 53, WRAPPING THE $8 ONETIME, MAKING AN APPERAFICE ON 2 OPPOSITE WALLS OF THE SB. t APPENDIX IV(c) CONNECTION TO GROUND ROD BARE#65OLID j GROUND WIRE �� APPROVED ! 8°GROUND ROD —. CONNECTOR BARE BS SOLID GROUND W IRETO ENTER THROUGH SIDE WALLOR THROUGH BOTTOM OF S& 2012 AT&T Communications Inc. 15 IV(c)-15 of 19 APPENDIX IV(c) POSTITIONING GROUND BEDS AT SPLICE BOXES CURB &GUTTER I } SIDEWALK 24"-36" 1 RIGHT OF WAY ''h� OR EASEMENT R' MIN , : 31DEWALK R'MIN I TO REDUCE THE COST IMPACT WHEN PLACING NEW GROUND BEDS IN IMPROVED AREAS, POSITION THE FIRST GROUND ROD 24" - 36" FROM THE SBTHEN, WHERESTREET RIGHTS•OF- WAYOR EASEMENTS ALLOW, ROUTE THE GROUND WIRE BEHIND THE SIDEWALK, PARALLEL TO THE SIDEWALK. MAINTAIN ALL SPACING REQUIREMENTSFORTHE SECOND AND THIRD GROUND RODS. THIS MAYALSO HAVETHE BENEFIT OF PREVENTING DAMAGE TO THE GROUND BED DURING CABLE REPLACEMENTS. CURB & GUTTER :MIN WMIN f m ® RIGHT of WAY OR EASEMENT AT 45 DEGREE 1 TO HELP PREVENT DAMAGE TO A GROUND BED DURING FUTURE CABLE REPLACEMENTS IN UNIMPROVEDAREAS, POSITIONTHE FIRST GROUND ROD 24 -W FROM THE SB ATA 45• DEGREE ANGLETO THE TRENCH UNE THEN, ROUTE TME GROUND WIRE PARALLEL TO THE TRENCH UNE. MAINTAIN ALL SPACING REQUIREMENTS BETWEEN ALL GROUND RODS. 2012 AT&T Communications Inc. 16 IV(c)-16 of 19 110 VOLT/AC DOUBLE DUPLEX BACKBOARD DIAGRAM OVERHEAD LIGHT \ Minimum 500 lux (50 footcandles) / 8.5 ft. AFF level 4'X 8'X 3/4" PLYWOOD coated with FIRE RETARDANT PAINT 6'6" # 6 AWG CONNECTED TO APPROVED GROUND 36" CLEAR WORK SPACE *CONDUIT SIZE = APPENDIX IV(c) ENTRANCE CONDUITS STUBBED 2" ABOVE FLOOR AT LEFT EDGE OF BACKBOARD Number And Size of Conduits Will Be Specified By AT&T* NOTE: Grounding source options are Electrical Power Service Grounding Electrode, Service Grounding Electrode Conductor or Service Panel, UFER, or ground ring. See page 10 for Details. © 2012 AT&T Communications Inc. 17 IV(c)-17 of 19 APPENDIX IV(c) AERIAL INSTALLATION DIAGRAM (To Exterior Wall) TOP VIEW OF MAST STEEL SUPPORI TD.Irectior _ NOTES 36" or Less *CABINET SIZE H= W= APPROVED SERVICE </ ENTRANCE FIXTURE (weather head) STEEL PIPE 2" Minimum LISTED 20 GAUGE STEEL WEATHERPROOF CABINET Cabinet size specified by AT&T* Ground Level LSE 1. Slack span from pole to mast not to exceed 100' 2. Masts over 36" require 1" steel supports secured to roof with lag screw 3. Attach mast to studding with pipe straps 4. Steel conduit must be grounded 5. Minimum distance from Power is 12" per Cal P.U.C. GO 95 6. Minimum 36" clearance in front of telephone cabinet 7. Cabinet must be equipped with plywood backboard Cr, 2012 AT&T Communications Inc. 18 IV(c)-18 of 19 APPENDIX IV(c) AERIAL INSTALLATION DIAGRAM (To Interior Wall) 1" STEEL SUPPORTS MUST BE LAGGED TO ROOF IF MAST IS MORE THAN 36" ABOVE ROOF LINE T 1 36" or Less minimum TOP VIEW OF MAST WITH STEEL SUPPORTS 45° DIRECTION OF CABLE NOTES APPROVED SERVICE ENTRANCE FIXTURE (weather head) E STEEL PIPE 2" minimum ROOFJACK f SEAL AROUND BASE STRAP CONDUIT TO LEFT SIDE OF BACKBOARD 4'x 8'x '/4" Plywood coated with Fire Retardant Paint # 6 GROUND WIRE 1. Slack span from pole to mast not to exceed 100' 2. Masts over 36" require 1" steel supports secured to roof with lag screw 3. Attach mast to studding with pipe straps 4. Steel conduit must be grounded 5. Minimum distance from Power is 12" per Cal P.U.C. GO 95 6. Minimum 36" clearance in front of telephone backboard rJ 2012 AT&i Communications Inc. 19 IV(C)-19 of 19 soo,aEaa O NN° APPENDIX IV(d) A Underground Structures Standards - EDIS M WJ5QN INTERNATIONAL® Company Conduits Table of Contents Standard Title CD 100 General Specifications for Conduit Installation CD 100.1 General Specifications for Conduit Installation CD 101 Conduit Bank and Terminal Requirements CD 101.1 Conduit Bank and Terminal Requirements CD 110 Conduits and Fittings CD 110.1 Conduits CD 110.2 Fittings CD 111 "Y" Fittings CD 111.1 "Y" Fittings CD 112 Instructions for Solvent Welding and Installation of Semi -Rigid Plastic Conduit and Fittings CD 112.1 Instructions for Solvent Welding and Installation of Semi -Rigid Plastic Conduit and Fittings CD 115 Manufacturers Requirements CD 115.1 Approved Manufacturers for Plastic Conduit CD 115.2 Requirements for Semi -Rigid PVC Plastic Conduit CD 115.3 Manufacturer's Minimum Inspection and Testing Requirements for Semi -Rigid PVC EB/DB Conduits CD 120 Conduit Bank Requirements CD 120.1 Conduit Bank Requirements CD 120.2 Residential Conduit Bank Requirements CD 120.3 Conduit Bank Requirements for CIC CD 121 Conduit Bank Requirements — Installation in a Bore CD 121.1 Conduit Bank Requirements — Installation in a Bore CD 121.2 Conduit Spacers CD 122 Conduit Beam Reinforcement CD 122.1 Conduit Beam Reinforcement Conduits Table of Contents 11. IV(d)-1 of 106 SOUTHERN CALIFORNIA EDISONO Ao WISON (NTENNATIONAL® Company Standard Title CD 130 Standard Conduit Entrance Details CD 130.1 Standard Conduit Entrance Details CD 131 Standard and Special Conduit Entrances CD 131.1 Standard and Special Conduit Entrances CD 132 Conduit Entrances to Pull Boxes CD 132.1 Conduit Entrances to Pull Boxes APPENDIX IV(d) Underground Structures Standards CD 133 Corner Conduit Entrance Details — Manhole or Vault CD 133.1 Corner Conduit Entrance Details — Manhole or Vault CD 134 Conduit Terminators CD 134.1 Conduit Terminators CD 135 Typical Installation of Precast Pull Box in Main Line Conduit CD 135.1 Typical Installation of Precast Pull Box in Main Line Conduit CD 140 Standard Conduit Location for Precast Vaults and Manholes 6'x 12' and Larger CD 140.1 Standard Conduit Location for Precast Vaults and Manholes 6'x 12' and Larger CD 141 Conduit Recess Layout— Precast Concrete Vaults — Tx 10', 8'x 10', and Larger CD 141.1 Conduit Terminators CD 142 Conduit Terminators for Precast Tunnel Vaults CD 142.1 Conduit Terminators for Precast Tunnel Vaults CD 144 Conduit Bank Entrance to Power Cable Trench Where Trench Extension is Planned CD 144.1 Conduit Bank Entrance to Power Cable Trench Where Trench Extension is Planned CD 146 Intercepting Existing Conduit Runs CD 146.1 Intercepting Existing Conduit Runs CD 148 Capping Main Line Conduit CD 148.1 Capping Main Line Conduit CD 150 Service Lateral Terminations CD 150.1 Service Lateral Terminations Conduits Table of Contents II UGS ► 5CE Public t Effective Date: 04-25-2008 IV(d)-2 of 106 SOUTHERN CALIFORNIA EDISON" An EDIEON INTERNATIONAL O pony Standard Title APPENDIX IV(d) Underground Structures Standards - CD 160 Pole Riser Bend Standard Location CD 160.1 Pole Riser Bend Standard Location CD 161 Pole Riser Bend for Risers on Kicker Blocks CD 161.1 Pole Riser Bend for Risers on Kicker Blocks CD 162 Neutral Wire Riser Installation for Four -Wire Systems CD 162.1 Neutral Riser Wire Installation for Four -Wire Systems CD 163 Communication Conduit and Riser Bend Installation CD 163.1 Communication Conduit and Riser Bend Installation CD 164 Specification for Abandoning Conduit and Risers CD 164.1 Specification for Abandoning Conduit and Risers CD 166 Three-, Four-, Five-, or Six -Inch Fiberglass Riser Bends CD 166.1 Three-, Four-, Five-, or Six -Inch Fiberglass Riser Bends CD 170 Riser Bend Installation at Wall or Pad CD 170.1 Riser Bend Installation at Wall or Pad CD 172 Underground Risers in Substation CD 172.1 Underground Risers in Substation CD 175 Streetlight Conduit and Riser Bend Installation for Service to One Streetlight Standard CD 175.1 Typical Conduit and Riser Bend Installation for Service to One Streetlight Standard CD 175.2 Typical Conduit and Riser Bend Installation for Handhole through Service to Streetlight Standards CD 175.3 Typical Conduit and Riser Bend Installation Loop through Service to Streetlight Standards CD 177 Riser Conduit Lower Terminal (Anchor for Cable Support) CD 177.1 Riser Conduit Lower Terminal (Anchor for Cable Support) CD 180 Blank Conduit Plugs for Vaults, Manholes, and PME and PMH Structures CD 180.1 Blank Conduit Plugs CD 180.2 Conduit Plug and Riser Cap CD 190 Supports for Conduits on Bridges CD 190.1 Exterior Supports — General Fabrication and Installation Guide i�� Conduits Table of Contents 0. IV(d)3 of 106 SOOIHERN CALIFORNIA Lj EDISON' An FA(SON LVTFRNAT/OVAL® Com, Standard Title CD 191 Expansion Joint for Plastic Conduit CD 191.1 Expansion Joint for Plastic Conduit CD 192 Expansion Joint for HDG Conduit on Bridges APPENDIX IV(d) Underground Structures Standards CD 192.1 Expansion Joint for HDG Conduit on Bridges CD 197 Conduit Mandrels —Type I and Type III IV CD 197.1 Conduit Mandrels — Type I and Type 111 A Conduits Table of Contents Approved by: Effective Date: 04-25-2008 IV(d)-4 of 106 SOUTHERN MIFORNIA EDISONO A, EOISON INTERNATIONAL® Cm, -y CD 100 General Specifications for Conduit Installation Scope CD 100.1 General Specifications for Conduit Installation APPENDIX IV(d) Underground Structures Standards The following specifications cover the methods to be used in performing the work essential to the installation of conduit for the Southern California Edison Company. Reference to Company herein will be interpreted as the Southern California Edison Company, and reference to Contractor will be interpreted as the organization or party performing the specified construction. 1.0 Conduit 1.1 Conduit will consist of one of the types specified in CD 110 or a Company approved equal. In known water or subsidence areas, semi-rigid plastic conduit will be used. 1.2 All rigid conduit will be carefully aligned and laid to a uniform grade as specified on the plan or profile of working drawings. A slight degree of snaking will be permitted with flexible and semirigid plastic conduit. 1.3 A minimum conduit coverage of 30 inches will be maintained unless otherwise specified. 1.4 When conduit is located in streets drained by gutters, coveris to be determined from flow line of gutter. 1.5 No concluitwill be laid that is cracked, damaged, orcontains any roughness that would injure the cable jacket. 1.6 All questionable conduit to be installed will be tested for passage of mandrel prior to installation. Any conduit not permitting passage of mandrel will be rejected. 1.7 All conduit banks requiring concrete encasement will be adequately held in place to prevent floating during installation. Edison inspectors will approve conduit construction prior to placing concrete. 1.8 General A. All joints on semirigid plastic and rigid PVC conduits will be made with solvent cement in accordance with manufacturer's recommendations and CD 112. A watertight seal is required at all joints. B. Conduit supplier is to provide up-to-date joining instructions with conduit delivery. C. Edison inspector is to verify type and date of solvent cement prior to application of semirigid plastic and rigid PVC conduit. 2.0 Conduit Entrances, Terminations, and Connections 2.1 Conduit will be terminated in substructures as follows: A. Flush with face of recesses including reduced conduit sizes with cast in terminators, CD 142; B. With end bells if terminated other than in a recess CD 134 (Exception: Floorless structures.); )roved by: General Specifications for Conduit Installation 07-27-2007 I"1e1 1 of9 I I IV(d)-5 of 106 :oU,xrRNPPENDIX IV(d) CALIFORNIAEl N A Underground Structures Standards EDISON® Ao EDISON INTERNATIONAL® Company C. End bells may be omitted on conduit connecting substructures less than 10 feet apart. 2.2 Metal conduit will be terminated in substructures with galvanized conduit bushings unless otherwise specified. 2.3 Care must be taken to maintain roundness of conduit at terminations. 2.4 Grout conduit at outside wall. Encase per CD 112. 2.5 Edison inspector is to be present during installation of all conduit entrances and terminations. 2.6 All terminations will be in end walls of structures. Side wall terminations and core drilling are not permitted except where no alternative exists and with SCE approval. 3.0 Excavation 3.1 Excavation will be fully protected against hazard to the public and will be braced to prevent caving. Proper protective measures will be used where excessive caving is encountered or where protection is required for adjacent structures or roads. The requirements of the California State Construction Safety Orders and OSHA will be complied with. 3.2 The Company reserves the right to specify when protective measures for excavation must be employed. 3.3 Contractor will provide walkways and/or roadways around and over excavations to safely accommodate traffic, both along streets and into adjacent buildings. Such structureswill conform with existing local regulations. 3.4 Trench subgrades will be brought to a uniform grade. Subgrade of spongy, unstable, or other unsuitable material will be removed and replaced with suitable bedding material. 3.5 Where rocks are encountered during excavation, they will be removed to 0.6 inches below the trench bottom and the conduit structure laid on a bed of compacted sand. 3.6 Special care will be taken to prevent damage to existing buried structures and facilities. Contractors will assume responsibility for proper notification and restitution to interested parties in the event of damage to existing structures. 4.0 Buried Neutral Wire, Bond Wire, and Ground Wire 4.1 Neutral wire is notrequired in any conduit bank unless otherwise specificallycalled-out on theworking drawings. 4.2 Any ground wire required will be supplied by the contractor. 4.3 On joint construction with telephone, a bond wire may be required between telephone and Edison substructures. (Consult working drawings.) Install bond wire in conduit bank, bring through recess, and attach to grounding bar at substructure floor. General Specifications for Conduit Installation V C�.77 07-27-2007 IV(d)-6 of 106 Wq souraersEDISON® n CALIFORNIAAPPENDIX IV(d) EjUnderground Structures Standards An MD N INTERNATIONAL® Compnny 4.4 Telephone company to furnish No. 6 solid-tinned copper-bond wire and clamp when required. 5.0 Mechanical Protection 5.1 Concrete encasement orsemi-encasement, as specified, is required on all rigid and semirigid conduit (except Hot Dip Galvanized [HDG] and schedule 80 PVC). Encasement will be per CD 120. DB -type conduit with no encasement may be installed onlywhere specified on the working drawings. Extreme care must be taken to prevent conduit collapse when installing DB and EB type conduit. 5.2 Conduits A. Full concrete encasement, when specified, will have a minimum concrete coverage of three inches on top, bottom, and sides of the conduit. B. Concrete semi -encasement, when specified, will have a minimum of concrete coverage of three inches on top and sides of the conduit. 5.3 No concrete cap or encasement of any type will be poured without prior notice to the Company Inspector. 5.4 Concrete for conduit bank protection may have the following minimum proportions: A. Water content sufficient to give a minimum slump of two inches and maximum of four inches; B. Aggregate content of a maximum of 40 percent sand by weight and a coarse aggregate of 3/8 -inch maximum size; C. Cement content will be a minimum of 190 pounds per cubic yard.; D. Compaction may be by any suitable means that assures elimination of voids and does not damage the conduit; E. Water reducing admixture ASTMC494 Type A will be used to increase the workability of the concrete. Admixtures with calcium chloride are not acceptable. Admixtures will be applied per manufacturer recommendations.; F. Artificial color is not required. 6.0 Backfill 6.1 Conduit Bedding A. Bedding will be defined as that material supporting, surrounding, and extending to one foot (305 mm) above the facility. General Specifications for Conduit Installation 7Y sn =_ctive Date: t What's Chaneed? bOT `J IV(d)-7 of 106 SOU ® IHERNGAPPENDIX IV(d) nrORN1A Underground Structures Standards EDISON An EDISON INTERNATIONAL. On,upany B. Where mechanical protection is not used, bedding material will be clean sand, pea gravel, or native free -draining granular material having a sand equivalent of not less than 30 or having a coefficient of permeability greater than 1.4 inches/hour.11 Clean sand may be jetted where permitted. C. Where concrete protection of conduit is used, six inches of well -dampened earth will be placed over concrete protection in the trench two hours after the concrete is poured. Backfilling of the trench excavation may then be completed. D. Conduit bedding will meet the requirements of Section 5.0 (Sheet 3). 6.2 Backfill — General A. Backfill will be considered as starting one foot (305 mm) above the pipe or conduit, or at the top of concrete bedding over the pipe or conduit. All material below this point will be considered bedding. B. All backfill will be placed as specified in Section 6.3 (Sheet 4) and compaction requirements will be in accordance with Section 6.4 (Sheet 5). C. Rocks greater than six inches (152 mm) in any dimension will not be permitted in backfill placed between one foot (305 mm) above the top of any pipe or conduit and one foot (305 mm) below pavement subgrade. D. Rocks greater than two and one-half inches (64 mm) in any dimension will not be permitted in backfill placed within one foot (305 mm) of the pavement subgrade. E. The native material obtained from project excavations may be used as backfill provided that all organic material, rubbish, debris, and other objectionable material are first removed. Backfill soil will be approved by the governing agency. 6.3 Mechanically Compacted Backfill21 A. Backfill will be mechanically compacted by means of tamping rollers, vibrating rollers, stompers (impact -type pavement breakers), wackers, or other hand-held mechanical tampers. B. Prior to mechanically compacting backfill, determine proper moisture content of soil. Optimum moisture in all soil types is desirable for obtaining required compaction. C. Material for mechanically compacted backfill will be placed in horizontal layers of thickness or lifts, which, prior to compaction, will not exceed the thickness specified below for the various types of equipment. 1. Hand -directed mechanical tampers and walk -behind vibratory plates— maximum uncompacted lift thickness of four inches (102 mm). t� Standard Specifications for Public Works Construction, 1997 Edition (Greenbook), Subsection 306-1.2.1 v Greenbook, Section 306-1.3 General Specifications for Conduit Installation Qd,�# " What's Changed? Effective Date: GF) 07-27-2007 IV(d)-8 of 106 LRM LjEDISONN® APPENDIX IV(d) soureraN uw Underground Structures Standards M EDISONIWERNARONg Z Wa, 2. Rolling equipment, including sheepsfoot (both vibratory and nonvibratory), grid, smooth-wheel (nonvibratory), pneumatic-tired and segmented wheels — maximum uncompacted lift thickness of one foot (305 mm). 3. Impact, free -fall, or stomping equipment— maximum uncompacted lift thickness of three feet (914 mm). D. Mechanically compacted backfill will be moistened or dried as necessary to obtain optimum moisture level (plus or minus two percent). Each layer will be evenly spread and compacted until the specified relative compaction has been attained. E. Method of measuring relative compaction and any test requirements will be in accordance with agency permit requirements. 6.4 Backfill Compaction Requirements1l Backfill will be densified to the following minimum relative compaction. See Figure CD 100-1 (Sheet 8). A. 85% Relative Compaction: 1. Between subgrade and the upper three feet (914 mm), measured from the pavement surface (or finished grade where there is no pavement); 2. Outside the traveled roadway, shoulders, and other paved areas; 3. Under sidewalks. B. 90% Relative Compaction: 1. In upper three feet (914 millimeters), measured from the pavement surface (or finished grade where there is no pavement), within the existing or future traveled roadway, shoulders, and other paved areas (or areas to receive pavement); 2. Within engineered embankments; 3. Where lateral support for existing or proposed structures. C. 95% Relative Compaction: 1. Within State Highways; 2. Where pavement is placed directly on the compacted backfill, the top six inches (152 mm) immediately under the pavement will meet this requirement.21 11 Greenbook, Subsection 306-1.3.4 zi Greenbook, Subsection 301-1.3 Q/. , I General Specifications for Conduit Installation ' 5of9 UC is IV(d)-9 of 106 SOuEDISON® iHERNCAnFORMAPPENDIX IV(d) A Underground Structures Standards M EOISON IWERNATIONA V Cm,, 6.5 Sand Slurry Backfill All trenches 10 inches or less in width and other trenches when directed by SCE or as required by agency permit and as required elsewhere in this specification will be backfilled using sand slurry with a minimum one sack per cubic yard of cement.11 California Department of Transportation jobs requiring sand slurry backfill will have minimum 1-1/2 sacks per cubic yard of cement. 6.6 Base A. Base material will be reconstructed to the same dimensions (thickness, and so forth) and with the same or equivalent materials used in the original work. B. Where the original thickness is six inches (152 mm) or less, the base material maybe compacted in one layer. Where the original thickness is more than six inches (152 mm), the base material will be compacted in two or more lifts of approximately equal thickness and the maximum compacted thickness of any one layer will not exceed six inches (152 mm). C. The relative compaction of each layer of compacted base material will not be less than 95 percent.21 7.0 Pavement Resurfacing 7.1 Temporary Resurfacing3/ A. Unless permanent pavement is placed immediately, temporary pavement will be placed immediately after backfilling. Temporary bituminous resurfacing two inches (51 mm) thick will be placed and maintained wherever excavation is made through pavement or driveways. In sidewalk areas, the temporary resurfacing will be at least one inch (25 mm) thick; in all other areas it will be at least two inches (51 mm) thick. At major intersections and other critical locations a greater thickness may be required. B. Placement of permanent resurfacing will be performed within two weeks after the placement of temporary resurfacing unless otherwise specified by the governing civil agency. 7.2 Permanent Resurfacing — General4l All surface pavement damaged or removed as a result of the excavation work will be reconstructed to the same dimensions, except for pavement thickness below, and with the same type material used in the original work. Resurfacing will be one inch (25 mm) greater in thickness than existing pavement. " Greenbook, Mix 100-E-100 per Substation 201-1.1.2 zl Greenbook, Subsection 301-2.3 3' Greenbook, Subsection 306-1.5.1 4I Greenbook, Subsection 302-5.6.2, 306-1.5.2 What's S General Specifications for Conduit Installation Approved by:V/1 # Effective Date: 07-27-2007 IV(d)-10 of 106 El SOuiHEDISON® ERN CALIFORNIA APPENDIX IV(d) Underground Structures Standards An EDISON INTERNATIONA 0Onepany 7.3 Asphalt Pavement A. Edges of the surface surrounding a patch repair must be free of water, foreign material, or dust. The prepared edges should be tack coated to ensure a bond between them and the patch material. Enough time should be allowed for the emulsion to "break" and most of the water to dry out before the patch -mix is placed. B. Asphalt pavement will be compacted to a density of 95 percent. To ensure a good surface seal along the cut Ijoint) line, a four -inch (102 mm) wide band of emulsion will be applied over the joint at the surface level, covered with a light coating of sand. C. Upon completion, the pavement will be true to grade and cross section. When a ten -foot (3.05 m) straightedge is laid on the finished surface parallel to the centerline of the excavation, the surface will not vary from the edge of the straightedge more than 1/8" (3.17 mm). 7.4 Concrete Pavement A. Concrete will be reconstructed with the same type of material used in the original work or approved substitute. Concrete will be placed on a subgrade sufficiently dampened to ensure that no moisture will be absorbed from the fresh concrete. B. Immediately after being mixed, the concrete will be deposited on the subgrade to the required depth over the entire width of the section. C. The concrete surface will be finished true to grade and cross section. Upon completion, the surface will be free of any unevenness greater than 1/8" (3.17 mm) when checked with a ten -foot (3.05 m) straightedge placed on the surface of the pavement.11 11 Greenbook, Subsection 302-6.4.1 R, Effective Date: 07-27-2007 Ch General Specifications for Conduit Installation 7of9 UGS IV(d)-11 of 106 souraeRH cnAPPENDIX IV(d) ON® Nln Underground Structures Standards EDIS M EDISON IVT£RNATIONA *Q,mpa"y Figure CD 100-1: Backfill Minimum Relative Compaction Pavement 95% Compaction Base (if existing) or top 6" of backfill, 95% compaction See Note 1. See Note 3. Bedding Utility See Note 2. Note(s): 1. Upper three-foot zone — backfill material will be 90% relative compaction, per Section 6.4 (Sheet 5). 2. Lower zone to utility — backfill material will be 85% relative compaction, per Section 6A (Sheet 5). 3. The overall cover (depth), utility clearances, and construction are governed by the California Public Utilities Commission. 8.0 Mandrelling, Cleaning, and Pullrope Installation 8.1 All mandrelling must be done in the presence of the Company Inspector. 8.2 A mandrel will be pulled through each conduit upon completion of the duct bank and compaction of the trench backfill. 8.3 The mandrel must be sized to the smallest inside conduit diameterfor a straight or riser conduit run. 8.4 All cement, sand, andforeign matterwill beremoved. If obstructions are found that cannot be removed by cleaners so as to pass the specified mandrel, the conduit will be removed and relaid at the Contractor's expense. 8.5 Except for long pulls defined below, a 1/4 -inch diameter polypropylene pull rope, with a minimum breaking strength of 1,100 pounds (GI 040), will be left in each conduit. A three-foot length of rope will be left projecting from the conduit at each substructure, and securely tied there. Where the approved conduit plug is used (CD 180), the rope will be securely tied to it. Long pulls are defined as 1,000 -foot straight -pull or 800 -foot with one or more 90 -degree bends. Conduit for long pulls will have a 3/8 -inch diameter polyethylene pull rope with a minimum strength of 3,000 pounds left in it instead of the 1/4 -inch rope. Another option besides the use of ropes is a pull tape. See GI 040. 8.6 All pull rope and pull tape will be new. Used ropes and tapes are not acceptable. General Specifications for Conduit Installation What's Changed? include a new note. V/,7 was revised to I Effective Date: IV(d)-12 of 106 SOUTHERN CALIFORNIA ri EDISONm An ED/SON INTERNATIONAL®Compnoy APPENDIX IV(d) Underground Structures Standards 9.0 Railroad Crossings 9.1 All conduit within railroad rights-of-way must have a minimum of four feet of cover from bottom of rail. 9.2 When specified on the working drawing, the following is required: A. HDG conduit (or steel casing) when under the rail bed; B. Full concrete encasement CD 120 on conduit not under the rail bed; C. Installation of marker signs (furnished by Edison) at designated locations; D. Installation of a marker tape (Alarmoline, Cat. No. AL -6100 -YE) directly above conduit, one foot below grade. (Supplier: Maydwell & Hartzell, Inc., 6400 Corvette Street, Los Angeles, CA 90040.) General Specifications for Conduit Installation sn c active Date: What's Chanced7 yOT`J s IV(d)-13 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-14 of 106 SOOIHERN CALIFORNIA EDISW An EDISON LNTER,NAUONAL® Company CD 101 Conduit Bank and Terminal Requirements Scope CD 101.1 Conduit Bank and Terminal Requirements APPENDIX IV(d) Underground Structures Standards Each conduit installation will be in conformance with the requirements set forth in the drawings, specifications, schedules, and tabulations referred to below. Approved by: Vi � Effective Date: 01-26-2007 1. Concrete in accordance with CD 100 2. Concrete envelope, complete or partial, in accordance with CD 120 3. Conduit material in accordance with CD 110 4. Conduit entrance into underground structure to be in accordance with CD 100, CD 130, CD 131, CD 132, and CD 133 5. Conduit stub -outs in main line trench in accordance with CD 148 6. Service lateral stub -outs in accordance with CD 150 7. Riser end of riser conduits in accordance with CD 161, CD 160, CD 162, CD 163, CD 170, or CD 172 8. Vault, manhole, and pull box terminals of pole riser conduits in accordance with CD 177, when so noted on working drawings 9. Conduit alignment in accordance with CD 100 10. Conduit depth in accordance with CD 100 Conduit Bank and Terminal Requirements 1 oft UGS IV(d)-15 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-16 of 106 SOUTHERN MIWRNIA EDISON® M EDISON INTERNATIONAL® C mps, CD 110 Conduits and Fittings Scope CD 110.1 Conduits 1.0 Conduits q�' 01-26-2007 1.1 1.2 1.3 1.4 APPENDIX IV(d) Underground Structures Standards Unless otherwise specified on the working drawing, all of the below listed conduit types are approved for use on the Edison system. Table CD 110-1: SCE Approved Conduit Types Conduit Type Application Concrete Encasing Direct Buried Semi -Rigid Plastic (PVC) EB -20, EB -35 X — Semi -Rigid Plastic (PVC) DB -60, DB -100, DB -120 X X Rigid Plastic (PVC) Schedule 40-80 X X Hot -Dipped Galvanized Steel Standard X X ar Includes intermediate metal conduit (IMC). All conduit will be installed per CD 100 and will be watertight. In known water or subsidence areas, semi-rigid plastic conduit will be used. The correct cements as recommended by the manufacturer will be used on each plastic conduit type so as to obtain a watertight connection. Horizontal Bends and Sweeps A. The difference between bends and sweeps is determined by their radii. Minimum radius for all bends is 36" and the maximum radius for all bends is 60". The radius of each bend is determined by conduit size, as follows: • 36" for conduit 3" in diameter and smaller • 48" for conduit 4" and 5" in diameter • 60" for conduit 6" in diameter The minimum radius for all sweeps of all size conduits is 12-1/2`. For single-phase residential cable runs, bends may be used for primary horizontal turns. B. Bends and sweeps for EB and DB Conduit will be made from semi-rigid DB -60, DB -100, or DB -120 conduit. Bends and sweeps made from DB -60 conduit are intended for use with EB -20 and EB -35 conduit. Bends and sweeps made from DB -100 or DB -120 conduit are intended for use with DB -60, DB -100, and DB -120 conduit. 1.5 Short lengths of conduit, properly coupled, may be used in rigid conduit installations to form sweeps of a radius not normally supplied by manufacturers. The maximum deflection per length of conduitwill be: • 1/2" for lengths 2-1/2' and shorter • 1" for lengths over 2-1/2' Conduits and Fittings 1 of3 UGS IV(d)-17 of 106 SOUTHERN CALIFORNIAIA APPENDIX IV(d) EDISON- Underground Structures Standards An EO/SON IVTERNAT/OVALm Company 1.6 All plastic (PVC) conduit must be manufactured by an Edison approved manufacturer (see CD 115) and comply to Edison requirements. 1.7 EB -20 semi-rigid PVC conduit is preferred and should be utilized for standard installations requiring encasement. EB -35 PVC conduit can be installed in lieu of EB -20 conduit atthe contractor's discretion. 1.8 Fordirectburied installations, DB -60 conduitmaybe usedforall sizes smallerthan fourinches. DB -1 00 or DB -120 conduit is required when four-, five-, or six-inch conduit is installed. Conduits and Fittings 2of3 Approved by: V/1 �t /17�V Effective Date: IV(d)-18 of 106 APPENDIX IV(d) EUTHERSON® NCAEIFORNIA Underground Structures Standards EDI An EOISON INTERNATTOW0 Company 1.6 All plastic (PVC) conduit must be manufactured by an Edison approved manufacturer (see CD 115) and comply to Edison requirements. 1.7 EB -20 semi-rigid PVC conduit is preferred and should be utilized for standard installations requiring encasement. EB -35 PVC conduit can be installed in lieu of EB -20 conduit at the contractor's discretion. 1.8 Ford irect buried installations, DB -60 conduit maybe used for all sizes smaller than four inches. DB -100 or DB -120 conduit is required when four-, five-, or six-inch conduit is installed. p Conduits and Fittings V/V y 2of3 What's Changed? Effective Da UG S 01-26-20( IV(d)-18 of 106 SOUTHERN CALIFORNIA EDISOM An E0750N [ TERNATIONALo Company Scope CD 110.2 Fittings 1.0 Fittings APPENDIX IV(d) Underground Structures Standards 1.1 All couplings, adapters, segments, end bells, and so forth will be standard types recommended bythe manufacturer or a Company -approved equal. 1.2 The couplings, sweeps, and other fittings are to be made of the same material as the conduit. 1.3 Offset couplings are not approved. 1.4 The spigot end of all fittings (segments, sweeps, bends, and so forth) will be chamfered at 45° + 15° on the inside surface in order to make a smooth transition when installed into EB and DB conduit. 1.5 Name or trademark of fitting manufacturer will be placed on the outside surface of all fittings with 1/4" minimum size letters. )roved by: Conduits and Fittings 3of3 UGS ► SGE Public 4 IV(d)-19 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-20 of 106 APPENDIX IV(d) El50UTNERN CALIFORNIA Underground Structures Standards - EDISONO M EOISONINTERNATIONA z Onmpuny CD 111 "Y" Fittings Scope CD 111.1 "Y" Fittings Figure CD 111-1: "Y" Fittings "Y" fittings are available in two types — the one-piece "Y" (for new installations) and the split "Y" (for existing installations). Install "Y" fittings only when called out on the working drawing. Figure CD 111-2: "Y" Fittings — Installation Example Installation Example 0 Fitting (DB Type Conduit) Method 1 All notes on Method 1 typical for Method 2. "Y" Fitting 1.0 New Installations Method 2 QNote 3 See . Pole When Req'd Cap See Note 5. See Note 3. When installing one-piece "Y" fittings, mandrel all conduits and install approved pull ropes or pull tapes in conduit from "1" to "2." pproved by: "Y" Fittings IaneeL 1 oft SCE Public IV(d)-21 of 106 Additional 12-1/2' R segments may be required here on 30" new construction MAX 6" MIN Straight •, ' R=N j1 MIN L"1 0 Fitting (DB Type Conduit) Method 1 All notes on Method 1 typical for Method 2. "Y" Fitting 1.0 New Installations Method 2 QNote 3 See . Pole When Req'd Cap See Note 5. See Note 3. When installing one-piece "Y" fittings, mandrel all conduits and install approved pull ropes or pull tapes in conduit from "1" to "2." pproved by: "Y" Fittings IaneeL 1 oft SCE Public IV(d)-21 of 106 APPENDIX IV(d) SOIIMERN CALIFORNIA Underground Structures Standards EDISONO M EWSON MIERNATIONALm Company 2.0 Existing Installations When installing split "Y" fittings, carefully remove existing conduit (see Notes) from "a" to "b." Tie approved pull rope to cables at "c" and extend to "3." Place split "Y" around cables, cement couplings to existing conduits and tape "Y" sides with duct tape. Encase in concrete for watertightness. Pull tape may not be used if it is tied to a pull rope or another length of pull tape. Note(s): 1. Notify division office prior to working on or near Edison conduits containing energized cables. 2. "Method V or "Method 2" will be called out on working drawings. 3. See CD 160 and CD 161 for pole riser bend locations. 4. Approved Manufacturers: Armorcast Products, Carlton Products Corp., Vimar, Inc., R. W. Johnson, Inc. 5. Per CD 148. "Y" Fittings 2of2 proved by: V�'it active Date: IV(d)-22 of 106 APPENDIX IV(d) SOUMERN CALIFORNIA Underground Structures Standards EDISON® M EDISON INTERNATIONAL® Company CD 112 Instructions for Solvent Welding and Installation of Semi -Rigid Plastic Conduit and Fittings Scope CD 112.1 Instructions for Solvent Welding and Installation of Semi -Rigid Plastic Conduit and Fittings All plastic conduit and fittings to be joined should be exposed to the same temperature conditions for a reasonable length of time before assembly. 1.0 Solvent Welding Make certain that all foreign matter has been wiped from both the conduit and fitting (atjoint). The conduit should not be inserted over halfway into the fitting to make a good interference solvent weld. Inspect cement container for proper check date. Cement over 12 months old should not be used. PVC solvent cement (M/C 059-08439 and 059-01095 for a pint and quart, respectively) shall only be used to make a PVC -PVC connection, while ABS -PVC solvent cement (MIC 059-00667 and 059-00675, P and QT) shall be used to make an ABS -PVC connection. For inspecting purposes, the ABS -PVC solvent cement is turquoise in color. A primer (M/C 054-97177 and 624-89612, P and QT) must be used for both applications per the manufacturer's instructions. The primer can be used for both PVC -PVC and ABS -PVC connections but shall only be applied to the PVC (see manufacturer's instructions). Apply a liberal and uniform coat of cement to the mating zone of the fitting and conduit. It must be emphasized that most joint failures are caused by dry joints where an insufficient coating of solvent cement is applied, or when solvent cement has evaporated due to high temperature conditions. Work fast! Slip conduit straight into the fitting with a slight twist until it bottoms. Hold the joint for 15 seconds (one minute in extreme cold weather) so that the conduit does not push out of the fitting. Do not twist or drive pipe after insertion is complete. The joined members will be cured for five minutes or more before they are handled. (In cold or damp weather, this interval should be increased to allow for the slower evaporation of the solvent.) Minimum trench widths may be utilized by assembling conduit above ground (allowing for weld cure period) and lowering the preassembled conduit bank into the trench. Be sure to wipe off the excess solvent that is left on the outer shoulder of the fitting. Care should be exercised to prevent excess solvent from being forced into the fitting at the inside shoulder of the conduit. Plastic bristle brushes should not be used. (The solvent will dissolve the bristles.) A large brush should be used with the maximum size permitted to be the width of the fitting socket. Cans of solvent should be kept covered and away from excess heat and flames when not in use. Quart cans are generally the largest practical size to use since the solvent dries rapidly. Use only solvent cement as furnished or recommended by the conduit manufacturer. Solvent cement thinner may not be used for thinning cement which has thickened. 2.0 Cutting Conduit Use a hacksaw to cut conduit that is less than two inches in diameter. The conduit must be cut straight and cleaned of burrs. 3.0 Bends and Sweeps In cases where a joint is made with the union under stress due to misalignment, bends, or other factors, the joint must be held rigid in such a manner as to relieve the stress on the joint until the conduit is backfilled or encased. 4.0 General Conduit Bank Requirements For general information and conduit bank requirements, see CD 100 and CD 120. ...... ..' I Instructions for Solvent Welding and Installation of Semi -Rigid Plastic Conduit and (i Fittings I"'"" 1 oft I I IV(d)-23 of 106 5.0 6.0 7.0 APPENDIX IV(d) SO EDISONu RNPAIIFOHMA ® Underground Structures Standards A EDISON INTERNATIONAL® Camp=y Expansion and Contraction Due to conduit bank requirements of plastic conduit (1-1/2 inches per 100 feet for every 20T change in temperature), the following precautions should be taken: 1. Allow extra conduit lengths at each tie-in for contraction and expansion. 2. Backfill from center of trench both ways or from one tie-in point toward the other end of the trench. 3. Conduit may be cut to correct length for tie-in after backfill is complete and contraction (or expansion) has stabilized. All conduit tie-ins entering manhole, vault, or pull box walls will be grouted into place and concrete encased for a distance of 12 to 15 inches outside the walls. Handling To minimize accidental mechanical damage, conduit should not be left exposed in an open trench longer than is absolutely necessary. In transporting long lengths of conduit, provision should be made to support the full length to avoid damage due to excess overhang. Conduit that is to be stored in excess of two weeks prior to installation will be protected from the sun. Protection may consist of tarps or other opaque coverings. Conduits will not be stocked in excess of 42 inches for storage if storage is to exceed two weeks' duration. Inspection All plastic conduit will be tested by the Southern California Edison Company. Underground inspectors will pick up random samples (five-foot lengths) of conduit from Edison jobs. Conduit found to be defective will not be acceptable per CD 110. Instructions for Solvent Welding and Installation of Semi -Rigid Plastic Conduit and Fittings What's Changed? Drovved by; n 1j 4,7/ IV(d)-24 of 106 SOUTHERN CALIFORNIA EMSON` An EDISON IN]ERNATION tLO Cmoplory APPENDIX IV(d) Underground Structures Standards — CD 115 Manufacturer's Requirements Scope CD 115.1 Approved Manufacturers for Plastic Conduit Listed below are the approved manufacturers of plastic conduit and fittings acceptable for use on the Edison system. 1.0 Rigid PVC Conduit 1.1 Approved manufacturers of rigid (Sch. 40 and Sch. 80) PVC conduit, as purchased under Edison Material Standard No. 215 are: A. Can -Tex Industries B. Carlon C. Ingomar Plastic Pipe Co. D. J -M Manufacturing Co. E. Pacific Western Extruded Plastics Co. F. Cal -Duct Inc. 1.2 Approved manufacturers of fittings for this conduit are: A. Armorcast B. Can -Tex C. Carlon D. J -M Manufacturing Co. E. Kraloy F. Pacific Western Extruded Plastics Co. G. R & G Sloane H. Vi -Mar I. Cal -Duct Inc. 2.0 Semi -Rigid PVC Conduit 2.1 All sizes of EB -20, EB -35, DB -60, DB -100, and DB -120 will conform to ASTM F512 -89a proved by: V/1 ective Date: 01 Manufacturer's Requirements 1ee` 1 of UGS ► SCE Public IV(d)-25 of 106 SOUTHERN CAOrORNIA EDISOV MFDISONINTERNATIONAL*G pan APPENDIX IV(d) Underground Structures Standards � 2.2 Approved manufacturers of these underground semi-rigid PVC conduits are: A. Can -Tex Industriesll B. Carlon'/ C. Ingomar Plastic Pipe Company, Inca/ (IPPCO) D. Pacific Western Extruded Plastics Co.1/ (PW PIPE) E. J -M Manufacturing Co.1/ F. Cal -Duct Inc. (Does not supply DB -100)'/ 2.3 Approved manufacturers of fittings for this conduit are: A. Can -Tex Industries B. Carlon C. Ingomar Plastic Pipe Company, Inc. (IPPCO) D. Pacific Western Extruded Plastics Co. (PW PIPE) E. J -M Manufacturing Co. F. Cal -Duct Inc. (Does not supply DB -100) v Approved with 500,000 psi PVC material EB -20, EB -35, DB -60, DB -100, and DB -120. What's UGS ► SCE Public Manufacturer's Requirements V/i IV(d)-26 of 106 APPENDIX IV(d) Eu RNCADISON® LIFORNIA EUnderground Structures Standards M MSONfNTUNATIONA -C..,, Scope CD 115.2 Requirements for Semi-Rigid PVC Plastic Conduit 1.0 General 1.1 EB -20 and EB -35 (concrete encased burial) conduit will be manufactured in conformance to ASTM F512 -89a. 1.2 DB -60, DB -100, and DB -120 (direct burial without concrete encasement) conduitwilI be manufactured in conformance to ASTM F512 -89a. 1.3 Reworked PVC materials will conform to the requirements of ASTM F512 -89a, Section 5.2 and in addition are limited to a maximum of 15%. 2.0 Conduit Color All semi-rigid PVC conduit will be gray in color. 3.0 Conduit Marking 3.1 All conduit will be clearly marked with the manufacturer's name, PVC cell classification, size, type of conduit, the manufacturer's minimum wall thickness, code orcontrol number, actual manufacture date, and the designation `ASTM F512" at intervals of 1.5 meters (5 feet) or less. Any additional markings deemed necessary by the manufacturer is permitted. Example: (MFG's NAME) PVC 12254-A-4" DB 100 MIN. WALL 140 (MFG's CONTROL NO.) (MFG. DATE/CODE) ASTM F512 (The marking sequence may vary.) 3.2 Semi-rigid PVC conduit from 2 -inch through 6 -inch sizes will have a circumferential mark placed on the spigot end of each conduit length, perthe dimensions and requirements of Section 12.5 of ASTM F512 -89a. 4.0 Quality Control 4.1 Approved semi-rigid PVC plastic conduit manufacturers will establish and maintain an inspection and testing program per the requirements of Scope CD 115.3 (Sheet 4). The program will be submitted to the Customer Service Department Engineering section of the Southern California Edison Company for approval. Manufacturers who fail to establish and maintain an SCE -approved Quality Control Program cannot furnish PVC conduit to any SCE projects. R,# I Manufacturer's Requirements -26-2007 3 of4 IV(d)-27 of 106 SOUTHERN CALIFORNIA APPENDIX IV(d) EDI SON® Underground Structures Standards An LOISON INTERNAT(OYALm Company Scope CD 115.3 Manufacturer's Minimum Inspection and Testing Requirements for Semi -Rigid PVC EB/DB Conduits 1.0 Dimensional Inspections and Frequencies 1.1 Spigot End A. Wall thickness— one every two hours, each line B. Outside diameter— one every two hours, each line C. Out of round — one every two hours, each line D. Chamfer and marking (visual) — one every two hours, each line 1.2 Bell End A. Entrance diameter — one every two hours, each line B. Bottom diameter — one every two hours, each line C. Socket depth — one every two hours, each line D. Out of round — one every two hours, each line E. Bell centered (visual) — one every two hours, each line 2.0 Testing Requirements 2.1 Physical Tests and Frequencies A. Conduit stiffness — one test within the first two hours of each shift, each line B. Conduit impact resistance — one test within the first two hours of each shift, each line Note(s): 1. All inspections and tests will be performed per the requirements of ASTM F512 -89a and the Underground Structures Book standards and will include the supporting documentation. 2. Documentation will be maintained by the manufacturer for a period of two years and will be available for review by SCE auditors. 3. Manufacturers' inspection and test documentation will be maintained by date of product manufacture. Each package will contain as a minimum the following: a. The actual date of manufacture b. The type of conduit c. The wall thickness d. The material utilized in manufacture with appropriate certifications e. Applicable process quality control records documenting: Dimensional inspections and frequencies Testing requirements A statement of compliance to all codes and standards 4. The SCE customer service representative will be notified by telephone at least 48 hours prior to the start of any SCE product manufacture. The absence of the SCE representative will not influence production schedules. 911121 Manufacturer's Requirements eet 4of4 Approved by: / V1, 7 What's Changed? Effective Dat e'sUVV 01-26-2007 IV(d)-28 of 106 ElSOOTHERN CALIFORNIA EDISON° An WISONINTERNATIONA QCompmy CD 120 Conduit Bank Requirements Scope CD 120.1 Conduit Bank Requirements APPENDIX IV(d) Underground Structures Standards Figure CD 120-1: Typical Conduit Bank Sections (Mainline and Commercial/Industrial) 30" (MIN) 3" 1-1/2" Typ. 3" / 1-1l2" Concrete Envelope Bedding Spacer T T II 3„ 3" Bedding 1.. N— 3" Full Encasement Semi -Encasement Direct Burial More than 4 conduits 3 or 4 conduits (base spacer required) Special Conduit Formations 1" 3" .'0:'O.. 3" Conduit Bank Terminations Minimum separations required between all types of conduit at conduit entrances to substructures 1-1/2" 3"— 3" 1 I I Bedding 1I-1/2" 1-1/2" Conduit Rolling Used only when specified or sanctioned for duds to occupy minimum vertical space and maintain required cover Note(s): 1. Spacing and concrete coverage as shown is minimum. 2. Spacers, when required, will be as recommended by the conduit manufacturer and approved by the company and will be placed at the intervals shown in Table CD 120-1 (Sheet 1). Vertical spacers and base spacers will be manufactured from rigid noncompressable-type materials. Use temporary means to maintain horizontal conduit spacing at these intervals until backfill bedding or encasement is placed. 6. 7. 8. 9. Table CD 120-1: Horizontal Conduit Spacing Intervals Conduit Size 2" 1 3" 13-i/2" 4" 5" 6" Spacing with Encasement 10' 10' 10' Spacing with Nonencasement 10' S' 6' Base spacers are required on all banks of more than four conduits. The conduit will be of an approved make and manufacture as set forth in standards CD 115. Types: a. "EB" (Type 1) for encased and semi -cased installations b. 'DB' (Type ll) for direct burial c. "Sch. 40" Rigid PVC for inside bore casings For general conduit bank, concrete, and trenching requirements, see CD 100. Install bare copper neutral wire only when specified on working drawing. For mainline applications (including 4 -wire taplines) when the neutral is present on an overhead structure that feeds a primary riser, the neutral shall be continuous to the first underground structure. A bare copper neutral wire, as specified on the working drawing, shall be placed, and fully encased in contrete, at the lower region of the dud bank, preferably in-between conduits. Concrete encasement will be kept uniform. Excessive amounts of concrete will be avoided. Bedding will be in accordance with CD 100. �� 04-25-2008 Conduit Bank Requirements IJ1C.. 1 of3 I IV(d)-29 of 106 APPENDIX IV(d) U RNDISON® CALIFORNIA EUnderground Structures Standards An ED1SGN1vfERNAT10.NA QCompwy Scope CD 120.2 Residential Conduit Bank Requirements Figure CD 120-2: Typical Conduit Bank Sections (Residential Only) Typical Conduit Bank Sections (Residential Only) 30"(MIN) Cover Typ. 1-1l2"TYP } F3" 3"(MIN)Typ. (MIN)( 1-1/2"TYP 1" Bedding Bedding or 1 -Sack Typ' Sand Slurry (see Notes 2, 3, & 4) 3" MIN Bedding f� 3" (MIN) Typ. 2 Wide x 4 High (MAX) 2 High x 4 Wide (MAX) Preferred when Stacked Typical Joint Trench Sections Gutter Grade I Gutter Grade �(No Scale), I 13„ I " T T I 3„ I -► 3" 12'• I i ]� T T Bedding 1T Typical Conduit Section Joint with CATV and TELE Nonstacked Maximum of 4 Conduit Gutter Grade z I (No this section I only with SCE o I approval. 3" 3" L'ET 1 1., E T Bedding 7 Alternate Joint Trench (with SCE Telecom) Sections with Encasement Concete Note(s): 1. Conduit sections should have no more than eight SCE conduits, and no conduit should be surrounded on four sides by other wnduits. 2. Any conduit section with stacked conduit must be backfilled with bedding (See Note 4) or one -sack sand slurry. (Standard Specifications for Public Works Construction Section 201-1.1.2 Mix 100-E-100.) 3. Two -sack concrete encasement per CD 100 will be used in joint trench in order to reduce telecom conduit clearances to three inches minimum per the above joint trench sections. One -sack sand slurry is not a substitute for encasement concrete. 4. Bedding material will be clean sand or pea gravel. Native materials meeting the requirements of CD 100 are only permitted for the nonstacked configuration and are not permitted to bed pads and risers at boxes. 5. Conduit will be type "DB' per CD 110 and will be of approved manufacture per CD 115. Type EB is permitted when encasement concrete is used. 6. Where both residential and nonresidential conduit are in the same trench, the requirements on CD 120 will be used. 7. The sections in CD 120 may be used for residential construction. 8. Use temporary supports every eight feet to maintain horizontal conduit alignment. Remove after concrete is placed. ,meet 2of3 I I Conduit Bank Requirements were updated to show typical and IV(d)-30 of 106 APPENDIX IV(d) ElSOUTHERN CAUroRNIA Underground Structures Standards EDISON® An EOfSON INTERNATIONAL® Comp Scope CD 120.3 Conduit Bank Requirements for CIC Figure CD 120-3: Typical CIC Trench Section (Residential Only) Gutter Grade N� (No Scale Z CAN &Telephone jn n (See Utility Plans.) L 12„ CIC AI O O O I_ 3" Cushion Note(s): 1. Conductor -in -Conduit (CIC) will be placed on level bed prepared to be rock and debris free. Where native soils are hard or rocky, trench will be over excavated and imported noncohesive sand placed three inches deep for bedding. 2. Native soils capable of passing through a 1/2 -inch mesh screen are considered rock free. Rock -free native soil may be used for backfill. Materials that will not uniformly fill around the CIC are also unacceptable. When native soil is unacceptable, imported non -cohesive sand will be used for backfill and will cover the CIC a minimum of six inches. Conduit Bank Requirements ` 3of3 UG IV(d)-31 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-32 of 106 SOUTHERN CALIFORNIA EDISONO M EDISONfNTERNAVONALo comp y APPENDIX IV(d) Underground Structures Standards CD 121 Conduit Bank Requirements — Installation in a Bore Scope CD 121.1 Conduit Bank Requirements — Installation in a Bore Figure CD 121-1: Conduit Bank Requirements — Installation in a Bore Steel Casing Sand/Cement \ Circular Slurry �- Grid / Solid Type Spacer . 0 O See Note 6. Type Spacer 0 0 O O O,' Distance Between ,y, OO Spacers OSee Note 4. Method A Circular Spacer for Rigid Sch. 40 PVC Conduit Method B Grid/Solid Spacer for Rigid Sch. 40 PVC Conduit Table CD 121-1: Conduit Bank Requirements — Installation in a Bore No. of 5" Method Conduits Recommended Casing Size Method No. of 5" Conduits Recommended Casing Size — B 4 20" O.D. A 6 22" O.D. B 6 28" O.D. A 8 28" O.D. B 8 32" O.D. — B 10 38" O.D. — B 12 44" O.D. Note(s): 1. Installation will be made by machine boring or by jacking. Sluicing and jetting with water is not permitted. A limited use of water for lubrication of drills may be permitted, however, by special arrangement with local governing inspection authorities. 2. A new steel casing will normally be used. Used casing, which shows little or no deterioration, may be used if judged satisfactory by a Company inspector. The minimum allowable casing thickness is 1/4". State highway construction requires a 1/4" wall thickness if under 30" in diameter; a 3/8" wall thickness for diameters up to 48" and a 1/2" thickness for diameters 42" and greater. The type of construction should govern the wall thickness. 3. Conduits installed in the casing as in "Method A" or "Method B" above will be rigid Sch. 40 PVC. See CD 120 and CD 110. 4. Spacers will be of the type and design as approved by the Company. Spacers will be installed and maintained in a vertical position, and the distance between spacers will be limited to a maximum of five feet CD 121. 5. The installation of foreign utilities in Edison bore casings is not permitted. 6. Conduits will maintain the same position entering and leaving the casing. After the conduits are in place, a sand/cement slurry (minimum of six sacks of cement per cubic yard) will be used to fill all voids. 7. When specified on working drawing, contractor will install insulated copper neutral wire in casing. 8. The California Division of Industrial Safety, Mining, and Tunneling Unit will be notified by Edison and an Underground Classification Permit be issued prior to the installation of any bore casing 30" in diameter or larger. proved by: V �'7V _26-2007 Conduit Bank Requirements– Installation in a Bore ` 1of3 UGS IV(d)-33 of 106 SOUTHERN CALIFORNIA EDISOM M EOISON INTFRNATIONALO c pnR Scope CD 121.2 Conduit Spacers APPENDIX IV(d) Underground Structures Standards �j Figure CD 121-2: Conduit Spacers rff 3/4" 1 �- I �— 1-1/2" I.- 1-1/4" 3„ 3„ T 1/4"Typ TOT� I" MIN 1001 L1 Solvent Weld at All Joints !-1/4"� Grid Type I� 3 MIN �I_ 5/8"TYP Solid Type 1/8" Greater Than O,D. of Conduit Note(s): 1. Material a. Gnd-type spacer to be fabricated of plastic conduit with a minimum wall thickness of 0.09 inches. It. Solid -type spacer to be formed of polyurethane with a minimum density of 4 Ib/0. 2. Tiers may be added or deleted as required. Clearance as shown must be maintained between conduits. 3. For full encasement, a three-inch minimum clearance between the trench bottom and the lower tier of ducts will be maintained. See CD 120. To meet this requirement, the grid -type spacer must be set upon a base of such thickness to provide three inches of clearance. Figure CD 121-3: Circular Spacers "A" and "B" Formed Plastic to Fit 5" Conduit Only. Place in 22" O.D. Casing (1/4" Wall) For Sand Line /7 4 3 For Communication 5 2 Only 1 (4" or Smaller) 6 Trench Configuration — Formed Plastic to Fit 5" Conduit Only. Place in 28" O.D. Casing (1/4" Wall) Circular Spacer "A" Circular Spacer "B" — For Communication ". Only _/ ' 9 ' 4 6 3 Flow Hole 7 2 8 15 1 Trench Configuration Note(s): 1. Spacer "A" may be used in bore casings when a 6- or 7 -way conduit bank is planned. Spacer "B" may be used in bore casings when an 8 - or 9 -way conduit bank is planned. All clearances are designed into the units. 2. Use the above guide for changing from vertical to circular configuration. Normally, ten -foot conduit lengths are used in this transition. Support of this length conduit during transition will not be needed. 3. The spacers must not be allowed to rotate in the casing. 4. Conduit (Sch. 40 -type plastic) will maintain the same position entering and leaving the casing. 5. Other boring requirements are shown on CD 121. 6. The approved manufacturers and suppliers of the above spacers are: Conduit Bank Requirements — Installation in a Bore G )roved by: V /1- active Date: IV(d)-34 of 106 ElSOUTHERN CALIFORNIA EDISON° An EDISON INTER NATIONAL® Company 01-26-2007 APPENDIX IV(d) Underground Structures Standards Table CD 121-2: Conduit Spacers —Approved Manufacturers and Suppliers WE Formex Co. WE. Underground Products Maydwell & Hartzell, Inc. Armorcast Products Company Suppliers 6400 Corvette St. Suppliers 2900 E. La Jolla Rd. Los Angeles, CA 90040 Anaheim, CA 92806 Conduit Bank Requirements — Installation in a Bore 3of3 UGS IV(d)-35 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-36 of 106 APPENDIX IV(d) SOUi"ERN CALIFORNIA Underground Structures Standards EDISONS An PRISON INSERNAZIONALS Company CD 122 Conduit Beam Reinforcement Scope CD 122.1 Conduit Beam Reinforcement Figure CD 122-1: Conduit Beam Reinforcement Approved by: Effective Date: 01-26-2007 Shown are typical conduit beams with placement of reinforcing when specified on working drawing. All reinforcing rod to be 3/8" with 15" overlap at ends. Conduit Beam Reinforcement 1""`" 1 of 1 1 1 ► SCE Public IV(d)-37 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-38 of 106 wqSOUTHERN CALIFORNIA Lj EDISON An EDISON INTERNATIONAL® C mpam APPENDIX IV(d) Underground Structures Standards CD 130 Standard Conduit Entrance Details Scope CD 130.1 Standard Conduit Entrance Details Figure CD 130-1: Standard Conduit Entrance Details proved by: ective Date: -26-2007 See Note 7. m See Note 8. 8" AT "3 See "Note A." Figure CD 130-1.1: Plan Section A Roof ' 1 8" MIN O,O I Service Laterals O � _ OHO 7" I Main '6 " Line + Conduits 24" MIN ..X„ See "Note A." Floor:. � a c A Figure CD 130-1.2: Elevation Standard Conduit Entrance Details 1 of2 ► SCE Public 4 IV(d)-39 of 106 50UTHERN CAUFORNIA EDISONO M EOISON LWERNASIONAL®Compv�y MIN 2-Pcs #3 Rebar Ea, 4' Long — APPENDIX IV(d) Underground Structures Standards —i TE 8 Cold Joint See Note 3 and 4. Figure CD 130-1.3: Section A -A For corner entrance, see CD 133. For entrances adjacent to 450 angle corners, see CD 133. For pull box entrances, see CD 132. Note(s): New Construction 1. Move steel to clear openings. Move vertical steel to sides of opening. Cut horizontal steel and bend ends back into window and/or conduit envelope. 2. See working drawings for number, location, special arrangement of conduit, and so on. 3. Cast keyway approx. 4" wide and 2" deep in outerwall around conduit entrances when cold joint is used. 4. Seal cold joints between structure walls and conduit bank envelope using 2 coats of "Sika -Seal' (1 gal) black liquid or equivalent bonding agent. 5. If a hole needs to be drilled, it should be drilled below the conduit and properly grouted after installation of the BC Neutral. See CD 120. Old Construction 6. At interceptions, bevel edges of old concrete in wall and conduit bank. Cold joint same as Note 4. Finish recess smooth. 7. See CD 100 for concrete requirements. 8. See GI 020 for concrete requirements. W2=. iW Dimension "X" is normally (unless otherwise specified on working drawings) as follows: Manholes: • On end walls — 24" • On side walls — 7" Vaults: • On side and end walls — 14" Standard Conduit Entrance Details laneei 2of2 SCE Public 4 Approved by: ro �j 117Y Effective Dao IV(d)-40 of 106 NqSOUTHERN CALIFORNIA LJ EDISON' M EOISON INTERNATIONAL® Company APPENDIX IV(d) Underground Structures Standards — CD 131 Standard and Special Conduit Entrances Scope CD 131.1 Standard and Special Conduit Entrances Special Recess To be used in all 4" x 4" manholes. May be used elsewhere only when specified on working drawings. Standard Conduit Entrance For conduit adjacent to 450 angle corners. Figure CD 131-1: Standard and Special Conduit Entrances Figure CD 131-1.1: Plan Section 45°Angle n Recess': B - B L - 12" Figure CD 131-1.2: Plan Section Approved by: q7, / Standard and Special Conduit Entrances Effective Date: What's Changed? 01-26-2007 1-'-- 1 of 1 1 ► SCE Public 4 IV(d)-41 of 106 SOUTHERN CALIFORNIA EDISONO An EDISON IN]'ERNATIONALO Compn� APPENDIX IV(d) Underground Structures Standards --, 24" MIN :1 Figure CD 131-1.3: Elevation Figure CD 131-1.4: Section A -A Figure CD 131-1.5: Section B -B C Standardand Special Conduit Entrances I V 1i.2➢` 72 f,Q What's Changed? Effective Dale: IV(d)-42 of 106 APPENDIX IV(d) soumEDISON® raN c RNIS Underground Structures Standards M£DISONIN ERNAWONALOO-pW Note(s): 1. Move steel to clear openings. Move vertical steel to sides of opening. Cut horizontal steel and bend ends back into window and/or conduit envelope. 2. See working drawings for number, location, special arrangement of conduit, and so on. 3. Old construction: At interceptions, bevel edges of old concrete in wall and/or conduit bank and seal joint between structure using 2 coats of "sikaseal" (1 gal) black liquid, or equivalent bonding agent, finish recess smooth. 4. If a hole needs to be drilled, it should be drilled below the conduit and properly grouted after installation of the BC Neutral. See CD 120. >aroovved/by: V 117/ Standard and Special Conduit Entrances 3of3 IV(d)-43 of 106 Top and bottom inside edges of conduit to have O common horizontal Otangent lines. OFace O of recess Figure CD 131-1.6: Staggered Conduit Entrance (Not Optional) — Use only when specified on working drawings. Note(s): 1. Move steel to clear openings. Move vertical steel to sides of opening. Cut horizontal steel and bend ends back into window and/or conduit envelope. 2. See working drawings for number, location, special arrangement of conduit, and so on. 3. Old construction: At interceptions, bevel edges of old concrete in wall and/or conduit bank and seal joint between structure using 2 coats of "sikaseal" (1 gal) black liquid, or equivalent bonding agent, finish recess smooth. 4. If a hole needs to be drilled, it should be drilled below the conduit and properly grouted after installation of the BC Neutral. See CD 120. >aroovved/by: V 117/ Standard and Special Conduit Entrances 3of3 IV(d)-43 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-44 of 106 SOUTHERN CAnF02NIA rl EDISONo An ED15ON[YERNATIONA Company CD 132 Conduit Entrances to Pull Boxes Scope CD 132.1 Conduit Entrances to Pull Boxes APPENDIX IV(d) Underground Structures Standards Figure CD 132-1: Conduit Entrances to Pull Boxes — Typical Conduit Entrances for Deep Recess Pull Boxes Figure CD 132-1.1: Cut Away Section Where laterals are indicated in side walls, end bells to be used. See Note 3. CL 16 n 1"Insert See Note 4. Figure CD 132-1.2: End Elevation Note(s): 1. Where H.D.G. conduit is used, tape end of pipe to fit inside of end bell. 2. Conduit will enter and leave pull boxes in line and parallel to floor. 3. End bells to be of transite, PVC, or ABS for all types of conduit. 4. Inserts to be "Richmond coil type' or pull iron per AC 729. V�'V active Dale: -26-2007 Conduit Entrances to Pull Boxes 1 oft P. IV(d)-45 of 106 APPENDIX IV(d) sou RN cau EDF RUnderground Structures Standards ISON® M EOISON IV7-ERNATIONA0 Company Figure CD 132-2: Conduit Entrances to Pull Boxes — Conduit Entrances for Special Use Center at Insert 3" above See Note 4. conduit entrances End Bells 49 Figure CD 132-2.1: Cut Away Section I JI See Note 4. :tint 1" Insert Figure CD 132-2.2: End Elevation Note(s): 1. Permission for use is required. ' I Conduit Entrances to Pull Boxes Approved by: V� , / y¢ What's Chanced? Erfeceve Dace: 01-26-2007 IV(d)-46 of 106 WIN SOUTHERN CALIFORNIA Lj EDISON- An EOISON INTERNATIONAL® Compa,y APPENDIX IV(d) Underground Structures Standards CD 133 Corner Conduit Entrance Details — Manhole or Vault Scope CD 133.1 Corner Conduit Entrance Details — Manhole or Vault Figure CD 133-1: Corner Conduit Entrance Details — Manhole or Vault M Figure CD 133-1.1: Section A -A— Corner Conduit Entrance when Conduit are Cast in Walls at Time of Vault Construction Note(s): 1. Corner conduit entrance when conduit are cast in walls at time of vault construction. See Note 7. Se Figure CD 133-1.2: Section A -A— Corner Conduit Entrance when Window is Left at Time of Vault Construction Note(s): 1. Leave window through corner to clear outside ducts by 4" all around. Concrete in window and around ducts. Finish recess face flush with conduit ends. Droved by: V/ Y 01-26-2007 Corner Conduit Entrance Details — Manhole or Vault 1 of2 IV(d)47 of 106 SOUTHERN CALIFORNIA EDISON® A EDISONI,MrERNA=NALm Company A R is f�7 Figure CD 133-1.3: Elevation APPENDIX IV(d) Underground Structures Standards —I A Note(s): 1. Finish bottom shelf with 45° slope or leave 8" clear below bottom duct and finish with a level shelf. 911 24"t Figure CD 133-1.4: Section B -B Note(s): 1. Move steel to clear opening. Move vertical steel to sides of opening. Cut horizontal steel, turn ends back into recess or conduit bank encasement. 2. See working drawings for number, locations, and special arrangements of conduits, and so forth. 3. Cast keyway approximately four inches wide by two inches deep in outer wall around conduit entrances when cold joint is used. 4. Seal cold joints between structure walls and conduit bank envelope. Using two coats "Sikaseal" (one gallon) black liquid, or equivalent bonding agent. 5. At interceptions, bevel edges of old concrete in wall and conduit bank. 6. See CD 132 for pull box conduit entrances. 7. See CD 100 for concrete requirements. 8. See GI 020 for concrete requirements. Corner Conduit Entrance Details — Manhole or Vault 4 SCE Public 4 Appmved�by: VC' / 01-26-2007 IV(d)-48 of 106 NqSOUINERN CALIFORNIA Lj EDISON- M£O150NLNT£RNATIONKoUmWy CD 134 Conduit Terminators Scope CD 134.1 Conduit Terminators APPENDIX IV(d) Underground Structures Standards Figure CD 134-1: Conduit Terminators •:1%. Outside Inside Structure Structure .6 .. 1, .. ..:.... Structure ::. a ;:�;'�,:� Wall Wall Dry -Packed :+: 12" MIN Nonshrink Mortar::: See Note 3."'—•''.<: Conduit See Note 1. Conduit Terminator ' See Note 4. Ridges ter top Core Drill for Field:.:.o .. ..:.o Installation 2" Larger ThanHHHF O'' Outer Diameter of".'�p_y:`; -``` Encasement Terminator. Rough Inside See Note 2. of Core Drilled Hole for Mortar Adhesion ..' 6" MIN Note(s): 1. Conduit will be terminated into substructure with conduit terminators. 2. Conduit termination at wall will be concrete encased to the minimum dimensions shown on the drawing CD 112. For concrete encasement mix, see CD 100. 3. Face of terminator will be placed flush with inside surface of structure and sealed in position with a dry packed nonshrinkable mortar mix. 4. Conduit terminator to be made of PVC or ABS plastic. They will be provided with a minimum of three outer water stop ridges, minimum 3/8" high positioned between the ends, as shown on the drawing. 5. Terminator may be obtained from: a. Manufacturers/Suppliers: Jensen Precast 14221 San Bernardino Ave. Fontana, CA 92335 b. Manufacturer: Carlon Sedco Supplier: U -Tel Supply Co. 2900 E. La Jolla Road Anaheim, CA 92806 c. Manufacturers/Suppliers: Utility Vault Co. P.O.Box 1390 Fontana, CA 92355 qi i/ I Conduit Terminators Effective Dale: What's 01-26-2007 1""" 1 oft 1 1 IV(d)-49 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-50 of 106 NqSOOIHERN CALIFORNIA Lj EDISON An EDISON INTPR A]]OMX0 Company APPENDIX IV(d) Underground Structures Standards — CD 135 Typical Installation of Precast Pull Box in Main Line Conduit Scope CD 135.1 Typical Installation of Precast Pull Box in Main Line Conduit Figure CD 135-1: Typical Installation of Precast Pull Box in Main Line Conduit A -4*1 -- Grade 4pprrooved'b/y: R, -26-2007 See Working Drawing for MIN Clover 1 Typical Installation of Precast Pull Box in Main Line Conduit 'el 1 oft UGS ► SCE Public � IV(d)-51 of 106 SOUTHERN CALIFORNIA EDISONo An EDISON INTERNATIONALF Company APPENDIX IV(d) Underground Structures Standards --, 'Q.. ' .;...,.Q.. t'. e aoa pSa�1 I I_m O���a9 �ar. O,. �����rv�0_ ac 6" oC Figure CD 135-1.2: Section A -A Note(s): L Ducts can be 4 wide in 2-1/2'x 4' and 3'x 5' pull boxes only. Typical Installation of Precast Pull Box in Main Line Conduit 2of2 Effective Date: 01-26-2007 IV(d)-52 of 106 Lateral See Note 1. O O O • 0 O O O 'Q.. ' .;...,.Q.. t'. e aoa pSa�1 I I_m O���a9 �ar. O,. �����rv�0_ ac 6" oC Figure CD 135-1.2: Section A -A Note(s): L Ducts can be 4 wide in 2-1/2'x 4' and 3'x 5' pull boxes only. Typical Installation of Precast Pull Box in Main Line Conduit 2of2 Effective Date: 01-26-2007 IV(d)-52 of 106 APPENDIX IV(d) SOUTHERN CALIFORNIA Underground Structures Standards EDISON® A, EDISON INTERNATIONAL® Compam CD 140 Standard Conduit Location for Precast Vaults and Manholes 6'x 12' and Larger Scope CD 140.1 Standard Conduit Location for Precast Vaults and Manholes 6'x 12' and Larger Figure CD 140-1: Standard Conduit Location for Precast Vaults and Manholes 6'x 12' and Larger Terminators See Note 2. Four Locations Two Each End Wall 18" x 18" Rebar Free Section Four Locations; Two Each Sidewall I I I I I I I I _ I I I I I I I — I I _ —End -� Section I I I I — Vault Casting Manhole Casting Center Section I I I Note(s): 1. With SCE Company approval, small variations in design may be allowed precasters in order to accommodate individual methods of manufacturing. 2. See CD 142. V/,# I Standard Conduit Location for Precast Vaults and Manholes 6'x 12' and Larger 01-26-2007 1 of 1 IV(d)-53 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-54 of 106 APPENDIX IV(d) EUDTHERISON® N cauroRNw Underground Structures Standards - ED M FDISON INTERNATIONA m Oumpmy CD 141 Conduit Recess Layout — Precast Concrete Vaults — 7'x 10', 8' x 10', and Larger Scope CD 141.1 Conduit Terminators Note 1. 2. 3. Figure CD 141-1: Standard and Alternate Recess Layouts ' Flat -Wall Recess (See Note 1.) Standard Recess Layout r �v Furnish Two Recesses Each End Furnish Recess On One End Only (One Each Side) MIN I Alternate #2 Layout onduit recesses, furnished at each end of the fits, see VA 411 for conduit recess dimensions and 4. When "Alternate #2 Layout" is r<;n end where side recesses are required. 5. The face of the deep recess on '�%'^ g vault will have a minimum height of 32 inches. 6. Face of the 8'x 14' and longer va t ee cesses to have a 75 -inch minimum height. Minimum height from floor to recess face is 22 inches. Minimum theigIlllo reces to ceilings is eight inches. See CD 142 for other conduit recess dimensions and terminators. 7. With SCE Company p mall variations in design may be allowed precasters in order to accommodate individual methods of qtl / I Conduit Recess Layout— Precast Concrete Vaults — Tx 10', 8'x 10', and Larger ` 10f1 UGS IV(d)-55 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-56 of 106 50U THE C 111`0 NIA EDISON' An. 1101 INTERNATIONAL® Go.,, CD 142 Conduit Terminators for Precast Tunnel Vaults Scope CD 142.1 Conduit Terminators for Precast Tunnel Vaults -26-2007 APPENDIX IV(d) Underground Structures Standards - Figure CD 142-1: Conduit Terminators for Precast Tunnel Vaults 7„ � 10" y 25" I I P Diameter Sch. 40 2} PVC Conduit, Capped �F� �F�10 Flush With Outside Wall. For Neutral Wire Q---4 I 12-5" or 6" Terminators O O O I O O I 10 Side -Wall 11 12 Standard Terminator Locations Unless specified otherwise, mainline conduits will be installed in the terminators in numerical order starting with position 5. Working drawings or inspector may change positions for special cases. Standard Flat Wall Figure CD 142-1.1: Vault Top View Conduit Terminators for Precast Tunnel Vaults 1 oft PE IV(d)-57 of 106 500THERN CALIFORNIA EDISON' M £W50N (.VTERNAFIONALO O,,y APPENDIX IV(d) Underground Structures Standards 1.0 Requirements: 1. Two sets of 12 five -inch or six-inch terminators, as specified, will be furnished in each end wall unless otherwise specified on working drawing. 2. Terminators must provide a watertight seal with or without conduits installed. 3. Reducers will be furnished (number per working drawing) when small diameter conduit is to be installed. Reduced conduit will be finished flush with inside recess wall and grouted (Figure CD 142-1.2 [Sheet 2]). 2of2 JG I. Changed? Conduit Terminators for Precast Tunnel Vaults Approved by: V ,Y Effective Date: 01-26-2007 IV(d)-58 of 106 Terminator Reducer Grout Cement Inside Face of Cement Conduit Vault Wall Figure CD 142-1.2: Side View 1.0 Requirements: 1. Two sets of 12 five -inch or six-inch terminators, as specified, will be furnished in each end wall unless otherwise specified on working drawing. 2. Terminators must provide a watertight seal with or without conduits installed. 3. Reducers will be furnished (number per working drawing) when small diameter conduit is to be installed. Reduced conduit will be finished flush with inside recess wall and grouted (Figure CD 142-1.2 [Sheet 2]). 2of2 JG I. Changed? Conduit Terminators for Precast Tunnel Vaults Approved by: V ,Y Effective Date: 01-26-2007 IV(d)-58 of 106 SOUTHERN CALIFORNIA EDISOM M £OISON INTERNATIONAL® Company APPENDIX IV(d) Underground Structures Standards - CD 144 Conduit Bank Entrance to Power Cable Trench Where Trench Extension is Planned Scope CD 144.1 Conduit Bank Entrance to Power Cable Trench Where Trench Extension is Planned V�, Figure CD 144-1: Conduit Bank Entrance to Power Cable Trench Where Trench Extension is Planned Planks 12" Above DB Plastic Conduits __________________________j Presently Planned Proposed Future Extension Power Cable of Power Cable Trench Trench Plan View (Up to 6 Conduits) Full Concrete Encasement See Note 2. 2" x 6" Creosote Pressure Proposed Future Extension Treated Planks Above 6" of Power Cable Trench _ Each Conduit Run I I I I I 212" I — — — — — — — — — — — — — ----------------u�6 Conduits to Serve Presently Installed Trench -Type DB Plastic Elevation Planks 12" Above DB Plastic Conduits Future Trench I When two conduit banks are anticipated, a 6 ft MIN separation between each is required. Install as shown. See note 3. -26-2007 Plan View (Over 6 Conduits) 12-1/2'R' Bends (See Note 1.) All Conduits Grade Type EB PIE Full Concrete Encasement to Cap Full Concrete Stub Out Encasement 6' MIN Future EB Type Conduits Conduits Conduit Bank Entrance to Power Cable Trench Where Trench Extension is Planned 1 of2 IV(d)-59 of 106 SOOTHERN CALIFORNIA EDISONO Ai, EOI50N IVTERNATIO.NA QCompany Ni 1. See MS 800. 2. Cap conduits per CD 148 for extending into future trench. I See MS 800 for additional details. APPENDIX IV(d) Underground Structures Standards jof2ConduitBank Entrance to Power Cable Trench Where Trench Extension is PlannedWhat's Changed? EfrectiveDateS 01-26-2007 IV(d)-60 of 106 SOUTHERN CALIFORNIA EDISONO M£DISON IN ERNATIOWS Company CD 146 Intercepting Existing Conduit Runs Scope CD 146.1 Intercepting Existing Conduit Runs APPENDIX IV(d) Underground Structures Standards When intercepting existing conduit, adequate support must be provided in order to prevent damage to the cables. If the conduit run to be intercepted is concrete encased, carefully remove all existing concrete. Generally, the encasement can be removed without damage to plastic, HOG, or similar conduit materials. These conduit should remain over the cable for protection during the structure installation. Transite, soapstone, and other similar materials are very heavy and will usually break up when the concrete is removed. With this type of material, remove entire conduit and protect the cable by splitting a length of plastic conduit longitudinally and fitting it over the cable. The splitconduit should be held together at no more than five-foot intervals with rope or tape. After cables are suitably protected, the conduit must be supported at five-foot maximum intervals during the substructure installation. The sketches below show acceptable methods of supporting the exposed conduit. After the substructure installation is completed, the conduit must be supported from the inside of the structure at three-foot (maximum) intervals. Where attachment points are necessary, insert one-half inch flush anchors into the walls or ceilings. One-half inch eye bolts may then be used to anchor the rope or other suitable supporting materials. Metallic straps of any type must not be used. Figure CD 146-1: Acceptable Methods of Supporting Conduit Conduit s MAx— 4" x 4" Cross Timbers (when required) — Top View Of Excavation here Note(s): 1. Where excavation is extensive in length or a large number of conduit are being supported, cross timbers may be required to adequately support the conduit bank. 2. Size and number of timbers to be increased as required for size of excavation and weight of conduit. proved by: I ' q11�/ Intercepting Existing Conduit Runs Yt Sheet uTL-FI- rh.........Io I Of 1 IV(d)-61 of 106 FastenT Rope or other suitable material Timbers Excavation for supporting placed directly Walls l conduit above conduit 4" x 4" Cross Timbers (when required) — Top View Of Excavation here Note(s): 1. Where excavation is extensive in length or a large number of conduit are being supported, cross timbers may be required to adequately support the conduit bank. 2. Size and number of timbers to be increased as required for size of excavation and weight of conduit. proved by: I ' q11�/ Intercepting Existing Conduit Runs Yt Sheet uTL-FI- rh.........Io I Of 1 IV(d)-61 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-62 of 106 VqSOUTHERN CALIFORNIA Lj EDISON- An £DISON INTERNATIONAL* Company CD 148 Capping Main Line Conduit Scope CD 148.1 Capping Main Line Conduit APPENDIX IV(d) Underground Structures Standards Figure CD 148-1: Capping Main Line Conduit Typical Conduit Bank Completed Capped Conduit Assembly upling rr concrete against iporary wooden barrier J flush against couplings. Remove wooden barrier and install approved conduit plug (see note 6). Plug will provide a watertight fit without cement. Conduit plug type SF or DC (see note 6). Note(s): 1, When capping unencased conduit (two maximum), install conduit plug in coupling same as shown above (do not stagger). 2. See CD 120 for conduit spacing and concrete encasement. 3, Conduit plug types 1, 2, and 3 are not recommended for this application. 4. Where a conduit is stubbed out to curb or property line to be picked up later, it must terminate on a level course at a minimum depth of 30 inches from flow line of gutter unless specified otherwise. 5, Stubbed conduit to have location, marked at time of installation, by one of the following methods: Curb to be marked by chiseling an "E" on curb face, or 2" x 4" board, or pull rope or pull tape installed at capped conduit and extended to 12 inches below the surface. 6. See CD 180. proved by: q�' / ective Date: -26-2007 Capping Main Line Conduit ` 10f1 UGS IV(d)-63 of 1106 This page intentionally left blank. APPENDIX IV(d) IV(d)-64 of 1106 11 SOME RN GLIFORNIA EDISON® M EOISONIWERNAT1ONA O Compav CD 150 Service Lateral Terminations Scope CD 150.1 Service Lateral Terminations APPENDIX IV(d) Underground Structures Standards Figure CD 150-1: Service Lateral Terminations Identical Points R Customer's Property See SCE Co. Electrical Service Requirements for Underground Requirements on Customer's Property. See Note 5. Customer -installed conduit material requirements subject to local ordinances. R Parkway or Easement rGutter Grade } See .Note 3. Cap or Plug as Shown Typical Conduit Terminations Solid Pipe Plug Coupling Note: Normally not encased in concrete hot dipped galvanized conduits. System Service Conduit INS \L�\\�1\\4�0 Terminators for Direct Burial Nonmetallic Conduit Coupling to be manufacturers standard Do not solvent -weld for type of conduit used. conduit to coupling. Conduit Plug 3 MAX Encased Conduit Termination Note(s): 1. All service laterals will terminate in such location that an extension of same will have 12 inches minimum clearance from property line corner unless specified otherwise. 2. See CD 100 for approved type of conduit. 3. See CD 100 for general trench, backfill, and concrete requirements. 4. See CD 120 for conduit spacing requirements. 5. Where a conduit is stubbed out to curb or property line to be picked up later, it must terminate on a level course at a minimum depth of 30 inches from flow line of gutter unless specified otherwise. 6. Stubbed conduit to have location marked at time of installation by one of the following methods: Curb to be mark by chiseling an 'E" on curb face, or 2" x 4" board, or pull rope or pull tape installed at capped conduit and extended to 12 inches below the surface. proved by: Service Lateral Terminations -26-2007 I""" 1of1 IV(d)-65 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-66 of 106 MSO CALIFORNIA DISONo An EDISONINTERNATIONA 0O mpany CD 160 Pole Riser Bend Standard Location Scope CD 160.1 Pole Riser Bend Standard Location APPENDIX IV(d) Underground Structures Standards Figure CD 160-1: Pole Riser Bend Standard Location 2" #6 (MIN) bare copper to ground rods Riser Bends 36" (MIN) radius for 1" to 3" incl. 48" (MIN) radius for 4" and 5" 60" (MIN) radius for 6" and over #6 (MIN) Bare 5/8" x 8' copperclad steel ground rod and clamp — 2 Places 6' (MIN) separat Grounding typical for both pole configurations Wood molding with #6 (MIN) wire inside to top. �--Align riser with a temporary length of conduit; Remove this length when riser is set. Solvent weld pipe cap onto riser. Do not permit excess cement to ender conduit. Cap HDG bend with concrete -filled coupling. Conduit 3"(MIN) 24" (MAX) r Encasement l��l j r Duct � Coupling or Adapter i Ream interior of lower end of ABS riser i I bend to permit a smooth transition from I I the conduit to the riser. i I___________________� 4 U Riser Bend A ; Molding %r• Pol Pol s. Minimum earth cover over riser bend to be as follows: Conduit HDG Fiberglass Size Cover Cover 47" Material Riser Conduit Spacing Diagram (At Base of Pole) Note(s): 1. Approved riser bend materials and sizes are shown in the following table. Table CD 160-1: Approved Riser Bend Materials and Sizes — Standard Location Six-inch HDG or Fiberglass riser bend will be used when specified on the working drawing. See AC 702 for grounding HDG riser bends. M= For Reference Only 2. The top and bottom of three-, four-, five-, or six-inch fiberglass bends are furnished with permanently attached PVC couplings. Also included is a six-inch long, three-, four-, five-, or six-inch Schedule 80 PVC stub -out, solvent welded into the top coupling. See CD 166 for fiberglass riser bend material information and suppliers. Pole Riser Bend Standard Location ` 1 oft UGS IV(d)-67 of 106 Size Material 1" 1.112" 2" 5"6"ABS #2412"3"4" — — —X X X —Fiberglass X X X XHDG X X X X X X Xa Six-inch HDG or Fiberglass riser bend will be used when specified on the working drawing. See AC 702 for grounding HDG riser bends. M= For Reference Only 2. The top and bottom of three-, four-, five-, or six-inch fiberglass bends are furnished with permanently attached PVC couplings. Also included is a six-inch long, three-, four-, five-, or six-inch Schedule 80 PVC stub -out, solvent welded into the top coupling. See CD 166 for fiberglass riser bend material information and suppliers. Pole Riser Bend Standard Location ` 1 oft UGS IV(d)-67 of 106 SOUTHERN CALIFORNIA Ej EDISON- An EMSON LWERNATIONALm Company APPENDIX IV(d) Underground Structures Standards 3. Two ground rods are required at all primary riser poles. Drive rods in trench bottom with six feet minimum separation in undisturbed earth. Leave the rod tops three inches above the trench bottom and attach continuous ground wire with clamps. Extend wire to indicated location on pole and stub up two feet above grade in wood moulding. All grounding materials furnished by the contractor. See AC 703 for approved grounding materials. 4. Encasement required only when called out on working drawing. 5. PVC risers may be substituted for fiberglass for straight runs of 150 feet or less in conduit sizes four inches and under. � _Pole Bend Standard Location �� t 2of2 What's Changed? Effective o: UG S 04-25-2C IV(d)-68 of 106 ElSOUTHERN CALIFORNIA EDISONo An EDISONIMERNATIONALm Company CD 161 Pole Riser Bend for Risers on Kicker Blocks Scope CD 161.1 Pole Riser Bend for Risers on Kicker Blocks APPENDIX IV(d) Underground Structures Standards Figure CD 161-1: Pole Riser Bend for Risers on Kicker Blocks Grade #6 (MIN) bare copper to ground rods — 36" (MIN) radius for 1" to 3" incl. 48" (MIN) radius for 4" and 5" 60" (MIN) radius for 6" and over #6 (MIN) Bare Copper 5/8" x 8' copperclad steel ground rod and clamp - 2 Places 6' (MIN) separation Grounding typical for both pole configurations Wood molding with #6 (MIN) wire inside to top. Align riser with a temporary length of conduit; Remove this length when riser is set. 21. Solvent weld pipe cap onto riser. Do not permit excess cement rto ender conduit. Cap HDG bend with concrete -filled coupling. 3"(MIN)rcrTuasemen 24" (MAX) I See Note 4. I 1 r Duct Minimum earth cover over riser bend to be as follows: Conduit HDG Fiberglass Size Cover Cover 1 -Y 33" L 47" 4"-5" 1 57" 1 59" 72" 1 74" L Coupling or Adapter + 6" Ream interior of lower end of ABS riser i bend to permit a smooth transition from I the wnduit to the riser. I I___________________J 3-1/4" Wood Kickers, 1-1/2" Unistrut Conduit Kickers (see SCE Inspector) y 2. —n 2" w 2" Riser 2 2 211 Bend �O. Riser Bend OOl00 Pol —Wood P Pol Molding Riser Conduit Spacing Diagram (At Base of Pole) Note(s): 1. Approved riser bend materials and sizes are shown on the following table. Table CD 161-1: Approved Riser Bend Materials and Sizes — Risers on Kicker Blocks Material Size V. 1.1/2" 2" 2-112" 3" 4" 5" 6" ABS — X X X X — Fiberglass — X X X Xa HDG X X X X X X X X Six-inch HDG or fiberglass riser bend will be used when specified on the working drawing. See AC 702 for grounding HDG riser bends. = = For Reference Only V/v_r/ I Pole Riser Bend for Risers on Kicker Blocks 1" e" 1 of 1 1 J IV(d)-69 of 106 2. 3. 4. 5. SOUTHERN CALIFORNIA EDI SON' Ao EDISON=RNATIONAL0 Company APPENDIX IV(d) Underground Structures Standards The top and bottom of three-, four-, five-, or six-inch fiberglass bends are furnished with permanently attached PVC couplings. Also included is a six-inch long, three-, four-, five-, or six-inch Schedule 80 PVC stub -out, solvent welded into the top coupling. See CD 166 for fiberglass riser bend material information and suppliers. Two ground rods are required at all primary riser poles. Drive rods in trench bottom with six feet minimum separation in undisturbed earth. Leave the rod tops three inches above the trench bottom and attach continuous ground wire with clamps. Extend wire to indicated location on pole and stub up two feet above grade in wood moulding. All grounding materials furnished by the contractor. See AC 703 for approved grounding materials. Encasement required only when called out on working drawing. Schedule 80 PVC bends may be substituted for fiberglass bends for straight runs of 150 feet or less in conduit sizes four inches and under. 2of2 Pole Riser Bend for Risers on Kicker Blocks What's Chanced? Note 5 was Approved by: ViiW Effective Dale: IV(d)-70 of 106 ElSOUTHERN C UFORNIA EDSONO M EDISON INSERNAMNA 0Comp— APPENDIX IV(d) Underground Structures Standards CD 162 Neutral Wire Riser Installation for Four -Wire Systems Scope CD 162.1 Neutral Riser Wire Installation for Four -Wire Systems Figure CD 162-1: Neutral Riser Wire Installation for Four -Wire Systems I � I 4" Riser __O_ 07 Bend \ 11 Q Typical Location One or Two Risers (See Note 1.) 1" Neutral Riser Stub -Out Alternative Neutral Location (When two risers 4" or less in size are installed) 4' Extend 4/0 B.C. 2" 6" above 1" conduit ( ^ ^ Riser Bends and staple to pole. j�1L V Sch. 80 PVC Conduit 3 1/4" I —Ri eruUal Spaced 1/2" off Pole + Stub -Out i POLE Grade 6" —�— 4 Typical Location More than Two Risers (See Note 2.) Attach at 2 places 18 below grade with pipe strap and 1/2" 4/0 Bare Copper Neutral Wire spacer. to First Underground Structure (See Note 3.) Note(s): 1. See CD 160. 2. See CD 161. 3. Install bare copper neutral wire only when specified on working drawing. For mainline applications (including 4 -wire taplines) when the neutral is present on an overhead structure that feeds a primary riser, the neutral shall be continuous to the first underground structure. A bare copper neutral wire, as specified on the working drawing, shall be placed, and fully encased in contrete, at the lower region of the duct bank, preferably in-between conduits. a/ I Neutral Wire Riser Installation for Four -Wire Systems ` 1of1 UG IV(d)-71 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-72 of 106 NqSOUTHERN CALIFORNIA Lj EDISOV An EOISON INTERNATIOA'ALZ Company APPENDIX IV(d) Underground Structures Standards - CD 163 Communication Conduit and Riser Bend Installation Scope CD 163.1 Communication Conduit and Riser Bend Installation Figure CD 163-1: Communication Conduit and Riser Bend Installation Grade Align riser with a temporary length of conduit; Remove this length when riser is set. Cap bend with concrete -filled coupling or riser cap. (See Note 3.) 3" (MAX) - .... i� ....... . ................ Minimum earth cover over I End of curve to Coupling riser bend to be as follows: be Slush with or or below final grade. Adapter I p Conduit HDG Size Cover .:.. .. ..... ..:.. . . ! i 0"_3-112., 33„ L3" (MIN) 3" conduit to first vault, 24 "Y (MAX) manhole, or' fitting 3" Schedule 80 PVC Bend 36" Minimum Radius Riser Pole Communication 4" Conduit (MIN) See Note 1.� ]� r• - 3.. Pole 3" Communication Riser 3„ Location at Base of Pole 3 Spacer Typical Conduit Bank (See Note 1.) Note(s): 1. All communication conduits to be four inches minimum for vault -to -vault or manhole -to -manhole runs. Install three-inch conduit from "Y" fitting, or last vault or manhole to riser pole. Install four -inch " ' fitting with reducers on pole side per CD 111. 2. Unless otherwise specified, communication conduit will be against pole. 3. See CD 180. aproved by: qll '/ Communication Conduit and Riser Bend Installation Ifective Date: What's Changed? 1-26-2007 r 10f1 UGS ► SGt Public IV(d)-73 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-74 of 106 WqSOLTHERN CALIFORNIA Lj EDISOM An EDISON fNTERNAT10NV z Co,npany APPENDIX IV(d) Underground Structures Standards CD 164 Specification for Abandoning Conduit and Risers Scope CD 164.1 Specification for Abandoning Conduit and Risers 1.0 Conduit 1.1 Any conduit that is exposed will be removed from the ground. 1.2 The substructure end of any abandoned conduit will be permanently sealed against the entrance of water, gas, or other foreign substances. 2.0 Risers Any conduit extending above ground will be cut off a minimum of 18 inches below ground level and permanently sealed. (See Figure CD 164-1 [Sheet 1].) )roved by: Q�'7V active Date: -26-2007 Figure CD 164-1: Specification for Abandoning Conduit and Risers I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Removed j Pale I I, I I I I I I I I I I I I I I I I I Rags I I I I \ II\ 4 2%1 One Mixed Sack of Concrete Mix Specification for Abandoning Conduit and Risers Remove Cut -Off Section 18" MIN Grade Cut off riser 18" below grade, remove cut off section, plug remaining conduit with rags and pour one mixed sack of concrete mix over plugged conduit. ` 1 oft UGS IV(d)-75 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-76 of 106 APPENDIX IV(d) SOU RNISONeAnroR° NIA EDUnderground Structures Standards An EO/SON MTERNATIOMLO Compavy CD 166 Three-, Four-, Five-, or Six -Inch Fiberglass Riser Bends Scope CD 166.1 Three-, Four-, Five-, or Six -Inch Fiberglass Riser Bends Figure CD 166-1: Three-, Four-, Five-, or Six -Inch Fiberglass Riser Bends Schedule 80 PVC Conduit See Note 2. Riser Bend Marking 6" See Note 3. 90° Riser Bend Radius 3"-36" 4"--08" PVC Coupling 5"-48" See Note 2. Underground Conduit i Final Grade See Note 4. 3" PVC Coupling See Note 2. Fiberglass Riser Bend See Note 1. Riser Bend Marking See Note 3. Riser Bend Marking See Note 3. Note(s): 1. The riser bend is available in three-, four-, five-, or six-inch sizes. The main body of the bend is manufactured from fiberglass material and is medium gray in color. 2. The lop and bottom of riser bend is furnished with PVC couplings permanently epoxy bonded to the fiberglass bend. A Schedule 80 PVC six-inch long stub -out is solvent welded into the top PVC coupling. 3. The lop Schedule 80 PVC stub -out of bend is stenciled "TOP," and bottom of bend is stenciled "UNDERGROUND." Manufacturers name, size, and date (month and year) will be stenciled on the center of the riser bend. 4. The top of Schedule 80 PVC stub -out will be placed three inches above final grade. No portion of the fiberglass material of the bend will be exposed above the finish grade. 5. The approved manufacturers and suppliers are: a. Manufacturers: FRE Conduit, Smith Product Company, and Champion Fiberglass, Inc. b. Suppliers: Armorcast Products Company 2900 East La Jolla Road Anaheim, CA 92806 Cal -Duct, Inc. 2522 Lee Avenue South EI Monte, CA 91733 CAL STAR 1850 Parco Avenue Ontario, CA 91761 proved by: V�l t 01-26-2007 Three-, Four-, Five-, or Six -Inch Fiberglass Riser Bends ` 10f2 UGS IV(d)-77 of 106 SOUTHERN CALIFORNIA EDISONo A. FDISM LX ERA'ATIUNAL®Compony SAF -T -CO Supply, Inc. 903 East Walnut Santa Ana, CA 92705 SAF -T -CO Supply, Inc. 903 East Walnut Santa Ana, CA 92705 'sleet 20f2 APPENDIX IV(d) Underground Structures Standards Three-, Four-, Five-, or Six -Inch Fiberglass Riser Bends proved by ron. V�'7V 01-26-2007 IV(d)-78 of 106 ElSOUTHERN CALIFORNIA EDISONO M EDISONP'TERNAhONAL® Co..... CD 170 Riser Bend Installation at Wall or Pad Scope CD 170.1 Riser Bend Installation at Wall or Pad APPENDIX IV(d) Underground Structures Standards - Figure CD 170-1: Riser Bend Installation at Wall or Pad Building Wall End of curve to be flush with or below final grade See Note 1. Location of riser bend stub is critical. See working drawing for exact placement Align riser with a temporary length of conduit; remove this length when riser is set. Place pipe cap after removing temporary conduit. 6" (MIN) 24" (MAX) Minimum Dimensions for Riser Bends Conduit Earth Size Radius Cover 0"-3%" 4"-5" 6"—Up Coupling or Adapter Typical Riser at Building See Note 1. - Pipe cap for HDG. If PVC is used, solvent weld cap onto riser. Do not permit excess cement to enter conduit. Sr Floor level of vault or pad. 3" i Ream interior of lower end of PVC riser bend to permit a smooth transition from the conduit to the riser. Coupling or Adapter Typical Riser at Vault or Pad _3" ----------------------------------� Riser 4" ------ ----- t ------------ Plan-View --------- Plan-View for Two Conduit Terminals Note(s): 1. Fiberglass, Schedule 40, or 80 PVC or HDG. PVC is subject to requirements of local ordinances. HDG must be grounded per AC 702. PVC only for secondary runs and straight primary runs of less than 150 feet length with 4" or smaller duct. Riser Bend Installation at Wall or Pad 11 of 1 UG ► SCE Public 4 IV(d)-79 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-80 of 106 SOUTHERN CAnrORNM EDISON° An EDISON WURNATIONAEo C*m ny APPENDIX IV(d) Underground Structures Standards — CD 172 Underground Risers in Substation Scope CD 172.1 Underground Risers in Substation Figure CD 172-1: Underground Risers in Substation — Plan and Details "A" and "B" Centerline of Foundation Piers CL of Bay 11 16 12 + Riser Bend ._.. Chamber -45' 4pprovvedtry: ro/ v /1- 01-26-2007 Plan Location for Riser (See Detail "A.") Note: Shape and height of Riser to be plugged with universal plug conduit. new riser piers to conform See Note 5. with existing in the same 7 rack—otherwise piers are toTJYI PVC Sch. 80 Conduit be 8" higher than substation 3'-0" foundation piers. 1PVC Sch. 40 Coupling (Use PVC cement.) r Grade Fiberglass or PVC riser bend. Use PVC for straight runs of 150' or less. Coupling Detail "A" Riser for Locations Other than Vertical from Trench Conduit 410 BCN from top of riser pier to first underground structure. A 3 -foot tail should extend beyond each termination point. Riser to be plugged with universal conduit plug. I See Note 5. Grade Pad for metal -clad unit PVC Cable Trench Riser Bend DI Variable ----- - � )r 2" to type of unit) Detail "B" Riser for Metal–Clad Unit Underground Risers in Substation ,eec 10f3 UGS ► SCE Public IV(d)-81 of 106 SOUTHERN CALIFORNIA ED ISO M MSONI,TRNATION QC pony APPENDIX IV(d) Underground Structures Standards —I Note(s): 1. Conduit— All conduit to be five inches unless noted otherwise. Bends to have 48 -inch minimum radius. Material DB -PVC conduit PVC Schedule 80 conduit (above ground). 2. Concrete — Four -inch concrete envelope for all buried conduit, See GI 020 and CD 100. 3. Conduit Termination — All conduit ends to be reamed and finished smooth. 4. Trench— See MS 800 for trench detail. 5. See CD 180. U Approved by: Underground Risers in Substation V li. 7V Changed? Effective Date: IV(d)-82 of 106 SOUTHERN CALIFORNIA EDISON° M EDISON INTERNATIONAL®C..,., APPENDIX IV(d) Underground Structures Standards — Figure CD 172-2: Underground Risers in Substation — Details of Riser Anchor Plate and Detail 3 Hole I _ Bent Steel Plate 9" x 1/4" x 1'_2" 3-1/2" Slots 1-1/2" 1-1l2" Side Elevation I 5-3/4" Dia. 4-112" 9" 4-1/2" I 6 — 4-1/2" --� a 10-1/2"� Plan Details of Riser Anchor Plate (For use — see Detail No. 3) 2-5/8 x 5" Mach. Bolt with Washer and Nuts - 5" O.C. Thread ends to project 1" From wall face. Locate 2-1/2" each side of of switchmck bay anl� 2" below cover board bottom. >pp�roved by: V �i.YY Underground Risers in Substation Slot -2 Req'd, 3/4" x 1-1/2" Front Elevation Detail No. 3 Riser— Vertical from Trench 5" Galv. "U" Bolt 5" PVC Sch. 80 Conduit 4'-0" Long, 6" PVC required for 34.5 kV 5" PVC Coupling Sch. 80. 6" PVC required for 34.5 kV 2" x 12" Cover Board Riser Anchor Plate Mount Flush to Cover Board 3" Length of 5" Sch. 80 PVC solvent welded to coupling. (Smooth rough edges) Ianeec 3of3 ► SCE Public 4 IV(d)-83 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-84 of 106 APPENDIX IV(d) SOUTHERN CALIFORNIA Underground Structures Standards EDISON° M£OISON INTERNATIONAL® C mpng CD 175 Streetlight Conduit and Riser Bend Installation for Service to One Streetlight Standard Scope CD 175.1 Typical Conduit and Riser Bend Installation for Service to One Streetlight Standard Figure CD 175-1: Typical Conduit and Riser Bend Installation for Service to One Streetlight Standard Concrete Footing (See Note 11.) Q + _ _ Conventional Underground Conduit 30" State Highway 30" Square 24" from face of curb or Requirement 15" from inside edge of sidewalk (See Note 10.) Plan Face of curb or inside edge of sidewalk (property side) \ CIC 4 Elevation Note(s): 1. Typical location for streetlight standard: a. With parkway—place behind inside edge of curb. b. Without parkway—place behind inside edge of sidewalk when curb and sidewalk do not exceed 5-1/2 feel in width, or per local inspection agency. 2. A semi-rigid or rigid conduit bend 'DB" thickness minimum will be used when a conventional conduit system is installed. See working drawing for size and material. 3. No encasement required unless otherwise specified. 4. In a rigid conduit installation, short lengths of properly coupled conduit may be used to form sweeps of a radius not normally supplied by manufacturers. In trench runs, the maximum deflection allowed will be 1/2 inch for lengths two feet or shorter,. and one inch for lengths over two feet. 5. For riser bends, the minimum radius permitted will be 24 inches; for horizontal bends, a minimum radius of 36 inches. 6. A pull rope or pull tape will be installed in each empty conduit. 7. See CD 175 for looping installations. 8. Five-foot clearance to be maintained from fire hydrant. 9. Four -foot clearance to be maintained from top of slope of commercial driveway and two -foot clearance from residential driveway. 10. On state highway, the streetlight centerline location will be six inches behind sidewalk when sidewalk is less than seven feet wide. 11. See MS 890 forfoundation details. "�7'7Y"/'" Streetlight Conduit and Riser Bend Installation for Service to One Streetlight V (. Standard ective Date: What's Changed? -26-2007 ` 1of3 UGS IV(d)-85 of 106 n n Light Standard „ „ Finish Grade Flow Line of Gutter „ „ Conduit (MIN) below gutter grade 45" (MIN) Riser Bend for conventional commercial or underground conduit residential for CIC 1-1/2" or as specified on working drawing \ CIC 4 Elevation Note(s): 1. Typical location for streetlight standard: a. With parkway—place behind inside edge of curb. b. Without parkway—place behind inside edge of sidewalk when curb and sidewalk do not exceed 5-1/2 feel in width, or per local inspection agency. 2. A semi-rigid or rigid conduit bend 'DB" thickness minimum will be used when a conventional conduit system is installed. See working drawing for size and material. 3. No encasement required unless otherwise specified. 4. In a rigid conduit installation, short lengths of properly coupled conduit may be used to form sweeps of a radius not normally supplied by manufacturers. In trench runs, the maximum deflection allowed will be 1/2 inch for lengths two feet or shorter,. and one inch for lengths over two feet. 5. For riser bends, the minimum radius permitted will be 24 inches; for horizontal bends, a minimum radius of 36 inches. 6. A pull rope or pull tape will be installed in each empty conduit. 7. See CD 175 for looping installations. 8. Five-foot clearance to be maintained from fire hydrant. 9. Four -foot clearance to be maintained from top of slope of commercial driveway and two -foot clearance from residential driveway. 10. On state highway, the streetlight centerline location will be six inches behind sidewalk when sidewalk is less than seven feet wide. 11. See MS 890 forfoundation details. "�7'7Y"/'" Streetlight Conduit and Riser Bend Installation for Service to One Streetlight V (. Standard ective Date: What's Changed? -26-2007 ` 1of3 UGS IV(d)-85 of 106 SOUTHERN GUTORNIA Lj EDISOM An EO(SON INT ERNATIONAL® Company APPENDIX IV(d) Underground Structures Standards Scope CD 175.2 Typical Conduit and Riser Bend Installation for Handhole through Service to Streetlight Standards Figure CD 175-2: Typical Conduit and Riser Bend Installation for Handhole through Service to Streetlight Standards Concrete Footing Precast Concrete or Plastic Handhole 30" 24" (Curb) Conventional Underground State Highway 15" (Sidewalk) 30" Square Conduit or CIC Requirement �- Face of curb or inside edge of sidewalk (property side) Plan Light Standard i 5'(MIN) Flow line Finish Grade F of gutter -1-- 45" (MIN) commercial " or residential for CIC Conduit Riser Bends_ 12" 30" (MIN) below gutter grade for conventional underground conduit Elevation Note(s): 1. Handhole loop through service is used when a two-inch or larger conduit is required. 2. Typical location for streetlight standard: a. With parkway—place behind inside edge of curb. b. Without parkway—place behind inside edge of sidewalk when curb and sidewalk do not exceed 5-1/2 feel in width, or per local inspection agency. 3. A semi-rigid or rigid conduit bend "DB" thickness minimum will be used when a conventional conduit system is installed. See working drawing for size and material. 4. No encasement required unless otherwise specified. 5. In a rigid conduit installation, short lengths of properly coupled conduit may be used to form sweeps of a radius not normally supplied by manufacturers. In trench runs, the maximum deflection allowed will be 1/2 inch for lengths two feet or shorter, and one inch for lengths over two feet. 6. For riser bends, the minimum radius permitted will be 24 inches; for horizontal bends, a minimum radius of 36 inches. 7. A pull rope or pull tape will be installed in each empty conduit. 8. Five-foot clearance to be maintained from fire hydrant. 9. Four -foot clearance to be maintained from top of slope of commercial driveway and two -foot clearance from residential driveway. 10. On state highway, the streetlight centerline location will be six inches behind sidewalk when sidewalk is less than seven feet wide. 11. See MS 890 for foundation details. Streetlight Conduit and Riser Bend Installation for Service to One Streetlight Standard 2of3 What's Changed? V/17V Bctive Date: IV(d)-86 of 106 APPENDIX IV(d) EUD RN UuroIUnderground Structures Standards - EDISON® M EOISON INTERNATIONAL®C m,e y Scope CD 175.3 Typical Conduit and Riser Bend Installation Loop through Service to Streetlight Standards Figure CD 175-3: Typical Conduit and Riser Bend Installation Loop through Service to Streetlight Standards r-- Concrete Footing (See Note 11.) --- q----------- - 30" --- -- ----� — Conventional Underground Conduit or CIC State Highway 130"S I quare► 24" from face of curb or Requirement 15" from inside edge of sidewalk (See Note 10.) I Plan Face of curb or inside edge of sidewalk (property side) Light Standard: Finish Grade Flow Line of Gutter n n 30" (MIN) below gutter grade 45" (MIN) for conventional commercial or See Note 1. underground conduit residential 1 for CIC ¢� 1-1/2" or as specified on working drawing-, 4 I Elevation Note(s): 1. Loop through streetlight service is limited to a maximum of two 1 -1/2 -inch conduits. 2. Typical location for streetlight standard: a. With parkway—place behind inside edge of curb. b. Without parkway—place behind inside edge of sidewalk when curb and sidewalk do not exceed 5-1/2 feet in width, or per local inspection agency. 3. A semi-rigid or rigid conduit bend "DB" thickness minimum will be used when a conventional conduit system is installed. See working drawing for size and material. 4. No encasement required unless otherwise specified. 5. In a rigid conduit installation, short lengths of properly coupled conduit may be used to form sweeps of a radius not normally supplied by manufacturers. In trench runs, the maximum deflection allowed will be one-half inch for lengths two feet or shorter, and one inch for lengths over two feet. 6. For riser bends, the minimum radius permitted will be 24 inches; for horizontal bends, a minimum radius of 36 inches. 7. A pull rope or pull tape will be installed in each empty conduit. 8. Five-foot clearance to be maintained from fire hydrant. 9. Four -foot clearance to be maintained from top of slope of commercial driveway and two feet clearance from residential driveway. 10. On state highway, the streetlight centerline location will be six inches behind sidewalk when sidewalk is less than seven feet wide. 11. See MS 890 for foundation details. proved by:Streetlight Conduit and Riser Bend Installation for Service to One Streetlight I v Gi.YY Standard -26-2007 ` 3of3 UGS IV(d)-87 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-88 of 106 souraean CALIFORNIAAPPENDIX IV(d) EjEDISONm Underground Structures Standards A¢ EDISON INZPRNATIO 0C Ilpouy CD 177 Riser Conduit Lower Terminal (Anchor for Cable Support) Scope CD 177.1 Face of Wall or Recess Riser Conduit Lower Terminal (Anchor for Cable Support) Figure CD 177-1: Riser Conduit Lower Terminal (Anchor for Cable Support) Hot Dip Galvanize After Fabrication )roved by: qd,-// active Date: -26-2007 Single Cable Support Anchor (Steel) Hot Dip Galvanize After Fabrication Double Cable Support Anchor (Steel) Riser Conduit Lower Terminal (Anchor for Cable Support) ` loft UGS IV(d)-89 of 106 ElSOUTHERN CALIFORNIA EDISONO An EDISON L9EER ATIONALO Company APPENDIX IV(d) Underground Structures Standards Note(s): 1. Cable support anchor. May be fabricated from standard weight steel couplings. Remove 1/3 of the threads to permit insertion of standard IPS pipe of same nominal diameter of conduit. Single: Solid weld two six-inch lengths of No. 4 rebar on opposite sides. Double: Solid weld two 15 -inch lengths of No. 4 rebar on opposite sides. Couplings 1-1/2 inches apart. 2. Plastic or H.D.G. Conduit. 3. Transite conduit. 4. Plastic conduit plug. Approved Suppliers: Kerona, Inc. Maydwell 8 Hartzell, Inc. Superior Wholesale Electric Co. Carton Products Corp. IN W CSCO Riser Conduit Lower Terminal (Anchor for Cable Support) 2OT2 Iha ChChanced? Effective Date: 01-26-2007 IV(d)-90 of 106 APPENDIX IV(d) SOOiHERNCAOFORNIA Underground Structures Standards EDISON° An EV/SON/NTERNTIONALOCa Pony CD 180 Blank Conduit Plugs for Vaults, Manholes, and PME and PMH Structures Scope CD 180.1 Blank Conduit Plugs Figure CD 180-1: Blank Conduit Plugs Figure CD 180-1.1: Type 1 Blank Conduit Plug Note(s): 1. Manufacturers: a. Dam -It (2" through 6") b. INWESCO, Inc. (4" and 5") 2. Suppliers: a. Dam -It 14010 Maryton Ave. Santa Fe Springs, CA 90670 b. INWESCO, Inc. 746 N. Coney Ave. Azusa, CA 91702 Figure CD 180-1.2: Type 3 and DC Blank Conduit Plugs Note(s): 1. Manufacturer: Jack Moon Co. 2. Suppliers: a. Jack Moon Co. 5548 Bari Blvd. Bell, CA 90201 V�// I Blank Conduit Plugs for Vaults, Manholes, and PME and PMH Structures Y7 Sheet Effective Date: I What's Chanced? _I of4 01-26-2007 IV(d)-91 of 106 SOV ME CALIFORNIA EDISON® AnMSONLW Rft OONA00ampi, Cal -Duct, Inc. 2522 Lee Ave. South EI Monte, CA 91733 Jensen Precast 14221 San Bernardino Ave. Fontana, CA 92335 Annorcast Products Co. 2900 E. La Jolla St. Anaheim, CA 92806 Note(s): 1. Manufacturer: ETCO 2. Suppliers: a. Jensen Precast 14221 San Bernardino Ave. Fontana, CA 92335 b. Cal -Duct, Inc. 2522 Lee Ave. South EI Monte, CA 91733 c. Maydell & Hartzell, Inc. 6400 Corvette St. Los Angeles, CA 90040 d. Southwest Utility Sales 1222 Normandy Place Santa Ana, CA 92705 APPENDIX IV(d) Underground Structures Standards Figure CD 180-1.3: Type 2 and SF Blank Conduit Plugs Note(s): 1. Each conduit terminated at vaults,. manholes, and PME and PMH structures will be sealed by means of a blank conduit plug to prevent water from entering through the conduit system. 2. Blank conduit plugs, Type 2 and 3, are available in one- through six-inch sizes. 3. Each plug has a place to secure the pull rope or pull tape. The pull rope or pull tape is to be tied securely to the blank plug. 4. Do not use any type of cement when installing plugs. Use installation instructions provided by the individual manufacturer. Type 3 plugs are designed for hand installation only. Blank Conduit Plugs for Vaults, Manholes, and PME and PMH Structures laneer 2of4 I I )roved by: V/1 01-26-2007 IV(d)-92 of 106 WqSOUTHERN C HFORN1A Lj EDISON' An 5D75ON rNTERNAT(ONA Q Company Scope CD 180.2 Conduit Plug and Riser Cap APPENDIX IV(d) Underground Structures Standards Figure CD 180-2: Conduit Plug Type SF Blank Conduit Plug Type DC Blank Conduit Plug Note(s): 1. The SF conduit plug is available in four-, five-, and six-inch sizes; the DC plug is available in one- through six-inch sizes. Each plug will fl types EB and DB conduit. 2. The pull rope or pull tape should be tied securely to the plug. 3. When installing the plug, it is not necessary to use any type of cement. 4. See CD 180 for suppliers. proved by: qi Y7 ective Date: Blank Conduit Plugs for Vaults, Manholes, and PME and PMH Structures ` 3of4 UG IV(d)-93 of 106 APPENDIX IV(d) SOI raERNeAOFORNIA Underground Structures Standards An EDISONF ERDIIALON® Hole for Pull Rope Figure CD 180-3: Riser Cap Riser Cap Note(s): 1. This ABS riser cap is available in four- through six-inch sizes. A plastic strap is welded to the inside of the cap. The pull rope or pull tape should be tied securely to the cap through this strap. 2. This plug should be cemented to the Sch. 80. ABS riser bend stubbed at a pole. It will provide a watertight, tamperproof installation. 3. Manufacturer: Vimar, Inc. This cap is available from: a. Vimar, Inc. 9650 Washburn Rd. Downey, CA 90241 b. Cal -Duct, Inc. 2522 Lee Ave. South EI Monte, CA 91733 Blank Conduit Plugs for Vaults, Manholes, and PME and PMH Structures I""' 4of4 I I V/1 IV(d)-94 of 106 El50UTHERN CALIFORNIA EDI SON® An EDI50N lNT£ANATICNALR Campeny APPENDIX IV(d) Underground Structures Standards - CD 190 Supports for Conduits on Bridges Scope CD 190.1 Exterior Supports — General Fabrication and Installation Guide Figure CD 190-1: Exterior Support — General Fabrication and Installation Guide proved by: V�W/ ecllve Dale: -26-2007 MAX Steel 1-1/2" x 3/ Channel Verb (2) 3/4" Inserts 3"x3 3" x 3" x 3/8" Angles (All) Welded Construction ( ( HDG or Schedule 80 PVC Only Detail of Support Frame Supports for Conduits on Bridges 1 of5 IV(d)-95 of 106 Nq SOUTHERN CAnFORNIA Ej EDISON° M EDISON IWERNATIONAGe C ,op APPENDIX IV(d) Underground Structures Standards --I Note(s): 1. Squares for conduit to be appx. 1/2" larger than O.D. of conduit. 2. See Note 1 (Sheet 4) for weights of materials. 3. See Section 1.0 (Sheet 4) for notes. Figure CD 190-2: Supports for Conduits on Bridges 0. Type A Hanger Type B Hanger (Shown Exposed) (Shown Exposed). Restricted Adequate I/ Clearance Clearance Conduit May be Single or Double Tier (Center Support Required if in Excess of 8 Conduits Total) Figure CD 190-2.1 3" x 3/8" x Req'd. Length 6 -Way Plastic Steel StrapSpacer u- JI a3';er314"" .,..:.rl Channel3/4„ Insert ,.._,I =".,r ..M�/LY 0 Type C Hanger (Shown Enclosed) Floor Mounted I•::7r.V / 3"x3"x3/8" 1 LSteel Angle — Angle as in floor - Weld mounted unit except f without concrete base Not to exceed 3'-0". Use Type -B Hanger when in excess of 3'-0" Figure CD 190-2.2: Type D Alternate to Hanger Support (Shown Exposed) 2of5 1 What's Changed? 1n Supports for Conduits on Bridges &7 Effective Dafe: 01-26-2007 IV(d)-96 of 106 wqSOUTHERN CALIFORNIA Ej EDISON' An EOISONLWMNATIONAL® Company V4,-# APPENDIX IV(d) Underground Structures Standards - Conduit may be single or double bar (center support required if in excess of 8 conduits total) Twisted FB with 5/8" galy insert. May be substituted for vertical insert. 4" MIN A See Note 4. 5/8" Galy. o Insert Typ. N 1 0 00 S Z w See Note 5. 3" x 3/8" FB Typ 3/4" x 1/8" Channel 3" x 2" x 3/8" Figure CD 190-2.3: Type A Details — A — See Note 4. 5/8" Galy. Insert Typ. I See v Note 5. m m o Z 001HN d V Figure CD 190-2.4: Type B Details Prevent Removal Spacer 1/2" Threaded Rod Clamp S.S. or H.D.G. Cat. #SC582-3-69OO 6 -Way Plastic (1-110G) For Spacer, One Piece 6 -Way Spacer, Cat. #IU582-3-1510 5" Conduit OO For 5" Conduit Cored Hole for 1/2" Bolt (24" O.C.) 6"x4"x30" Reinforced Concrete Base Cemented to Floor (See Note 6.) Figure CD 190-2.5: Type C Details Supports for Conduits on Bridges ` 3of5 UGS SCE Public 1 IV(d)-97 of 106 LRM SOUTHERN CALIFORNIA LJ EDISOM M EDISON IMERNATIONALa Company Note(s): 1. Weights for materials: 2. 3" x 3" x 3/8" Steel Angle = 7.2 lbs./ft 1-1/2" x 3/4" Steel Channel = 2.5 lbs./ft 2" x 4" Wood= 1.6#ft Concrete Base = 40# 3. Bolts: 1/2" Dia. = 0.7 Ib/ft 5/8" Dia. = 1.1 Ib/ft 3/4" Dia. = 1.5 Ib/ft 4. See Section 3.4 (Sheet 5). 5. See Section 3.6 (Sheet 5). 6. See Section 3.8 (Sheet 5). APPENDIX IV(d) Underground Structures Standards --I 1.0 Conduit 1.1 For exposed installations - Schedule 80 PVC or standard HDG steel. 1.2 For enclosed installations - (Isolated from public and maintenance crews) Type DB, ABS, or PVC, or HDG steel. 1.3 Conduit configuration to be shown on working drawing. Typical illustrations are fordepicting material required. 1.4 All HDG conduit must be grounded at each end of the bridge crossing. In addition, a ground must be bonded to the conduit on each side of all expansion joints per CD 192 (Sheet 1). 1.5 Following are the dimensions of the minimum opening in bridge abutments forconduit bank entrance and exit. All figures are based on 5 -inch plastic conduit, vertical configuration, and spaced. 4 conduit bank .......... 18" wide by 18" high 6 conduit bank.......... 18" wide by 26" high 8 conduit bank.......... 18" wide by 33" high 10 conduit bank......... 18" wide by 41" high 2.0 Expansion Joints They will be installed (as recommended by the conduit manufacturer and approved by the Company) as follows: 2.1 2.2 HDG steel - At each bridge expansion joint CD 192 (Sheet 1). Plastic - At 200 feet maximum intervals or, if bridge is shorter than 200 feet, one joint per CD 191 (Sheet 1). Supports for Conduits on Bridges ane' 4of5 I I is 6 V/,W- Effective Dale: 01-26-2007 IV(d)-98 of 106 HDG Steel Sch. 80 PVC 4" 10.9 lb/ft 2.8 Wit 5" 14.8 lb/ft 3.9 lb/ft 6" 19.2 lb/ft 5.3 lb/ft 2. 3" x 3" x 3/8" Steel Angle = 7.2 lbs./ft 1-1/2" x 3/4" Steel Channel = 2.5 lbs./ft 2" x 4" Wood= 1.6#ft Concrete Base = 40# 3. Bolts: 1/2" Dia. = 0.7 Ib/ft 5/8" Dia. = 1.1 Ib/ft 3/4" Dia. = 1.5 Ib/ft 4. See Section 3.4 (Sheet 5). 5. See Section 3.6 (Sheet 5). 6. See Section 3.8 (Sheet 5). APPENDIX IV(d) Underground Structures Standards --I 1.0 Conduit 1.1 For exposed installations - Schedule 80 PVC or standard HDG steel. 1.2 For enclosed installations - (Isolated from public and maintenance crews) Type DB, ABS, or PVC, or HDG steel. 1.3 Conduit configuration to be shown on working drawing. Typical illustrations are fordepicting material required. 1.4 All HDG conduit must be grounded at each end of the bridge crossing. In addition, a ground must be bonded to the conduit on each side of all expansion joints per CD 192 (Sheet 1). 1.5 Following are the dimensions of the minimum opening in bridge abutments forconduit bank entrance and exit. All figures are based on 5 -inch plastic conduit, vertical configuration, and spaced. 4 conduit bank .......... 18" wide by 18" high 6 conduit bank.......... 18" wide by 26" high 8 conduit bank.......... 18" wide by 33" high 10 conduit bank......... 18" wide by 41" high 2.0 Expansion Joints They will be installed (as recommended by the conduit manufacturer and approved by the Company) as follows: 2.1 2.2 HDG steel - At each bridge expansion joint CD 192 (Sheet 1). Plastic - At 200 feet maximum intervals or, if bridge is shorter than 200 feet, one joint per CD 191 (Sheet 1). Supports for Conduits on Bridges ane' 4of5 I I is 6 V/,W- Effective Dale: 01-26-2007 IV(d)-98 of 106 APPENDIX IV(d) SOU RNCA1hISON® ORUnderground Structures Standards ED An EOISONINIERNATIONA -Company 2.3 Conduit to be anchored at each expansion joint by solvent welding collars on conduit at each side of hanger support. 2.4 They will be installed per manufacturer's specifications, compensating for ambient temperature. 3.0 Hanger Support 3.1 Supports to be a seven feet maximum spacing for steel conduit, five feet maximum spacing for DB plastic conduit, and ten feet maximum spacing for Schedule 80 plastic conduit. 3.2 Supportsto be hotdipped galvanized afterfabrication. All bolts, studs, nuts, and soforth, to bestainless steel. Hardware for attaching Type "C' hangers (bolts, studs, nuts, and so forth) may be hot dipped galvanized. 3.3 Exterior supports to be located on down -stream side of bridge. 3.4 Dimensions "A" and `B" to be determined from type, size, and number of conduits installed. Supports should be loose enough to allow conduit to expand and contract with temperature changes. 3.5 Peen, center pench, or spot weld at thread line of all bolts to lock nuts in place. 3.6 Squares that enclose conduit in supports should be approximately one-half inch larger than the O.D. of the conduit. 3.7 Mounting surface for a Type "C hanger will be cleaned by sandblasting or other equivalent methods. 3.8 Epoxy for attachment of concrete or polymer concrete (RPM) base to be Indoco No. 2104, BW Epoxy binder. 3.9 Spacer,epoxy, and clamps available from ArmorCastProducts, Inwesco,Inc.,and Maydwell&Hartzell, Inc. Type "C" concrete base available from Utility Vault and Jensen Precast. Type "C" polymer concrete (RPM) base is available from Armorcast Products. 3.10 Bridge inserts will be galvanized. 3.11 Slight variation allowed if approved by UG Planning Supervisor. 3.12 Steel support hangers are available from Armorcast Products and Inwesco Inc. V/1W I Supports for Conduits on Bridges I""" 5of5 I I SCE Public IV(d)-99 of 106 This page Intentionally left blank. APPENDIX IV(d) IV(d)-100 of 106 SOUTHERN CALIFORNIA EDISONo Ah EDISONINTERNATIONAV® mpu CD 191 Expansion Joint for Plastic Conduit Scope CD 191.1 Expansion Joint for Plastic Conduit APPENDIX IV(d) Underground Structures Standards Figure CD 191-1: Expansion Joint for Plastic Conduit 36" Solvent weld at joint nearest to �3"MIN 22" bridge abutment , 4" MAX Abutment 3evel ends of conduit Do not solvent weld Minimum sleeve wall thickness for: A. Solvent Weld B. 100' 100' 11 MAX MAX Abutment Enclosed Installations .170" for 4" dia. .190" for 5" dia. 200" for 6" dia. Exposed Installations .337" for 4" dia. .375" for 5" dia. .432" for 6" dia. Solvent Weld 100' 200' MAX 100' Solvent Weld Abutment MAX MAX f Abutment LFloating Section Expansion Joints Typical — Anchor Point See Note 6. Solvent Weld Typical Floating Section Abutment Note(s): 1. The expansion joint is a length of coupling stock extruded from the same material as the conduit that it joins. 2. The mating ends of conduit will be beveled to provide a smooth transition within the joint. 3. The expansion joint will be solvent welded three to four inches onto one end of the conduit. 4. The mating end of the conduit will then be positioned 22 inches into the free end of the expansion joint. Do not solvent weld. 5. Install all expansion joints at the midway point between conduit supports so the maximum distance can be maintained from all spacers, supports, or straps. 6. Install the expansion joint within 100 feet of the bridge abutment per CD 190. When only one expansion joint is required, do not anchor the expansion joint or conduit. When two or more expansion joints are required, each section of floating conduit must be anchored at mid -point between the expansion joints to prevent excessive longitudinal movement. Conduit to be anchored by solvent welding collars at each side of hanger support. Pi.11/ -26-2007 Expansion Joint for Plastic Conduit I""" 1 of 1 1 I IV(d)-101 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-102 of 106 El SO" rHERN CALIFORNIA EDISON® M EDISON INTERNATIONAL® Company CD 192 Expansion Joint for HDG Conduit on Bridges Scope CD 192.1 Expansion Joint for HDG Conduit on Bridges APPENDIX IV(d) Underground Structures Standards Figure CD 192-1: Expansion Joint for HDG Conduit on Bridges Approx, 4" Gland Approx,� Body 2" Lead Wool HDG Q Bushing Reducer Coupling Gland Nut Sleeve �j HDG Conduit + F HDG Conduit DUO 0 0 0100 olio Copper Ground Strap, Equivalent to No. 6AWG. Ground Straps and Clamps (Purchase with Expansion Joint) Note(s): 1. The expansion joint is used in long HDG conduit runs to permit linear movement caused by thermal expansion and contraction. 2. Fitting permits four inches of conduit movement. 3. Expansion joint to be installed at each bridge expansion joint per CD 190. 4. Suggested suppliers: Graybar Electric Co., Calif. Wholesale Electric. 5. Protect cables by de -burring conduit ends prior to installation in the expansion joint. 6. See CD 191 for installation. proved by: q�'7/ -26-2007 Expansion Joint for HDG Conduit on Bridges 1 of 1 IV(d)-103 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-104 of 106 MSOOTHEN CALIFORNIA EDISON® An 31I101 (N]ERNATIONAL® C-1— CD 197 Conduit Mandrels — Type I and Type III Scope CD 197.1 Conduit Mandrels — Type I and Type III APPENDIX IV(d) Underground Structures Standards Figure CD 197-1: Conduit Mandrels — Type I and Type III r I I I -------------- � I A O I— ----- ------ -- � I � I � I I /VY1IF18[4=*" INWESCO, Inc. 746 N. Coney Ave. Azusa, CA 91702 Armorcast Products Company 2900 E. La Jolla Rd. Anaheim, CA 92806 Polestar Industries 2058 N. Mills Suite 220 Claremont, CA 91711 proved by: Q/1# -26-2007 `1/8" min. wall alum or steel tubing Table CD 197-1: Conduit Mandrels Data 1/4" MIN dia. rod with eye on each end. Must be free to turn. Inside Radius— 3/8" MIN Ends closed with 1/8" min. thickness alum, or steel -welded all around Nominat Conduit Size Dimension "A" Type lat Type Ilbt 2" 1-3/4" 1.500" 3" 2-3/4" 2.375' 3-1/2" 3-1/4" — 4" 3-3/4" 3.400" 5' 4-3/4" 4.400" 6" 5-3/4" 5.263" al Type I mandrels are used in EB -20, DB -60, DB -100, DB -120, and Sch. 40 plastic conduits. b� Type III mandrels are only to be used in Sch. 80 plastic conduits. Conduit Mandrels — Type I and Type III 1 of 1 10. IV(d)-105 of 106 This page intentionally left blank. APPENDIX IV(d) IV(d)-106 of 106 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) APPENDIX V REFERENCE DETAILS 0 w a to-1 �/� w 'u1s ^ y wad¢¢ ZO 8� Q �w awryaa w m� &d o 00 �2Z gggggg L � � awgm d $ dW 4asp .o ko a� €se _ 8 Bggm€W eo -- -- re„-# SVA- Ha d= jl ii 1 1117 $g_w z gid. �11111lt =�l 11 llb�tl o R�w �clliliti l lA-1t � y m<llliil x ill llIail s lli�ll�il iIIilII o till � � ililli � � ill � lilli it � l 111 it e W � l l i� Z aI e 5 11-4 111 till llliis gq llllti” - � ill. liliilll i s�-;lillll a ill - lLll�lll �� P;iilllti ill llllii ll lt�llilll g ill it � � ,' 11E�lilli _� 111 li��lilll "s c _ _ _ illtl l d � O IN u g � ail 4 h �Io boast • �ighting & nasion p • • : � • � • , www.5outhCoastLighti ng.com traditional Series Light louver Painted to match cont see Color ch • AGGREGATE COLOR TO MATCH SEE COLOR CHART • CONSISTANT FAMILY DESIGN • BOLLARDS USED FOR SECURITY DETERRANTS Lighted Bollard 42" A chair eyelet option: Non Lit Bollard 42• APPENDIX V(b) Choose from many different light fixtures, contact your South Coast Lighting Salesmen for ideas. 10' - 15, Manufactured by KING / STRESSCRETE GROUP see Spec pages for info 1391 CALLE AVANZADO SAN CLEMENTE, CA. 92673 SouthCoastLighting.com Phone 949.276.8850 Fax 949.276.8855 (b)-1 of 11 The Americana Series TITIN �f •` r ti' 3 a' a .. 1 OR` I'lli � x '¢. 9 � v;r .1�.aams.• '.r."� �"Bad TI4E UNIVERSITY OF f F Q U N D F D 1 8 73' t4 2— � A Yp Irtyk r I e x Specifications Details* *For bollard catalog Information please seethe bollard section in the King Luminaire catalog or vat ourwebsde at wew'.kingluminaira.ocm How to Catalog for Traditional Concrete Pole Pole Style Finish Footing Details KD E—Etched Finish DB—Direct Buned FBP —Flush Baseplate SBP — Stub Baseplate Neight Color** Tenon tPust lap Mounq 5'-18' 10—Midnight Lace SpeciryTenon Size 11— Eclipse Black 30—Salt&Pepper For example 14030/30 40— Pearl Gray = 2 7/8" OD & 3" long 90— Saluki bronze ' Consult music for full listings. ** See decor colors on page 2 for full selection of colors. —Ant) Greeds Coating is extra, corcuefactory for more details Footing Details Direct Embedment (Simple and Cost Effective) 1. Auger the setting hole. 2. Set pole in hole and plumb straight. 3. BacldilP with required backfill tamping every 4" to 0'. Baseplate Option 1: FBP Hm-third galuanistl baeisalate 14' " 14'x14"x314" Scu wue Access Hole l4p/a"x1-eNa LSI an e 16' Debater ".m Batt Cimle Typicelry pole is: et 2" 3"belm lime 1e Nae enebabolls *Geaselgthe excavated material can be used for haddit, In so -re situations better backfill maybe required. AnW (Pendant Mount) KA15 — Bishops Crook KA16 — Florentine KA30—Scroll Ami KA40 — Mini Scroll Arm KA69 — Jefferson Arm KA75 — Santiago Arm Coating NA -Non Acrylic A —Acrylic AG—Anti Graffill Coating"'" Options* DR— Duplex Receptacle GH — Ground Fault Duplex Receptacle SR -1 Outlet LRN — Ladder Rest BPC — Base Plate Cover AB—Anchor Bolts BA—BannerAmxs FH —Flag Holders Baseplate Option 2: SBP 9-3/q" 1 -1/4"x1 -IM slolsma 1412'o 6 C. 2-1/2x5 wiring 1312' SOH Hole @�W�Q�Ij APPENDIX V(b) "G" Pole height above grade „A" *B" aperture 18" below grade O Typical Pale Cross Section 412I" Lighte n n Nonlighted bollard wvvw.Stre SSCrete Group.coM www.StressCretecom" www.KingLuminalre coni 36 V(i of 11 Han 9-3/q" coveplafe rplate 13" O 2-1/2x5 wiring *B" aperture 18" below grade O Typical Pale Cross Section 412I" Lighte n n Nonlighted bollard wvvw.Stre SSCrete Group.coM www.StressCretecom" www.KingLuminalre coni 36 V(i of 11 APPENDIX V(b) Pride in our people. Pride in our product. StressCrete is the registered trade mark of StressCrete Ltd., an Ontario corpora- tion and StressCrete Ina.; an Alabama corporation. StressCrete poles have been in use throughout North America since 1953 ® s M. It is our objective to use the most advanced technical knowledge avail- able, plus state of the art equipment to manufacturethe highest qualityproduct possible It is also our goal to offer our customers the highest level of service and technical backup possible Our product is available through an experienced and well educatedteam of manufacturers' agents who service utility, contractor and distributor accounts. Our product is a centrifugally cast rein- forced concrete pole; commonly referred to asa"Spun Pole.. If corn bines elegance with durability and surpasses most other materials in economy. tt meets the CSA and ASTM standards forspun concrete pole% as well as our own specifications which are more demanding. The spin- ning process introduces qualities into the concrete which cannot be obtained by more conventional casting methods. It provides a higher density and greater strength concrete which is more resistant to freeze -thaw and scaling by de-icers. As well, the centrifugal casting process automatically forms a hollow raceway Production is geared to your order specification and delivery requirements. Poles are readily available in a full range of lengths, strengths, colors, finishes and cross-sections for a multitude of uses such as lighting, power distribution, transmission, traffic, traction and communications towers. Most poles may be equipped with steel base plates for flush mounting installation% although direct embedment is the norm. inside the pole thereby providing a smooth conduit for electrical cables. All our poles are custom made, what. everthe design. An individual work order StressCrete is issued to the plant, a copy is sent to the customer and one held in our files. GT -3 of 11 APPENDIX V(b) Scope These specifications apply to the manufacture of centrifugally cast prestressed and/or reinforced concrete poles. Design Poles shall be designed to meet AASHTD-LTS-4, 2001 loadings for highway and sportslighting poles and to ANSI loadings for distribution poles. Coarse Aggregate Materials Shall be clean washed limestone or granite with a maximum size of 3/8", so graded as to achieve optimum quality in the finished product and shall conform to ASTM -C33. Fine Aggregate Shall be clean washed concrete grade pit sand free of clay and other deleterious matter and shall conform to ASTM- C33. Cement Shall be high early strength, equal to ASTM C-150, Type 1 or Type 3 and CSA Type 10 or Type 30. Admbotures Water reducers, retarders or accelerating admixtures shall conform to ASTM - C494. Water Shall be free of acids, alkalis and organic materials. Steel Prestressing steel reinforcement shall conform to ASTM A416 and CSA G279. Deformed reinforcing bars shall conform to ASTM A615, and CSA G30.12. Helical Reinforcing wire shall conform to ASTM A82 and when applicable have a hot dipped galvanized coating as per ASTM A641, Class 3. ColorPigmems Where used shall be non -fade iron or chromium oxides. Hardware Al I fasteners must be stainless steel, hot dip galvanized as per ASTM Al 53 or zinc alloy as per AC41A. All structural steel shall be hot dip galvanized in accordance with ASTM Al 23 and shall conform to ASTM A36. Manufacturing Poles shall be prestressed and/or reinforced concrete with dimensions, tapers and cross-sections as shown in the catalog. The concrete used shall achieve a minimum 28 day compressive strength, of 8,000 psi. Poles shall be steam cured to a 3 -day strength, and thereafter stored under cover for 72 hours at a minimum temperature of 50 degrees fahrenheit(10 degrees celsius). In areas subject to frequent freeze/thaw conditions an air entrainment admixture shall be used to produce a 5-8% air content in the mix. The steel cage shall be positioned in the mold by means of plastic spacers to ensure a minimum concrete cover over the longitudinal reinforcing steel of 5/8". Only steel molds shall be used, and concrete shall be compacted by the centrifugal spinning h process. Prestressing steel reinforcement shall be stressed to a maximum of 70% of their ultimate rapacity, and shall not be released until a minimum compressive strength of 3,500 psi has been achieved. i APPENDIX V(b) Onality Control A production drawing shall be provided for each type of pole manufactured, and a quality control technician shall approve each stage of manufacture before proceeding to the next A concrete cylinder test shall be performed for each 100 cu. yds. of concrete poured. A final qua I ity control check shall be carried out on each pole after manufacturing is completed. All quality control procedures shall be mandated in a written manual and be available for inspection. Standard All lighting poles shall be provided with a fish wire to facilitate cable installation. A Accessories 18 copper ground wire shall be supplied inside the handhole. Handholes shall be box type, of non-metallic, non-conductive injection molded material and shall be supplied with a close fitting inset cover of the same material. Up to 8 holes, cable entrance and U(G wiring aperture shall be provided. Ali Decor Series poles shall be coated Woe with a waterproof beathing membrane of methyl methacrylate. Optional • Decorative Aluminum fin caps. Accessories • Silan6 X75, an invisible protective coating on mold finished poles, for use in high roadside corrosive environments. This is not a silicone but a sophisticated silane base coating. • Extra holes, apertures and handholes as well as non-standard sizes. • GFI electrical receptacles. • Steps, safety cables for sportslighting poles. • Banner Arms, ladder rests and flag holders. 4 Base plate mounted poles shall be supplied with one template drawing indicating bolt drele. • Base plate covers and nut covers. • Lighting rod. Handling and Transportation, site handling and erection shall be performed by qualified personnel Erection with equipment and methods that are in accordance with industry practices. Detailed information on above ran be found in the General and Technical section of our catalogue or by contacting one of our offices. StressCrete V(b)-6 of 11 r.T_,� FSC=� o -.2 _ mW F ��Ecc � o 5 APPENDIX V(b) 1.�8 M 1 SOUTH COAST LIGHTING & DESIGN I 1391 CALLE AVANZADO SAN CLEMENTE, CA. 92673 m m UN O -.2 �a as a. � o 5 m C mo a U U ¢ C m V o E y U g �4� o o— it E a m °dj w m m m� h O N E cJ>�3 n_�`n`40� i f") lyD J N S C S Z cv of v ryZ, v -OiO pV T M- �%N 1.�8 M 1 SOUTH COAST LIGHTING & DESIGN I 1391 CALLE AVANZADO SAN CLEMENTE, CA. 92673 m m UN O For almost all applications of spun concrete poles such as streetlighting, sports lighting and power distribution, the theoretical load is applied near the pole tip. Because of this most poles are selected by tip load computation. In order to simplify ordering and cataloging, we have grouped our poles according to alphabetical classes, with a class being defined as minimum ultimate transverse load applied 2 ft. down from the pole tip. All poles which can sustain the same tip load have the same class. The ground line moment capacity, depends on the pole length, since that moment is the product of the ultimate load and the distance between the point of application (2 ft. from the tip), and the ground line. The table shown summarize the concrete classes. 56 68 62 Y 2 C C 1� ` 68 YUKON 1JiJ 7ERRI TORY, BRITISH I COLUMBIA 528 ALBERTA NUNAVUT / 68 62 j APPENDIX V(b) Concrete Pole Classification Claes 0esi8mUs8 -Minimum uaimate Tmneserse load ors) (KN) Minimum Ultimate Tampae Ift.•Ihs) (KN -M) AA 450 29 400 01 At 600 2.7 B0 01 A son 2.7 1800 2.4 0 eon 4.0 2100 3.6 c 1200 5.3 .4800(min) 6.41mini 0 1506 6.7 E 1900 9.5 ewe E 2400 10.7 e 3000 133 H 370 10 J 450 200 K 5400 24.0 1 6400 285 M 7500 334 N8700 387 0 49000 44.5 75 81 0 3761 61 75 56 56 sssaeru¢K 2) 55 MANfTOBA Gallg2 75 6 52 56 62 68 62 56 62 56 ONTARI❑ 2 QUEBEC 52. 52 87 175 62 5 56 Note: 56 �56 56 Maximum EPA charts shown in this catalog have been computed using load factors, height factors, coefficients 6 62 of drag and 3 second wind gusts specified in AASHTO LTS-4 2001. Values in the above Canadian map are hourly mean wind speeds in mph, which are less than 3 second gusts. Therefore, all wind speeds shown above are to be multiplied by a factor ff of 1.32 in order to utilize the StressCrete Maximum EPA values. (e.g. map shows 62 mph, 62 x 1.32 = 81.84 mph) The values shown are hourly mean wind speeds in mph at 10 in (32.8') above ground for terrain roughness category B. This map is used with permission of Canadian Standards Association. Material is reproduced from CSA Standard 022.3 No. 1-01, Overhead systems which 8. is copyrighted by Canadian Standards Association, 178 Aexdals Blvd., Toronto, Ontario, MBW tA3. While use of this material has been authorized, CSA shall not be responsible for the manner in which the information is presented norforany Interpretations thereof. V(b)-8 of 11 APPENDIX V(b) As an industry, we recognize there area few occasions when various design criteria dictate the use of base plates despite cost disadvantages. We would be pleased to discuss your requirements for this type of pole, based on our experience of many past installations. 11 iR' SQUARE 1' CHAMFER CDIAMETER OF POLE ATBASE 1hj' ACCESS HOLE TO 1 CABLE RACEWAY 7/8'x 1314' SLOT FOR 3/4'x 27" ANCHOR BOLT(55,000PS1 MIN. YIELO)' 2" 4112' SDUARE DIAMETER OF POLE AT BASE \ACCESS HOLE TO C CABLE RACEWAY 11/4" x 1 1/TSLOT FOR 1" x 36' ANCHOR BOLT155,000 PSI MIN. YIELDM I � I Typal TYPE I IS USED FOR ROUND &TAPERED SQUARE POLES UP TO 20' IN LENGTH, HEXAGONAL UP TO 25'& OCTAGONAL UPTQ 30'. Type 11 TYPE 11 IS AVAILABLE FOR POLES UP TO 4V IN LENGTH ON ALL CROSS SECTIONS AS LONG AS THE POLE BUTT IS LESS THAN 14'. 16' SQUARE DIAMETER OF POLE AT BASE ACCESS HOLE TO CABLE RACEWAY 11/4'x1 IJ2' SLOT F03 V x86' ANCHOR BOLT (55,000 PSI MIN. YIELD)' Type V TYPE V IS AVAILABLE FOR POLES UPTO40' IN LENGTH ON ALL CROSS SECTIONS WH ERE THE POLE BUTT IS GREATER THAN 14'. 'IF ADVANCE SHIPMENTOFANCHOR BOLTS IS BEQUIHED, FREIGHT WILL BE PREPAID AND BILLED. * Please see Ornamental Pole section for Americana baseplate options. E I- StressCrete V(b)-9 of 11 v w��No �3oW � LQ Woo�� ct: t Lua�Q� � uiw U w QZ°'3 MM. mm KN < mm m© e m v o w v w��No �3oW � LQ Woo�� ct: t Lua�Q� � uiw U w QZ°'3 MM. mm KN < mm m© FLAG HOLDER EXHIBIT i Wall APPENDIX V(c) V(C)-1 of 1 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PARK AVENUE BRIDGE (REPLACEMENT) OVER GRAND CANAL CONTRACT NO. C-6155 (R -6062-S) APPENDIX VI CONSTRUCTION ROUTES EXHIBIT k,