Loading...
HomeMy WebLinkAboutC-8722-1 - Concrete Replacement Program (FY2021-22)CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fax newportbeachca.gov May 10, 2023 Grigolla & Sons Construction Co. Inc. Attn: David Grigolla 627 W. Allen Ave. San Dimas, CA 91773 Subject: Concrete Replacement Program — C-8722-1 Dear Mr. Grigolla: On May 10, 2022, 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 May 11, 2022, Reference No. 2022000177114. The Surety for the contract is Harco National Insurance Company and the bond number is 0806205. Enclosed is the Faithful Performance Bond. Sincerely, �r Leilani I. Brown, MMC City Clerk Enclosure r THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT AMOUNT FAITHFUL PERFORMANCE BOND As bond was issued in two (2) original counterparts The premium charges on this Bond is $ 9,069.00 , being at the rate of $ 22.80 / $1 s.6a / $9.12 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Co., Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of the following: distributing door hanger notifications; placing "No Parking" signs and traffic control; removing trees, stump grinding, root removal and grading removal area; saw cutting concrete sidewalks, driveways, alley approaches, access ramps; cross gutters, curbs and gutters; removing, shaving or pruning tree roots, grading, clearing and grubbing; placing and compacting crushed miscellaneous base; constructing new concrete sidewalks, driveways, alley approaches, access, ramps, cross gutters, curbs and gutters; restoring private improvements including damaged bricks and synthetic turf; installing grass turf as necessary to match existing; providing temporary access during construction; constructing a new concrete block slough wall with brick cap at Lido Park; removing and constructing new drain inlets at Lido Park; constructing new PVC drain pipe at Lido Park; painting new and existing walls at Lido Park; and removing and salvaging concrete trash can at Lido Park 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 Harco National Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport. Beach, in the sum of Six Hundred Forty Four Thousand Three Hundred Ninety Dollars and 001100 ($644,390.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, tobekept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, orfails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, Grigolla & Sons Construction Co., Inc. PageB-1 as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time; alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work onto the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following thedateof 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 1st Griaolla & Sons Construction Co., Inc Name of Contractor (Principal) Authorized Signat Harco National Insurance Company l Name of Surety Authorized Agent Signature 2400 E. Katella Ave., Suite 250, Anaheim, CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTO NE 'S OFFICE Date: // /0 2/ By: _ ron C. lay k6,11' 7-✓ City Attorndy Dwight Reilly Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Co., Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validittof that document. State y California County /�J ) County of _ On before me, c;'1 1/t 7� /� (insert name and title of the officer Personally appeared PA01 46014A LG/1 ! 0741 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(*) is/sm subscribed to the within instrument and acknowledged tome that he/eheftsy executed the same in his/henUmW authorized capacity(w*, and that by his/kafteir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(e) 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. 7 - STELLA GRIGOLLA Notary Public • California Los Angeles County '` Commission k 2273640 40My Comm. Expires Dec 31, 2022 ' Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies); and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of Orange ) ss. On November 1st , 20 21 before me, Melissa Ann Vaccaro Notary Public, personally appeared Dwight Reilly 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. l certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. =Nb VACCAao 241394 nWITNES my han nd offici I SEaI. -California uOUNTYs May 12, 2022 Signature Melissa Ann Vaccaro (seal) Grigolla & Sons Construction Co., Inc. Page B-3 ( POWER OF ATTORNEY ( Bond No. 0806205 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, BEN STONG, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, R. NAPPI Orange, CA their true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2019 STATE OF NEW JERSEY STATE OF ILLINOIS County of Essex County of Cook Kenneth Chapman Executive Vice President, Harm National Insurance Company and International Fidelity Insurance Company On this 31 at day of December, 2019 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. J Shirelle A.Outley a Notary Public of New Jersey My Commission Expires April 4, 2023 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my band on this day, November 1st, 2021 Irene Martins, Assistant Secretary July l5, 2022 Grigolla & Sons Construction Co. Inc. Attn: David Grigolla 627 W. Allen Ave. San Dimas, CA 91773 Subject: Concrete Replacement Program - C-8722-1 Dear Mr. Grigolla: On May 10, 2022, 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 May It, 2022, Reference No. 20220001.77114. The Surety for the bond is Harco National Insurance Company and the bond number is 0806205. Enclosed is the Labor & Materials Payment Bond. Sincerely, L,eilani 1. Brown, MMC City Clerk Enclosure THE FINAL PREMIUM IS This bond was issued in two (2) PREDICATED ON THE original counterparts FINAL CONTRACT AMOUNT EXHIBIT A CITY OF NEWPORT BEACH BOND NO.0806205 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Co., Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of the following: distributing door hanger notifications; placing "No Parking" signs and traffic control; removing trees, stump grinding, root removal and grading removal area; saw cutting concrete sidewalks, driveways, alley approaches, access ramps, cross gutters, curbs and gutters; removing, shaving or pruning tree roots, grading, clearing and grubbing; placing and compacting crushed miscellaneous base; constructing new concrete sidewalks, driveways, alley approaches, access, ramps, cross gutters, curbs and gutters; restoring private improvements including damaged bricks and synthetic turf; installing grass turf as necessary to match existing; providing temporary access during construction; constructing a new concrete block slough wall with brick cap at Lido Park; removing and constructing new drain inlets at Lido Park; constructing new PVC drain pipe at Lido Park; painting new and existing walls at Lido Park; and removing and salvaging concrete trash can at Lido Park in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, __ Harco National Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Forty Four Thousand Three Hundred Ninety Dollars and 00/100 ($644,390.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Grigolla & Sons Construction Co., Inc. Page A-1 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 1st day of Novem 20 21 . Grigolla & Sons Construction Co., Inc. _ Name of Contractor (Principal) Adthoftzed Signat Olw',rlCa✓'� so a� ear `jp�rQ�� Harco National Insurance Company Name of Surety uthorized Agent Signature 2400 E. Katella Ave., Suite 250, Anaheim, CA 92806 Address of Surety (714)602-9170 Telephone APPROVED AS TO FORM: CITY ATTORNEY,'S OFFICE Date: By:—.:_._ Aaron C. Harp Clty Attorney Dwight Reilly, Attorney -in -Fact _ Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Co., Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or valid of that document. State yL- f California / __J) Count of �3 f7""/"( /5 On ( of before me, �� (!/e,,6 01 �%r�1 it/o1,ey �I ezI, y (insert name and title of the off r) personally appeared fLVI &_Z, who proved to me on the basis of satisfactory evidence to bete person(*) whose amen) isFste subscribed to the within instrument and acknowledged to me that hel*y executed the same in his/lr authorized capacity(im), and that by his/Bair signature(w) on the instrument the person(*), or the entity upon behalf of which the person(*) 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._ 9TELLA GRIGOLLA v P •blic California Los A ige.os County Commission„ 2277640 My Comm. Expires Dec 31, 2022 �' Signature (peat) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On November 1st _ , 20 21 before me, _ Melissa Ann Vaccaro Notary Public, personally appeared Dwight Reilly _ 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 th_e fore o n. paragraph is true and correct. n ef,is ,a nNn vnccnno OMM II 241,594 ` <. ,� id¢niy rubric-Onllfomia rc WITNESS my hand and official seal. 4` UR/W<f COUNTY n _ :%'Y �NiY1;iwa..nVnFls PAiry L.�2U7,2 Signature Melissa Ann Vaccaro (seal) Grigolla & Sons Construction Co., Inc. Page A-3 POWER OF ATTORNEY Bond No. 0806205 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, BEN STONG, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, R. NAPPI Orange, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duty executed and acknowledged by their regularly elected officers at their principal offices, This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2019 uTy DOE 'KP(�p STATE OF NEW JERSEY STATE OF ILLINOIS : �0. oavoryr+;gyp": VQ SkA��'" Yn County of Essex County of Cook c k i• SEAL '0oO t ' lost o : z$: y o :uby'•.2GNOvg:�A�= IER a3" Kenneth Chapman Executive Vice President, Hance National Insurance Company ••••• and International Fidelity Insurance Company On this 31s1 day of December, 2019 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. +p+"'""'•�. �E AO IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, ......... ,,Oj` New Jersey the day and year first above written. t. Au000 :• (� rJ�. W OEVie �•+�` Shirelle A. Outley a Notary Public of New Jersey "I, .... u` My Commission Expires April 4, 2023 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Aro; ney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Altorrey has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand oa ;his day, November I st, 2021 A00835 Irene Martins, Assistant Secretary Batch 13926750 Confirmation Page 2 of 4 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIII III NO FEE +$ R 0 0 1 3 7 2 5 3 8 2 5 202200017711411:28 am 05111122 227 RW9A 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 Grigolla & Sons Construction Co., Inc., San Dimas, California, as Contractor, entered into a Contract on October 26, 2021. Said Contract set forth certain improvements, as follows: Concrete Replacement Program - C-8722-1 Work on said Contract was completed, and was found to be acceptable on May 10, 2022, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Harco National Insurance Comoanv. n m City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. n Executed on !may at Newport Beach, California. Wd https://gs.secure-recording.com/Batch/Confirmation/I 3926750 05/11 /2022 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 Grigolla & Sons Construction Co., Inc., San Dimas, California, as Contractor, entered into a Contract on October 26, 2021. Said Contract set forth certain improvements, as follows: Concrete Replacement Program - C-8722-1 Work on said Contract was completed, and was found to be acceptable on May 10, 2022, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Harco National Insurance Company. BY C City of Newport Beach 1y/=1:iIaCya111IIs] . I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ►VV/UUI 11, �P14-- at Newport Beach, California. BY A AMA. , Q-0, City Clerk -- 1. w CITY OF NEWPORT BEACH NOTICE INVITING BIDS C/Tr10l r4 Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 30th day of September , 2021, at which time such bids shall be opened and read for CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 $662,600 Engineer's Estimate c Approved by ' James M. Houlihan puty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: hftp://www.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" or "C-8" For further information, call Patricia Carpenter, Project Manager at (949) 644-3344 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONSTO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIALPROVISIONS............................................................................................ SP-1 2 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. 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. 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 ta the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive) A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to 4 provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written � statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the S1413z A - Contractor's License No. & Classificatior DYM I--NO(DI301202- DIR Registration Number & Expiration Date Grigolla & Soars Cont. Co. INC Bidder 5 Date Bond No. CSBA-18726 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Amount Bid Dollars ($10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CONCRETE REPLACEMENT PROGRAM, Contract No. 8722-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 17th day of September 2021. y Gri olla & Sons Construction _ �' ri C Corp, q uctlon Co__._I.nc_. Name of Contractor (Principal) Authoriz S ature/Title Harco National Insurance Company Name of Surety 2400E Katella Ave. Suite 250, Anaheim, CA 92806 Address of Surety (714)602-9170 Telephone Signature Shaunna Rozelle Ostrom Attornev-in-Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 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 Califo9rnia Countv of GfJS SS. 4VIA On r 20 0X/ before me Notary Public, personally appeared - who proved to me on the basis of satisfactory evidence to be the person(-0whose name(s) is/zp- subscribed to the within instrument and acknowledged to me that he/sbeftey executed the same in his/hen*feir, authorized capacity(ts.), and that by his/ham signatures/6) on the instrument the person(t, or the entity upon behalf of which the person(A) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. *My STELLA GRIGOLLA Notary Public • California WITNESS my hand and official seal.LaSAngelesCountyCommission # 2273640 Comm. Expires Dec 31, 2022 Signature / `.11 (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) Thumbprint of Signer X Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of Orange } ss. On September 17th , 2021 before me, Melissa Ann Vaccaro Notary Public, personally appeared Shaunna Rozelle Ostrom 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. MELISSA RNN VACCARO COMM. #i2241394 M WITNESS my hand and official seal. _ < Notary Public -California ORANGE COUNTY LL MY Comm. Expires May 12, 202j Signature Melissa Ann Vaccaro (seal) 8 POWER OF ATTORNEY Bond No. CSBA- 18726 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, BEN STONG, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, R. NAPPI Orange, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2019 ,,.:+:,,,, ` SNS(t ' t�u(� STATE OF NEW JERSEY STATE OF ILLINOIS tiCi 0ptRUAgp gay County of Essex County of Cook, 4 . SEAL SEAL no taaa JE r: >, Kenneth Chapman _�;,•'� Executive Vice President, Harco National Insurance Company �'"'•"'' and International Fidelity Insurance Company On this 31 st day of December, 2019 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. '"'`��, IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, A-.4Uj'�. New Jersey the day and year first above written. `Q• •• bxP. ob• •• � � R, ons 62 0.1141't' JE1a0 Shirelle A. Outley a Notary Public of New Jersey �• ti �. My Commission Expires April4, 2023 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, September 17th, 2021 A00835 Irene Martins, Assistant Secretary City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Grigolla & Sons Cowt. Co. INC. Bidder Authors d g tur %Title E City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. GHgolla & Sari Coast. Co. INC. Bidder's Name FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/NumberAmW C,cSnel'ele, 1 1 ikyl/ cq, Project Description Cowilk Wa l ak" ry-p. Approximate Construction Dates: From 0 To: ipwnse Agency Name Contact Person ft &5C akAeAk_) Telephone fj) —] �2 3772 3 Original Contract Amount $Jft,ODD Final Contract Amount $ Jr`,� V)UYvm M t'TU1C If final amount is different from original, please explain (change orders, extra work, etc.) NIA 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. 06 10 No. 2 Project Name/Number ter, Project Description Z' e_ 4,-VeoVxa Cyr cre�e- i V1 rgzn1c,..kZ �aets Approximate Construction Dates: From -7 202 To: $'Z02-( Agency Name Contact Person ft b � Telephone - ( (o ' 12.2-9 Original Contract Amount $ZWi.3W Final Contract Amount $ 3 toi, S If final amount is different from original, please explain (change orders, extra work, etc.) Oky)Y ors male UD41e Cal ffwjl� 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. Wo No. 3 Project Name/Number M Project Description =)!5koaT1t ! Y1rg t��iC�E'! 9(L C l.Wb "f Approximate Construction Dates: From `t 202.( To: W2QZ( Agency Name liL.f D� 1' f&zti�Z_ Contact Person V_e_60 V(P( 1' ` Telephone (2 —]�' Original Contract Amount $ � Final Contract Amount $ 173, lb%q -(08 If final amount is different from original, please explain (change orders, extra work, etc.) M 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. li 11 No. 4 Project Name/Number Project Description ' JI �P— obnaw, Approximate Construction Dates: From 31 To: 51ZL4Q-0 Agency Name Contact Person Telephone 00 j R`t-SD 54 Original Contract Amount $�'1�q8LFinal Contract Amount $ 213,SM 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 IZE-1 OZ-A61�1� Approximate -C--o-n-struction Dates: From �U VZ0 � GI' To: Agency Name �► -�JY\ u%Rea Exhflg Contact Person Y1 �S t Telephone , � Original Contract Amount $ Final Contract Amount $ 302-1305. �U 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. 06 12 No. 6 Project Name/NumberV Project Description Approximate Construction Dates: From Agency Name W 12 To: k I aol cl Contact Person Wu^ e "-�om1YNAUCZ Telephone gIS2.50co Original Contract Amount $ Vim" Final Contract Amount $ 1�5,t%�S• (X� If final amount is different from original, please explain (change orders, extra work, etc.) Le 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. 06 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. Grigolla & Sons Comt. Co. INC. Bidder Authorize to e 13 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of t05) being first my sworn, poses and says that he or-eh�e is of &il CWM Ck A.17?c, , the party making the foregoing bid; that tl bid is not made in the inter 3t 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 ojG4qornia that the foregoing is true and correct. GrIgolla & Sags Comt. Co BVC. & Bidder Authorize ign ture itle Subscribed and sworn to (or affirmed) before me on this day of �ft , 2021 by DcW Griatic , proved to me on the basis of satisfactory evidence tQJie the person(f) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. °., STELLAGRIGOLLA Nota Pu lic Notary Public - California Z ` - Los Angeles County [SEAL] Z Commission # 2273640 My Comm. Expires Dec 31, 201. My Commission Expires: . STELLA GRIGOLLA Notary Public - California Z - Los Angeles County Commission # 2273640 My Comm. Expires Dec 31, 2022 14 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 DESIGNATION OF SURETIES Grigolla & Sons Const. Co. INC. Bidder's name Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): MO I to - l23 15 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 nia County Of, ss. On , 20 R-1 before me, Notary Public, personally appeared 1.7:- who proved to on the basis of satisfactory evidence to be the persi6nw whose name(s) it/are subscribed to the within instrument and acknowledged to me that h eiske/they executed die same in her/their-au-thorized capaci ies), and that by r/their signaturesW on the instrument the person, or, the entity upon behalf of which the person acted, executed the instrument. I certify'urider PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true' and correct. STELLA GRIGt)LLA WITNmyhahnd official seal _ ' Notary Public - California ' Los Angeles CountyCommission # 2273640My Comm. Expires Dec 31, 2022Sig (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(ies) claimed by Signer(s): Trustee Power of Attomey CEO / CFO :/ COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY- PROPOSAL Bidder's Name Grigolla & Sons Const. Co. INC. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2020 2019 2018 2017 2016 Total 2021 No. of contracts 'T 'p 1 ZO 1165 1113 Uq/ Total dollar Amount of Contracts _�0�' ��� �(�� �,^� �„ 0 (bir (in �O �V' �� Thousands of $ No. of fatalities No. of lost Workday Cases Lk EJ No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. M. Legal Business Name of Bidder GHgotla,&SomConst. Co. INC. Business Address- (D21 W, MM 91-773 Business Tel. No.: q (pj • 4�-1. �53D State Contractor's License No. and Classification: 5 1 q 132,- P, Title The above information was compiled from the records that are availabl o me at t i time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. S S Si bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation: All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 ACKNOWLEDGEMENT OF ADDENDA Grigolla & Sons Const Co. INC. Bidder's name The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si ure Z G C7 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Grigollu & Sons Coast. Co INC. Business Address: W_7 W ,Agi1en 140 . ,�jylC4 4i1-773 Telephone and Fax Number: l bq- q�% - 85 31S Z 9 0 - qVT SS-V8 California State Contractor's License No. and Class: OL052- - A -- (REQUIRED AT TIME OF AWARD) / Original Date Issued: Expiration Date: 7/31 l� UZ3 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Corporation organized under the laws of the State of W;6yy 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: 1y � pc" All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: tl Pr 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; Q I Pr - Briefly summarize the parties' claims and defenses; 0 (A - Have you ever had a contract terminated by the owner/agency? If so, explain. HavveCyou ever failed to complete a project? If so, explain. W11 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 co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yest/ N R 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. h n G (Print name of OWner or President of Corporation/Company) Grigona & Sons Cow Co. INC. r Bidder Authorized r ture itle C ra U a Title 01 �� -7 Date On l -7 42 efore me, _jf t/g (U�!/ �'%0�l w Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(g_ .whose name#--is/aes subscribed to the within instrument and acknowledged to me that he/s4eAblvey executed the same in his/he4#peir authorized capacityt& and that by his/hertkteir signature(* on the instrument the person(tLor the entity upon behalf of which the perso*) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS and official seal. Nola Vublic in If said State My Commission Expires: / A% 21 STELLA GRIGOLLA NotaryPublic California Los Angeles County (SEAL) ' +�.o.. " Commission # 2273640 My Comm. Expires Dec 31, TOZ2 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 CONCRETE REPLACEMENT PROGRAM CONTRACT NO. 8722-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 26th day of October, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GRIGOLLA & SONS CONSTRUCTION CO., INC., a California corporation ("Contractor"), whose address is 627 W. Allen Avenue, San Dimas, California 91773, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: distributing door hanger notifications; placing "No Parking" signs and traffic control; removing trees, stump grinding, root removal and grading removal area; saw cutting concrete sidewalks, driveways, alley approaches, access ramps, cross gutters, curbs and gutters; removing, shaving or pruning tree roots, grading, clearing and grubbing; placing and compacting crushed miscellaneous base; constructing new concrete sidewalks, driveways, alley approaches, access, ramps, cross gutters, curbs and gutters; restoring private improvements including damaged bricks and synthetic turf; installing grass turf as necessary to match existing; providing temporary access during construction; constructing a new concrete block slough wall with brick cap at Lido Park; removing and constructing new drain inlets at Lido Park; constructing new PVC drain pipe at Lido Park; painting new and existing walls at Lido Park; and removing and salvaging concrete trash can at Lido Park (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. 8722-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Six Hundred Forty Four Thousand Three Hundred Ninety Dollars and 00/100 ($644,390.00). 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 David Grigolla to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to Grigolla & Sons Construction Co., Inc. Page 2 act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Grigolla & Sons Construction Co., Inc. Page 3 Attention: David Grigolla Grigolla & Sons Construction Co., Inc. 627 W. Allen Ave. San Dimas, CA 91773 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. Grigolla & Sons Construction Co., Inc. Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and Grigolla & Sons Construction Co., Inc. Page 5 City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Grigolla & Sons Construction Co., Inc. Page 6 Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to Grigolla & Sons Construction Co., Inc. Page 7 cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. Grigolla & Sons Construction Co., Inc. Page 8 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Grigolla & Sons Construction Co., Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTOR Y'S FFICE Date: By: A on p �a.-L74� ity Att me ATTEST: Date: C By. A" Leilani I. Brown City Clerk M CITY OF NEWPORT BEACH, a California municipal corporation Date: i / , i -,,.)- . _� 2- 1 CONTRACTOR: GRIGOLLA & SONS CONSTRUCTION CO., INC., a California corporation Date: Signed in Counterpart By: John L. Grigolla Chief Executive Officer Date: Signed in Counterpart JAI By: U _ David L. Grigolla " r Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Grigolla & Sons Construction Co., 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 ATTOR Y'S FFICE Date: By: A on %o•'L7• Lt ity Attrney ATTEST: Date: IN Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Brad Avery Mayor CONTRACTOR: GRIGOLLA & SONS CONSTRUCTION CO., INC., a California corporation Date: (1 1 1 ) By: John . Grigolla Chief Executive Officer .. /. [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Grigolla & Sons Construction Co., Inc. Page 10 THE FINAL PREMIUM IS This bond was issued in two (2) PREDICATED ON THE original counterparts FINAL CONTRACT AMOUNT EXHIBIT A CITY OF NEWPORT BEACH BOND NO.0806205 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Co., Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of the following: distributing door hanger notifications; placing "No Parking" signs and traffic control; removing trees, stump grinding, root removal and grading removal area; saw cutting concrete sidewalks, driveways, alley approaches, access ramps, cross gutters, curbs and gutters; removing, shaving or pruning tree roots, grading, clearing and grubbing; placing and compacting crushed miscellaneous base; constructing new concrete sidewalks, driveways, alley approaches, access, ramps, cross gutters, curbs and gutters; restoring private improvements including damaged bricks and synthetic turf; installing grass turf as necessary to match existing; providing temporary access during construction; constructing a new concrete block slough wall with brick cap at Lido Park; removing and constructing new drain inlets at Lido Park; constructing new PVC drain pipe at Lido Park; painting new and existing walls at Lido Park; and removing and salvaging concrete trash can at Lido Park in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Harco National Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Forty Four Thousand Three Hundred Ninety Dollars and 00/100 ($644,390.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Grigolla & Sons Construction Co., Inc. Page A-1 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 1st day of NovemDpt=--:�, , 2021 . Grigolla & Sons Construction Co., Inc. Name of Contractor (Principal) Harco National Insurance Company Name of Surety 2400 E. Katella Ave., Suite 250, Anaheim, CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTOR�EY'S OFFICE Date: By: Aa n C. ar �I•l� 'l� ty Attorn ,Jthor�i ed Signat 'c.p, orized Agent Signature Dwight Reilly, Attorney -in -Fact _ Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Co., Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California / -�3 A ,/ County ofcj On (I I 1 (o before me, ��/ �,�i6 4Zl�r /�47 .� �!/13Z/I (insert name and title of the offs r) personally appeared �/f/?%7GC /Zj` Q(-1,/� who proved to me on the basis of satisfactory evidence to be the person(t) whose . ame*_ is/apse subscribed to the within instrument and acknowledged to me that hehsy executed the same in his/ir authorized capacity(ift), and that by hiss signature(*) on the instrumerai;itte person(*), or the entity upon behalf of which the person(*) 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. ``��--.. �� STELLA GRIGOLLAA `vis Wta-y k;blic - California z i =j Los Ange:es County > Commission n 2273640 ~ �'`"�`"��' My Comm. Expires Dec 31, 2022 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On November 1st 20 21 before me, Melissa Ann Vaccaro Notary Public, personally appeared Dwight Reilly 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 fore o'n paragraph is true and correct. MELiSSA ANN VACCARO _ COMM. #2241394 WITNES my hand and official seal. ;WY"<.'f Notary Public LL ORANGE COUNTY \ 1't My Comm. Expires May 12, 2022 Signature Melissa Ann Vaccaro (seal) Grigolla & Sons Construction Co., Inc. Page A-3 POWER OF ATTORNEY Bond No.0806205 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, BEN STONG, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, R. NAPPI Orange, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2019 0 ,,.;E. rr STATE OF NEW JERSEY STATE OF ILLINOIS ya�0'q fi County of Essex County of Cook SEAL 1Ea��a ' b� to E Kenneth Chapman •_'�' .,•* ;, Executive Vice President, Harco National Insurance Company "'.•.."''� and International Fidelity Insurance Company On this 31 st day of December, 2019 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, V. .......:.0lij''t New Jersey the day and year first above written. .....•5����. Shirelle A.Outley a Notary Public of New Jersey ,'f,�;+ My Commission Expires April 4, 2023 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, November Ist, 2021 A00835 Irene Martins, Assistant Secretary THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT AMOUNT EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 0806205 This bond was issued in two (2) original counterparts FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 9,069.00 , being at the rate of $ 22.80 / $13.68 / $9.12 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Co., Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of the following: distributing door hanger notifications; placing "No Parking" signs and traffic control; removing trees, stump grinding, root removal and grading removal area; saw cutting concrete sidewalks, driveways, alley approaches, access ramps, cross gutters, curbs and gutters; removing, shaving or pruning tree roots, grading, clearing and grubbing; placing and compacting crushed miscellaneous base; constructing new concrete sidewalks, driveways, alley approaches, access, ramps, cross gutters, curbs and gutters; restoring private improvements including damaged bricks and synthetic turf; installing grass turf as necessary to match existing; providing temporary access during construction; constructing a new concrete block slough wall with brick cap at Lido Park; removing and constructing new drain inlets at Lido Park; constructing new PVC drain pipe at Lido Park; painting new and existing walls at Lido Park; and removing and salvaging concrete trash can at Lido Park 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 Harco National Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Forty Four Thousand Three Hundred Ninety Dollars and 00/100 ($644,390.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, Grigolla & Sons Construction Co., Inc. Page B-1 as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive 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 1st Griaolla & Sons Construction Co., Inc. Name of Contractor (Principal) ,authorized Signat 1Ti e I 1�v; p CM ON. C Harco National Insurance Company Name of Surety Authorized Agent Signature 2400 E. Katella Ave., Suite 250, Anaheim, CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTO NE 'S OFFICE Date: By: ron a tug to l2 City Attorn y Dwight Reilly, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Co., Inc. Page B-2 ACKNOWLEDGMENT Fattached, otary public or other officer completing this tificate verifies only the identity of the individual o signed the document to which this certificate is and not the truthfulness, accuracy, or validi of that document. State of California County of On ( before me, pl/6�C (insert name and title of the officer personally appeared A4ul� �2/�G' LQ7" who proved to me on the basis of satisfactory evidence to be the person(s) whose name(*) is/aye subscribed to the within instrument and acknowledged to me that he his/ authorized ca aci � executed the same in p ty(im*, and that by his/� signature(s) on the instrument the person($), or the entity upon behalf of which the person(@) 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. --"- ...�• ••� STELLA GRIGOLLA ta,K Notary Public - California i Los Angeles County Commission ; 2273640 My Comm. Expires Dec 31, 2022 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California (seal) County of Orange } ss. On November 1st 2021 before me, Melissa Ann Vaccaro Notary Public, personally appeared Dwight Reilly 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. ` MELISSA ANN VACCARO COMM. f#2241394 WITNES my han nd offici I seal. r K°':. - - Notary Public -California T }- ORANGE COUNTY LL My Curnm. Expires May 1 2022 Signature Melissa Ann Vaccaro (seal) Grigolla & Sons Construction Co., Inc. Page B-3 tTy STATE OF NEW JERSEY STATE OF ILLINOIS + 9 County of Essex County of Cook SEAL �r 1904 JET Kenneth Chapman Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond No.0806205 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, BEN STONG, DWIGHT REILLY, DANIEL HUCKABAY, ARTURO AYALA, FRANK MORONES, SHAUNNA ROZELLE OSTROM, R. NAPPI Orange, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2019 ,>.t,+, �4�• 0�'e0a► ti;<Cthttl0` r ` ••• 1 0 •f On this 31 st day of December, 2019 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. A+4 � IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, ....... vj'. New Jersey the day and year first above written. 0 W �p7Agy % 1.G y 4UBoG10 ���� "4 Q• ",t,FW ,jEp9ti�Shirelle A. Outley a Notary Public of New Jersey My Commission Expires April 4, 2023 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power o° Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, November 1st, 2021 A00835 Irene Martins, Assistant Secretary EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 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 Grigolla & Sons Construction Co., Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten Grigolla & Sons Construction Co., Inc. Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of 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 Grigolla & Sons Construction Co., Inc. Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. 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. Grigolla & Sons Construction Co., Inc. Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Grigolla & Sons Construction Co., Inc. Page C-5 City of Newport Beach CONCRETE REPLACEMENT PROGRAM Contract No. 8722-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 8722-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: al .. 1-a6->-( Date SI u 132 - Bidder's License No(s). and Classification(s) DIR Registration Number Bidder's email address: PR-1 Grigolla & Sons Cont. Co. INC. Bidder Bidder's Address dk`#3 Vendor Name Grigolla & SonsConst., Co., Inc Address 627 W. Allen Ave San Dimas, California 91773 United States Respondee David Grigolla Respondee Title Corporate Secretary Phone 626-945-2974 Email david(agrigollaandsons.com Vendor Type License # 514132 CADIR Bid Format Electronic Submitted 09/30/2021 927 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 268135 File Title File Name File Type Bid Submittal C 8722 1 Grigolla Sons.pdf Bid Submittal C 8722 1 Grigolla Sons.pdf General Attachment Bid Bond C 8722 1 Grigolla Sons.pdf Bid Bond C 8722 1 Grigolla Sons.pdf Bid Bond Showing 1 Subcontractor Name & Address V&E Tree Service PO Box 3280 Orange, California 92865 Desc License Num CADIR Amount Type Tree removal and 654506 1000001936 $37,500 00 certified arborist Discount Terms No Discount Item # Item Code Type Item Description Section 1 1 Mobilization 2 Surveying Services 3 Traffic Control 4 Remove & Construct 4-Inch Thick Concrete Sidewalk 5 Remove & Construct Type "A" Concrete Curb & Gutter 6 Remove & Construct Type "B" Concrete Curb 7 Remove & Construct Type "F" Concrete Rolled Curb 8 Remove & Construct 6-Inch Concrete Driveway Approach 9 Remove and Construct 6-Inch Concrete Alley 10 Remove & Construct 8-Inch Concrete Cross Gutter 11 Remove & Construct Concrete Access Ramp 12 Rem. Exist. & Const. CB Cover, Lid, and Portion of Local Depression 13 Prune Tree Roots 14 Tree Removal, Stump Grinding and Parkway Restoration 15 Provide SA Certified Arborist 16 Remove & Replace Utility Pull Boxes & Covers 17 Restore Public and Private Improvements 18 Lido Park: Rem. Exist. PCC Pvmnt & Const 4" Thick PCC Sidewalk on 4" Thick CMB 19 Lido Park: Remove Existing and Reconstruct Drain Inlet 20 Lido Park: Construct Drain Inlet 21 Lido Park: Const. 4" Dia. PVC Sch 40 Perforated Pipe in Gravel Bed 22 Lido Park: Construct 4" Diameter PVC Drain Pipe 23 Lido Park: Rem. Exist. Trash Receptacle & Place New Trash Receptacle at New Location on 3'3'4" Thick PCC Concrete Pad 24 Lido Park: Remove Existing Concrete Pad 25 Remove Existing Concrete Benches and Place New Concrete Benches 26 Lido Park: Const. Concrete Block Slough Wall w/ 8"x12"xi 2" Brick Paver Cap 27 Lido Park: Paint Face of Planter Wall/Slough Wall to Match Existing 28 Lido Park: Final Redline As -Built Plans UOM QTY Unit Price Line Total Response Comment $644,390.00 LS 1 51O,O0O.00 $10,000.00 Yes LS 1 $5,000.00 55,O0O.O0 Yes LS 1 59,000.00 $9.000.00 Yes SF 16760 $14.O0 $234,640.00 Yes LF 1390 $65.00 $90,350.00 Yes LF 50 840.0O S2,0OO.0O Yes LF 535 $65.00 534,775.0O Yes SF 3530 $15-00 552,95O.00 Yes SF 930 $20.00 $18,600.00 Yes SF 470 $20.00 $9,4OO.0O Yes EA 11 54,0O0.00 $44,000.00 Yes EA 3 $2,350.00 $7,050.00 Yes LS 1 S18,000.0O $10,000.00 Yes EA 17 $2,2O0.00 $37,400.00 Yes LS 1 $4,000.00 $4,000-00 Yes EA 15 825O.O0 $3,760.00 Yes LS 1 $15,000.00 515,000.O0 Yes SF 1125 S18.00 $20,250.00 Yes EA 2 $1,150.00 $2,300.00 Yes EA 1 $1.150.00 $1,150.00 Yes LF 25 $185.00 $4,625.00 Yes LF 10 55O.00 $500.00 Yes EA 1 $750.00 $750.00 Yes SF 40 $10.00 $400,00 Yes EA 2 $1000.00 $2,000.00 Yes LF 30 $400.00 $12.000.00 Yes LS 1 52,50O.00 $2,500.00 Yes LS 1 52,000.00 S2,00O.O0 Yes Section Title Section 1 Grand Total Line Total $644,390.00 $644,390.00 Pg. 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 CONCRETE REPLACEMENT PROGRAM (FY 2021-22) PROJECT NO. 22R06 CONTRACT NO. 8722-1 DATE: September 20, 2021 BY: V D p PWD/City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. SPECIFICATIONS 1. Appendix A — Work Schedule & Lido Park Plans ADD the attached Lido Park Repair plan sheets. 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. Bidder's Name (Please Print) Date Authorized Signature & Title Attachments: - Plan Sheets 1 and 2 Pg. 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT r� ADDENDUM NO. 1 CONCRETE REPLACEMENT PROGRAM (FY 2021-22) PROJECT NO. 22R06 CONTRACT NO. 8722-1 DATE: September 20, 2021 BY: TO: ALL PLANHOLDERS D p PWD/City Engineer The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. SPECIFICATIONS . I. Appendix A — Work Schedule & Lido Park Plans ADD the attached Lido Park Repair plan sheets. 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. Go" & &M riff&- Qfva Bidder's Name (Please Print) Date P orized WW(atureA Title Attachments: - Plan Sheets 1 and 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CONCRETE REPLACEMENT PROGRAM PROJECT NO. 22R06 CONTRACT NO. 8722-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1—TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Survey Service SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 4 5 5 5 5 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 6-1.1 Construction Schedule 6 6-7 TIME OF COMPLETION 7 6-7.1 General 7 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 8 6-9 LIQUIDATED DAMAGES g SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 9 7-1 THE CONTRACTOR'S EQUIPMENTAND FACILIITIES 9 7-1.2 Temporary Utility Services 9 7-2 LABOR 9 7-2.2 Prevailing Wages 9 7-8 WORK SITE MAINTENANCE 9 7-8.4 Storage of Equipment and Materials 9 7-8.4.2 Storage in Public Streets 9 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-10 SAFETY 10 7-10.4 Safety 10 7-10.4.1 Work Site Safety 10 SECTION 9 - MEASUREMENT AND PAYMENT 10 9-2 LUMP SUM WORK 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment. 16 PART 2 - CONSTRUCTION MATERIALS 16 SECTION 200 — ROCK MATERIALS 16 200-2 UNTREATED BASE MATERIALS 16 200-2.1 General 16 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 16 201-1 PORTLAND CEMENT CONCRETE 16 201-1.1 Requirements 16 201-1.1.2 Concrete Specified by Class and Alternate Class 16 201-2 REINFORCEMENT FOR CONCRETE 17 201-2.2 Steel Reinforcement 17 201-2.2.1 Reinforcing Steel 17 SECTION 203 — BITUMINOUS MATERIALS 17 203-6 ASPHALT CONCRETE 17 203-6.5 Type III Asphalt Concrete Mixtures 17 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 17 214-4 PAINT FOR STRIPING AND MARKINGS 17 214-4.1 General 17 214-6 PAVEMENT MARKERS 17 214-6.3 Non -Reflective Pavement Markers 17 214-6.3.1 General 17 214-6.4 Retroreflective Pavement Markers 17 214-6.4.1 General 17 SECTION 215 - TRAFFIC SIGNS 18 PART 3 - CONSTRUCTION METHODS 1g SECTION 300 - EARTHWORK 18 300-1 CLEARING AND GRUBBING 18 300-1.3 Removal and Disposal of Materials 18 300-1.3.1 General 18 300-1.3.2 Requirements 19 300-10 GEOTEXTILES FOR SEPARATION 19 300-8.1.1 Placement 19 SECTION 302 - ROADWAY SURFACING 19 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 19 302-6.7 Traffic and Use Provisions 19 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 19 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 19 303-5.1 Requirements 19 303-5.1.1 General 19 303-5.4 Joints 20 303-5.4.1 General 20 303-5.5 Finishing 20 303-5.5.2 Curb 20 SECTION 315 - TRAFFIC SIGN INSTALLATION 20 PART 6 — TEMPORARY TRAFFIC CONTROL 21 SECTION 600 - ACCESS 21 600-1 GENERAL 21 600-2 VEHICULAR ACCESS 21 600-3 PEDESTRIAN ACCESS 22 SECTION 601— WORK AREA TRAFFIC CONTROL 22 601-1 GENERAL 22 601-2 TRAFFIC CONTROL PLAN (TCP) 22 PART 8 — LANDSCAPING AND IRRIGATION 23 SECTION 800 - MATERIALS 23 800-1 LANDSCAPING MATERIALS 23 800-1.1 Topsoil 23 800-1.1.1 General 23 SECTION 801 - INSTALLATION 23 801-1 GENERAL 23 APPENDIX A: WORK SCHEDULE AND LIDO PARK PLANS 25 APPENDIX 8: STANDARD PLANS 26 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS Q�°F ssioNq� /o S CONCRETE REPLACEMENT PROGRAM �P m PROJECT NO. 22R06 a C 89793 �\ CONTRACT NO. 8722-1 �srgr Civil. N't FOFCAOV3 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Work Schedule and Plans (Drawing No. R-7020-S) in Appendix A; (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www. newportbeachca.gov/government/departments/pu bl ic-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach Page SP 1 of 24 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class "A" or "C-8" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of the following: • Distributing door hanger notifications • Placing "No Parking" signs and traffic control • Removing trees, stump grinding, root removal and grading removal area • Saw cutting concrete sidewalks, driveways, alley approaches, access ramps, cross gutters, curbs and gutters • Removing, shaving or pruning tree roots, grading, clearing and grubbing • Placing and compacting crushed miscellaneous base • Constructing new concrete sidewalks, driveways, alley approaches, access ramps, cross gutters, curbs and gutters • Restoring private improvements including damaged bricks and synthetic turf • Installing grass turf as necessary to match existing • Providing temporary access during construction • Constructing a new concrete block slough wall with brick cap at Lido Park • Removing and constructing new drain inlets at Lido Park • Constructing new PVC drain pipe at Lido Park • Painting new and existing walls at Lido Park • Removing and salvaging concrete trash can at Lido Park 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of 7 days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor shall: Page SP 2 of 24 a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 2-9.2 Survey Service Delete this section and replace with the following: The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is DMS Consultants Civil Engineers, Inc. and can be contacted at (714) 740-8840 . At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48-hours in advance of any work. The Contractor shall provide survey for all curb and gutter work to confirm positive drainage can be achieved, prior to starting work. If positive drainage cannot be achieved, the Contractor shall notify the Engineer in writing. Additionally, survey shall be provided for all cross gutters, gutter spandrels, driveway approaches, and alley approaches where the grade is less than or equal to 0.2 percent to confirm positive drainage can be achieved within the replacement limits, prior to starting work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. Page SP3of24 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48-hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. Page SP 4 of 24 SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. Page SP5of24 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. Before pruning tree roots, the Contractor's ISA Certified Arborist shall provide written documentation indicating tree root pruning can be performed without future tree damage. The report provided shall be used to determine the trees requiring arborist inspection, as indicated in the Arborist Tree Report summary. Concrete work around selected trees shall be scheduled with the Arborist for review during concrete removal to finish inspection before root pruning. The arborist cannot provide an explicit recommendation or request for tree removal. The Contractor shall obtain written approval from the Engineer to perform root pruning or tree removal work. Prior to work near trees, the Contractor and Arborist shall arrange to meet with the City's Arborist, Mr. John Nelson at (949) 644-3197 at the site to discuss City standards and requirements at these locations. The City's review time may take up to ten working days. Upon review, the Engineer will provide instructions to the Contractor regarding each tree's disposition. Trees slated for removal will be paid at the contract bid price. Working days will not be added to contract time for the City's review. Special scheduling is required for work that will impact streets next to or adjacent to the schools in the project area. The schools are Newport Heights Elementary, Ensign Intermediate School, Newport Harbor High School, and St. Andrew Presbyterian Church Preschool. Work on school streets must be scheduled during school holidays per the Newport -Mesa Unified School District School Calendar (2021-2022) between February 21 st to 25th. No compensation will be made for remobilization costs to complete the work during these scheduled school recesses. The Contractor is permitted work on the third Page SP6of24 Monday in February (President's Day) to complete the work adjacent to the schools. Should the Contractor fail to complete the work during the designated school recess, the Contractor shall complete the work on subsequent Saturdays only, at no additional cost to the City. Per Section 6-7, the Contractor shall submit a request to work on each subsequent Saturday. Refer to Section 6-7 for Saturday working hours. School streets include the following: • Irvine Avenue from 15th Street to 16th Street • 15th Street from Irvine Avenue to Clay Street • Clay Street from St. Andrews Road to 15th Street • St. Andrews Road from Clay Street to 15th Street The curb access ramp on the corner of 15th Street and Irvine Avenue (at 601 Irvine Avenue), shall be reconstructed following the relocation of the manhole located in the existing access ramp. Relocation of the manhole will be completed by the Costa Mesa Sanitation District. Reconstruction of this curb access ramp shall be completed within the permitted school recesses described in this section. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 60 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Unless otherwise approved by the Engineer, construction shall start on November 29, 2021. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days, except as noted in Section 6-1: 1. January 1 st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) Page SP 7 of 24 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. Page SP 8 of 24 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: Page SP 9 of 24 a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be Page SP 10 of 24 allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Surveying Services: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs of surveying, establishing horizontal and vertical controls, providing construction staking, preliminary grades, final grades, all horizontal alignment, as -built field notes, establishing centerline ties, adjusting survey monuments, filing pre- and post -construction corner records with the county, reestablishing property corners disturbed by the work, preparing record of survey, protecting and restoring existing monuments and other survey items as required to complete the work in place. This item includes providing survey for all curb and gutter work; and all cross gutters, spandrels, driveway approaches, and alley approaches having less than 0.2 percent grade. Item No. 3 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, (need general TC Plans for Westcliff Drive and Dover Drive) providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K-rails, temporary striping, and flag persons. This item includes providing four (4) CMS and updating messages on the CMS as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 4 Remove and Construct 4-Inch Thick Concrete Sidewalk: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing sidewalk, compacting subgrade, constructing 4-inch thick minimum concrete sidewalk per CNB STD 180, installing temporary AC sidewalk, adjusting sidewalk to grade to match adjacent improvements and all other work items as required to complete the work in place. Item No. 5 Remove and Construct Type "A" Concrete Curb and Gutter: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing Type "A" PCC curb and gutter per CNB STD 182, 24" wide x 12" deep A.C. patch back, installing dowels, Page SP 11 of 24 curb painting, re -chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place. Item No. 6 Remove and Construct Type "B" Concrete Curb: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing curb, compacting subgrade, reconstructing curb openings of existing curb drains, constructing Type "B" PCC curb per CNB STD 182, 24" wide x 12" deep A.C. patch back, installing dowels, curb painting, re -chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place. Item No. 7 Remove and Construct Type "F" Concrete Rolled Curb: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing rolled curb, compacting subgrade, reconstructing curb openings of existing curb drains, constructing Type "F" PCC rolled curb per CNB STD 183, 24" wide x 12" deep A.C. patch back, installing dowels, curb painting, re -chiseling of curb face for existing underground utilities, and all other work items as required to complete the work in place. Item No. 8 Remove and Construct 6-Inch Concrete Driveway Approach: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing, and disposing existing improvements associated with curb and gutter removals, and constructing P.C.C. driveway approach per CNB STD 162, CNB STD 163, and CNB STD 164, 24" wide x 12" deep A.C. patch back, steel plating, and all other work items as required to complete the work in place. Measurement for payment area of the driveway approach shall be in plan view, and include all PCC walkway and curb and gutter surfaces contained within and including the bounds of the driveway wing "top of V as well as all private driveway concrete paving required to join existing private improvements. Item No. 9 Remove and Construct 6-Inch Concrete Alley: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing, and disposing existing improvements associated with concrete alley removals, grading and compacting subgrade, placing and compacting crushed miscellaneous base, and constructing P.C.C. alley per CNB STD 140 and CNB STD 142, steel plating, and restoring all improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 10 Remove and Construct 8-Inch Concrete Cross Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete cross gutter and spandrels, grading and compacting subgrade, placing and compacting crushed miscellaneous base, installing smooth galvanized steel bars, constructing concrete cross gutter per CNB STD 185, constructing asphalt concrete slot paving adjacent to cross gutter, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Page SP 12 of 24 Item No. 11 Remove and Construct Concrete Access Ramp: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete sidewalk, curb and gutter, removing any roots, grading and compacting subgrade, removing asphalt slot next to gutter, constructing concrete access ramps per CNB STD 181 Sheet 1 to 3, and any applicable plan modifications, paving asphalt slot patch, restoring all existing improvements damaged by the work, modifying landscape and irrigation to match limits of new ramp, and all other work items as required to complete the work in place. Item No. 12 Remove Existing and Construct Catch Basin Cover, Lid, and Portion of Local Depression: Work under this item shall include the removal of the existing catch basin cover, lid and portion of existing local depression as required for catch basin improvements; protection of the remaining catch basin (including vertical reinforcement); reconstruction of catch basin cover, lid and portion of existing local depression; restoration of all existing improvements impacted or damaged by the work; and all other work items as required to complete the work in place. Item No. 13 Prune Tree Roots: Work under this item shall include, but not limited to, all labor and materials relating to root pruning and disposing per Section 308-1, removing and disposing of excess soil, incidental import soil required to bring grades up to subgrade level, reviewing trees identified on the Work Schedule (see Appendix A) by ISA Certified Arborist, and all other work required to complete the work in place. This shall include all work for clearing and grubbing roots that are found in all concrete replacement areas. All utilities or other improvements damaged by the work, including, but not limited to, street light conduit and wires and private irrigation lines shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 14 Tree Removal, Stump Grinding and Parkway Restoration: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of trees, roots to a minimum depth of 18-inches below ground surface by stump grinding, and soil; adjusting surface grade to match. adjacent improvements and include complete grading of parkway to level with sidewalk for entire length of parkway; removing all wood chips and debris from tree removal process, making repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, providing and installing sod, and other private improvements to preconstruction conditions; restoring the ground surface to a new level surface that matches surrounding area and all other work items as required to complete the work in place. Assume trunk size of 24 inch diameter at breast height. Trees which have not been preselected by the City for removal may take up to ten working days to process and formally approve for removal per Section 308-1. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. The quantities of this bid item are subject to change based on the recommendations of the Arborist report. Item No. 15 Provide ISA Certified Arborist: Work under this item shall include, but not limited to, retaining an ISA Certified Arborist for the purpose of assessing tree Page SP 13 of 24 condition for all locations identified on the Work Schedule (see Appendix A). The Contractor's arborist shall provide written documentation on the condition of each tree and provide pruning recommendations to the Contractor. Following the arborist's report, concrete work around the trees may be modified or eliminated from the contract by the Engineer. Item No. 16 Remove and Replace Utility Boxes and Covers: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing utility box; furnishing and installing new utility box and cover per CNB STD 204 for street lights; and per CNB STD 502 and CNB STD 503 for water meters; reconnecting existing wiring, restoring adjacent areas; and completing all other items as required to restore system operations that were damaged by the work. Work under this item shall include coordination with Cable Television and Telephone companies including requesting new boxes from cable or telephone companies when required and repairing concrete around utility boxes. Location of utility box and cover removals and construction shall be directed by the Engineer during construction. Item No. 17 Restore Public and Private Improvements: Work under this item shall include, but not limited to, all labor and materials relating to making in -kind repairs to public and private improvements impacted by the work, such as traffic signs, irrigation systems, sprinkler heads, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, seeding, 90 day plant establishment phase, synthetic turf, including replacing synthetic turf, modifying synthetic turf base, joining synthetic turf panels, painting red curb and other private improvements to preconstruction conditions or better to the satisfaction of the Engineer, and all other work items as required to complete the work in place. Item No. 18 Lido Park: Remove Existing PCC Pavement and Construct 4" Thick PCC Sidewalk on 4" Thick CMB: Work under this item shall include, but not be limited to, identifying the limits of and removing of and disposing of the existing improvements/ concrete, sub -base, saw cutting, disposing of excess material, grading, compaction, spreading and compacting 4-inch thick crushed miscellaneous base (CMB) underneath concrete sidewalk, constructing 4-inch thick PCC walkway. The work shall also include removing and restoring all existing landscape improvements in kind damaged by work, including relocation of sprinkler heads if any, and all the work items required to complete the work in place. See Appendix A for Lido Park Plans. Item No. 19 Lido Park: Remove Existing and Reconstruct Drain Inlet: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing drain inlet and connection pipe, furnish and install new drain inlet including all backfill material as required and connecting the new drain inlet to existing PVC drain, and all other work items as required to complete the work. See Appendix A for Lido Park Plans. Item No. 20 Lido Park: Construct Drain Inlet: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing new drain inlet including excavation and backfill, and all other work items as required to complete the work. See Appendix A for Lido Park Plans. Page SP 14 of 24 Item No. 21 Lido Park: Construct 4" Diameter PVC Sch 40 Perforated Pipe in Gravel Bed: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing PVC Sch 40 perforated pipe in gravel bed including excavation, backfill and backfill compaction, installing soil separation and drainage geotextile (Mirafi 140N or equivalent), and all other work items as required to complete the work in place. See Appendix A for Lido Park Plans. Item No. 22 Lido Park: Construct 4" Diameter PVC Drain Pipe: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for furnishing and installing PVC Sch 40 drain pipe and all pipe fittings including excavation, backfill and backfill compaction, and all other work items as required to complete the work in place. See Appendix A for Lido Park Plans. Item No. 23 Lido Park: Remove Existing Trash Receptacle and Place New Trash Receptacle at New Location on a 3'x3'x4" Thick PCC Concrete Pad: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and salvaging existing trash receptacle. The salvaged trash receptacle to be placed on City's Municipal Operations Divisions (MOD) vehicle which will be on site. Contractor to coordinate the day of removal with MOD and Public Works Inspector. Place new trash receptacle, provided by City, at the new location on a 3'x3'x4" thick PCC pad and all other work items as required to complete the work in place. Construction of 3'x3'x4" thick PCC pad shall be included in this item of work. See Appendix A for Lido Park Plans. Item No. 24 Lido Park: Remove Existing Concrete Pad: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing concrete pad, placing and grading topsoil for the removal area to match adjacent landscaped area, and all other work items as required to complete the work in place. See Appendix A for Lido Park Plans. Item No. 25 Lido Park: Remove Existing Concrete Benches and Place New Concrete Benches: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and salvaging existing concrete benches, placing the new concrete benches, provided by the City, in the same location as the benches that were removed, and all other work items as required to complete the work in place. The salvaged concrete benches to be placed on City's Municipal Operations Divisions (MOD) vehicle which will be on site. Contractor to coordinate the day of removal with MOD and Public Works Inspector. See Appendix A for Lido Park Plans. Item No. 26 Lido Park: Construct Concrete Block Slough Wall with 8"x12"x12" Brick Paver Cap: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for excavating, removing and disposing of all excavated material, grading the existing slope behind the wall per detail on Plans, compacting subgrade, constructing concrete block slough wall per APWA STD Plan 622-3 (see Appendix B), and constructing 8"x12"x12" brick paver cap to match cap on existing retaining wall. The work shall also include grading the existing slope behind the Page SP 15 of 24 proposed wall, removing and disposing of excavated material, restoring landscape improvements behind the wall in -kind upon completion of wall construction, relocating any sprinkler heads or irrigation lines affected by the work, and all other work items as required to complete the work in place. See Appendix A for Lido Park Plans. Item No. 27 Lido Park: Paint Face of Planter Wall: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for cleaning the face of the existing planter wall and retaining wall, spot repairing and re -stuccoing damaged areas of stucco, painting face of planter wall, slough wall and existing retaining wall to match the color of existing retaining wall, and all other work items as required to complete the work. See Appendix A for Lido Park Plans. Item No. 28 Lido Park: Final Redline As -Built Plans (Fixed): Work under this item shall include all actions necessary to provide as -built drawings for Lido Park. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $2,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. See Appendix A for Lido Park Plans. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE. MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. Page SP 16 of 24 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2-inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III-C3-PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III-B2-PG 64-10 (20% max RAP). SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-4 PAINT FOR STRIPING AND MARKINGS 214-4.1 General Temporary striping shall be Rapid Dry paint. Final striping shall be reflectorized thermoplastic. 214-6 PAVEMENT MARKERS All pavement markers shall comply with Section 85 of the State of California Standard Specifications. 214-6.3 Non -Reflective Pavement Markers 214-6.3.1 General All new non -reflective pavement markers Types A and AY shall be ceramic. 214-6.4 Retroreflective Pavement Markers 214-6.4.1 General All retroreflective pavement markers shall be 3M Series 290 with glass -covered faces, or approved equal. Add Section 215 — TRAFFIC SIGNS Page SP 17 of 24 SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (0.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 1/ inch unistrut (OD) base and adhere to CNB DWG 924 in Appendix B. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3-feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. Page SP 18 of 24 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. All saw -cutting operations must be done in a clean manner with wet vacuum and cleaned before sawcutting paste and debris dries. Contractor is responsible for cleaning all residue and debris from the saw -cutting operation on the same day of saw -cutting. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. 300-10 GEOTEXTILES FOR SEPARATION 300-8.1.1 Placement Geotextile shall be Mirafi 140N nonwoven polypropylene geotextile or approved equal. Geotextile shall be placed per manufacturer's installation guidelines and instructions. SECTION 302 - ROADWAY SURFACING 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or asphalt concrete patchback shall be placed within 72 hours following concrete placement. Page SP 19 of 24 303-5.4 Joints 303-5.4.1 General The Contractor shall sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. The Contractor shall repaint any red curb that is damaged or removed. The curb shall be repainted to match the original red curb lengths." Red Paint shall be "Red Fast Dry", Product Code 181 manufactured by American Traffic Products, Inc. or approved equal. Paint can be purchased by contacting Scott Givens, Roadline Products, 562-404-8889. The Contractor shall repaint any blue curb that is damaged or removed. The curb shall be repainted to match the original blue curb lengths. Curb marking shall be reinstalled within 48 hours from re -pouring of concrete curbs. Contractor shall place Temporary No Parking ANYTIME signs on barricades where red curb marking has been removed and maintain the signs until the curb marking has been replaced. Add Section 315 — TRAFFIC SIGN INSTALLATION SECTION 315 - TRAFFIC SIGN INSTALLATION Location of traffic signs shown on plans is approximate and shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum unless otherwise shown on plans. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. Refer to CNB DWG 924 in Appendix B for typical sign installation. Page SP 20 of 24 Signs shall be reinstalled within 72 hours of removal. Regulatory signs, including but not limited to "STOP", "YIELD", Lane Designation and/or "No Parking" signs, shall be installed on barricades and placed where the removed sign was installed. Contractor shall maintain the temporary sign(s) until the sign(s) are reinstalled. Temporary "No Parking" signs, printed with specific information regarding the no parking zone, may temporarily replace removed "No Parking" signs. PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS 600-1 GENERAL Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2-inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Page SP 21 of 24 600-3 PEDESTRIAN ACCESS Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, changeable message signs (CMS), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) The Contractor shall submit to the Engineer, at least five working days prior to the pre - construction meeting, a traffic control plan showing typical closures and detour plan(s). The Contractor shall be responsible for processing and obtaining approval of traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plan. For all work located on Westcliff Drive and Dover Drive, traffic control plans shall be prepared by a licensed Traffic Engineer and shall be signed and sealed by a California licensed traffic engineer. Typical closures and traffic control plans shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the Page SP 22 of 24 closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 6. 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. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIALS 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). SECTION 801 - INSTALLATION 801-1 GENERAL The landscape contractor or subcontractor shall provide a licensed Pest Control Advisor (PCA) prior to applying herbicide. The PCA will be responsible for preparing and approving a Pest Control Recommendation and providing Safety Data Sheets (SDS). These items shall be included with the herbicide submittal. The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City Arborist at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City Arborist. Page SP 23 of 24 b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Page SP 24 of 24 APPENDIX A: WORK SCHEDULE AND LIDO PARK PLANS 25 U N w d L.L a — E a 0 .0 C N C N 0 - a) aS a3 S " v ' u (` a U L 'Fu -0 N cc U = - N O y Q N U N -6 L -O L ,C Ef U a U a) m N C U E -6 w E� -D U o O y > O m� C C m O N a) O2 _C E 7 N U C m -D C 'p O U n- N al N N m M N C O>> > a L 7 U N 4 y — 0. O — .0 ..-' L C N '0 O O -6 U L V m - E m C 7 E E N O(Q (D o m E� 0 () as C r x aj L U " C o N n o -O N a7 m E -p a3 .0 L o U a' C S C m N O L ai C c6 U U O N a) L m ... o2$ U C N a) N U m m 'O -0 �C C N n - N O 3 O O aJ 2 N .0 (D OCL D_ w N ' L E X -B N O Q. N a) .0 F C N C O C O_ O` '� `O a3 O O N 76 Co >p L (D w m 0_ f6 d N LE a d .F 0 a w U L N O d cNn 70 Q wN p � a � OU E a) (D a m -O d' _Q N a -O Z ` > a w W J �l0 H N � W K w 0 Z N N j K a v o1Q � m w1 > > v w 7 wl m a x w z J U m I w co N CO W S of 0 C7 i wl N �I U. m x U J Q 1 Q 0 Cl) N N co a f a i i r N i a OI M It u� co 00 i a U LLI J M M V V In W M D) M O V M Nu') O (D (D M N M N of W N Y J Q O �-- D) M Lo N co N O O CDW M N 0 N O C U m v o uJ c o � d m (0 N a) O m N C to N (o m 7 al > al > (L) > Q ® a @ Q a7 Ca Q Q O Q .0 �'— C C U p > d N Cl)L ce) O m U j ~EL O C C C C \ U) 0 Cn C i a7 0 m® m a) m- CL i/i C C a C cm C> N > w m O y C N N N a3 a7 N C m a) > a Q O V d d d d N m a) a N m Q A to a v m E m w (D« .. y — U U U m C m -o w U > o U > a— l0 a `m as `m as a — 3 o 3 0 3 0 3 0 =0000 ��rnrn w m � ..��� wco moM o O�m(n Cv > > o o o oQ w c�c7 �o NI 3�, o vO � � � In m m LO N M (n In lli C) Cl)1 M O (� 0 M Q 2 E O N _ U In N � O l!) (7 O (D N O a O N O (0 NO (O N O C 3 U m _O N C N T 3 O U .N -O a) UQ (n C w -o U O - Z o U O —a) - - 3Y E C cu w ) a a) m X a) U -0 � c C O (6 C .0 N m -p O ° U Y ° ° c U FDm E a _2 a w a CO o Oc 3 E a) > w '° -O -p oU O 3 U LE ro E a-) o -0 w > E OCL c ° ° a -6 O o ) co U ° m '-0 U) wO a )' U W -0 - � a 2 O W O N NC O ' 7 OO 3 a)2LwLC) w a) OU (n Lo N Y3JO L wC 7UO°e 0CQ�aU3 7 o - c m a O t (6U U jw 7U dp+a`> m a O - U o n 2 m a ¢ m` w w ui J j � o w w OOIZ Z N M N N K K IL u of � m ¢ w� 7 � u C ai x w z U m u- rn > N w K I M S U ~ � WI �I f LL i N i L9 2 U O N ! ¢ as i a i LL d O a U+' U LLI J M M N coN O O M co co O N CD In V In - M O c} M M N i- V MLL O N Y Jco ¢ O M O O O 0 N 00 co rZ CD a0 V M M O O Cf7 V M 1- CD f-- 0) CD W O N Cn Cn Cn (i Cn U C L L L 2 L 2 L 2 OU ` ` L U L U L U L U L U 06 06 06 06 06 06 U) V U 0 0 0 0 0 0 0 o o o o a a U in (n o a) . co m E � o° ��of�ir o o a Q a a a a m U -0 6 .50-0 -° w w w w w in in ini)inU) o U)m af ��O 0 �� m 2 2 T 2 m a) C C C C C C 0 -p -° c w ma V as w w 3 C > a m a s-0 4 __ O -a �� -° 'G R d' 2' tl' ° o w a) E w U E w d E m N— Ea a) E m E a) E N N '°a-o c -aaa c c c aaa c c C ►m. 16 (n _____^ (n Cn fn (n Cn _,O=� W O O a (6 m N� o m C C m C 4 min iL m m '� ��� m� 3 Cn (n In Q Ztn U m > m m m r c 2 .. E Rin o. a m _= O D U U U U U cn to C` da M d (D Rtnincn�� (D O O w O' m N N in in in in in�in�in inoo O CD 000 M (fl (fl Z (nc cv �r N co u*vl v<nav vtn CD LO ltl N cND C17 (A co Cfl v)� 00 fl- �(DD 00 f� v>v N UCOD O O m*k## w X O C o 7D O LUt > X >. N � ` o O_o � c: N 3K N O _ Qn C 07 O C 06 -O 4 ai C N O a3 w — C N O to O Q N N � ` N N O- Q ° J > o a o o w° o.OQ 06 N O d= U Cn E_ � E -0 W Q U Q U O O C co o6 N C m N 0 Q N N (D E O m w p N Q 2 m C to L (6 .— N L O .L.. E O o 'B C cm Q N O O- Q U U N O Q N O Q L Q Q O O C N j O N `a .E O 3 z fl a °c a Q a) N L o c L cm N L °' o6 x3 L, L m L o 3 a >� cu" O Q o N c6 E O 7 'p U U >. c 7 0 O ai 0_ .°� N O O- N— :.O N N C C — N N C) U C D d1 N �+ C N C d C E N O- ) Q L W i ` N O) M O N N -O U) Q cm C 0 O a) N vi m m m U C m U C o o U` W c0 U) m � - m N CO U W E Of N U a) U m L -6 O Q O E Q (D N _U O W o C U -O 'O CU <n C olf O N 0 d d o N a N a O a 'y U) o Of — W J Ix iwl H O � w z DI N 0 j CC a u of m ¢ Lu N u w C v�i 2 w Z U co LL cn N co R0 I WI ¢I LLR'' N f }I U 0 Q a i (L i 1 LL a I` I.- cou) co � O O O co M't v N co M (o co Q U j N N co N Y J ¢ co M N co oO O O V O N (fl a,r N O O V N O O O O m (DV O V l0 co CO O N M N N M O O WN M LO O (O V CO N md' cn coV N V V .-- O N O L L L L L L L L O N -O C 7 L U 7 L U 7 L U 7 L U '6 N (n N (n O 0 L O 0 L o 0 L 0 0 L 0 0 L 0 0 L 0 0 L 0 L 0 0 I-U N -O N -O N -O N -6 -o N -O 'Z _ l o a d CL O O O O _ = N U N U N U N U N U N U N U N U N O > N fo v N N N C O C O C c C 0 C O C C C C O O L L L L L L L _c_ _cc:Q N N N N N N 0 0 ..... m 0 0 0 0 Q Q Q Q Q Q U N N N N N a) N N N -p -O K -O -O ° 3 3 _ cn 0 c 0 c 0 c 0 c 0 0 c 0 c 0 c 0 C_ Z C Z C .Z C .Z C .� C .� 3 cm L U) L to L N L cn L (n A 3 3 3 3 Q 0 o 0 0 0 0 0 0 0 c o L c c c > Q � c o 0 0 c c O N N N N -O 0 0 0 c 0 c 0 c 0 N m(D 0 0 N U U)U)U)UnUnUnUncn0 �i5u5inininin c o tl Q Q Q Q E U) U) O L � L nuoLoLo�n�ncnu-5 L L L L L L L O L L L L 0 >= QJ o d � � r � 3 ' co co co co ¢ 0 t6 t0 � � nL � n !n (n nL (n m o N =d « � NN � N U.c O O O O L O O O c, O cD O O O O O E 0 0 0 0 C) O O a C � 7 0 C C>> > >N > >� > (n COO (00 (OO o cn I— L L L _� N � N N N N N N N N N N N N N N= O —� —�� a+ co to I- rt oD Xk Xk O (o l t0 .—L (1) Un O N _ X# N k M k4k V' ztk uO (D I- 4t it*it W O N W#�#�7k O N M Ln Cn O MNONcn m O L L (!� W tt7 O O) �N co N 0) m d N m -2 C L O 0 3 L m X OC7 O L d i5J M N _0 M 3 U 'm _O U) C N U C a3 C C a3 0 0 C a3 0> d C O j -0 7 a5 U - C O— a) a7 L O ca > E > a> E > o U ,� 3 m a) E m o a 3 a 3 w N v o o a) n n) > L N a) a) N > U i �' E 'y >� a) Y +' Y ai co 0 as N '_' E 0 N _0 C O a O O 7 as .. ca > a3 a) 3 a) o O r: c o o_w 3 3 m C o L a 0 c o J N `a � m L m n '� — _� aEi >' O N G U C 1] Q a) 3 as a) .� N 3 a) c0 3 O m a) > N E N O CL Q >. C° co N N V C U 0 a m n >' ri m .U-� N X ~ L o o° a) a7 >" L O m O_ O C U O E N L a) Cl N r L -O U D_ N 0 N m a) cUn Q Q E N U 0 a) N N p N M CD Cn p .-� 4 07 O Q. O7 U N E m J m U) a) N a) a) 7 N a) _ m O c0 N O O a7 O 'O — = O m N cm N w m w E w °o = m d �° m o 0 N IL U w W J LlO 1- N 0 W K W 0 Z N N K a OIQ N N i • } lu 7 U) i W U Z 1 U ro U. 1 N O W N U � O 1 QI wLL 1 a' N � � 2 W Q a°: a IL Q 1 JI � co N O U W co `1 J Q O co N co co 0p It LO O (O N � d' W V O O V I- � 0 M 0 1l- V U') O 0 'IT 0 CD1-. N V 00 M CD M M O O� t` N W N N N c`') N M co .-- V7Lo N 0 N C C C C C C C C 7 O 7 O 7 0 7 O 7 O :3 O 0 O 7 O i c cm m c m tm C c0 J J J N a al aa� aS a7 aaaaa N a3 a5 a3 a N _ _ n V) N N N N N d (D U) C C C a) a) a) cop a) N a) a) m C C C C C LL C C C C C J > cm J a) a) m L w YI a) Q Q Q Q 0 0 0 0 0 � C O Q. U) O " O " a) 0 '.' i U U) U ; U ( 5 U N U ip U N O m > Q a) C N C_ a) C_ N > a) > a) > m > a) > N > a) > a) > a) > m �. (n C J C C C C 41 > a) > a) >> N a) > m >> m C m O 0 0 0 0 0 0 0 0 f� G1 L N L -C U) U)p) p L U)U In LO c- LO c- In l0 C ` 0 Q > O > O > O > O O O 0 0 0 0 0 1p 0 l0 lf) co ll7 co co l0 C)W Lf7 C CD m 0 N 0 0 L Q) O) O C) m N M V LO cD 0 O V O O O N M O N co l0 O W 6) R M O V APPENDIX B: STANDARD PLANS allt R R R � � I — — — ALLEYI WIDTH ---- 12" SMOOTH CONCRETE 12" MIN I TROWEL FINISH i AC SLOT PATCH V I EXISTING �.OR I, EDGED COL JOINT NT AC PAVEMENT, — 2% (TYP) ALONG PROPERTY LINE I `I ______ 6" aTHICK PCC _ —J EXISTING AC THICKNESS PLUS 1" I OR AS SPECIFIED BUT NOT LESS THAN 6" WATER METER BOX TO BE RELOCATED ADJACENT TO PROPERTY LINE PORTLAND CEMENT CONCRETE ALLEY NOTES: 1. CONCRETE SHALL BE 560—C-3250 UNLESS OTHERWISE SPECIFIED. 2. ALLEYS EXCEEDING 16 FEET IN WIDTH SHALL BE CONSTRUCTED WITH 4—FEET WIDE, 6—INCH THICK PCC STRIP GUTTERS WITH KEYWAY ALONG EACH SIDE. 3. ALLEY SHALL BE FINISHED FROM EDGE TO CENTER ALONG EACH SIDE, NOT FROM EDGE TO EDGE. A CONSISTENT, WELL—DEFINED VEE SHALL BE MAINTAINED. 4. WRAP ALL POWER POLES WITH Y8" PREMOLDED JOINT FILLER. 5. WEAKENED PLANE JOINTS AND PREMOLDED JOINT FILLER SHALL BE PER STD 141. 6. CENTERLINE AND BOTH PROPERTY LINE GRADES SHALL BE SHOWN ON IMPROVEMENT PLANS. R R R I I I — — — — --- ALLEYI WIDTH 12" SMOOTH CONCRETE I— 4' TROWEL FINISH I i4" MIN AC OR AS SPECIFIED " LIP I — 0.10" 2% 4" MIN CAB —. 2"X6" FOUNDATION GRADE REDWOOD 6" PCC OR _ I WATER METER BOX TO HEADER (TYP) AS SPECIFIED BE RELOCATED ADJACENT TO REDWOOD HEADER ASPHALT CONCRETE ALLEY WITH PCC GUTTER FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 140—L APR /� /!�°U✓ �'L G�lrq� "�'- 51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: P.KHARAZMI STANDARD DRAWING NO. DATE: il/3/2020 TYPICAL ALLEY SECTIONS 140 SHEET 1 OF 1 I �- ° Y"d(TYPN%' ALK 3�FLOW LIN d I ° " EXPANSION i EC, FULL CIF JOINT MATERIAL B y (TYP) PLAN TYPE A BC I R 4A - R Y" (TYP) d SIDEWALKR -------=—°—d-- i FLOG LINE as ------�---------- -----------�-------- d ° ° EXPANSION JOINT MATERIAL B — (TYP) PLAN TYPE B W I BC i I -jam �A�-- d kW °i �a (TYP)R �REC FPOW LINE- d ° ° d EC, FULL CIF - - w - W/2 - - -- W/2 -- 2% (TYP) L 6" MIN CCt`TV'1AI A A 4" CMB — IYPLS A & C ------ - W - -- M -� 6" MIN 4" CMB CC!`TIl1\I A A IYPL B PARKWAY AND SIDEWALK SLOPE ALLEY CROSS VARIES SLOPE Y 0" CF _L -y 2'-0" f ----- ti SECTION B-B 4" CMB - - BC EC, FULL CF �" EXPANSION NOTES. JOINT MATERIAL B� (TYP) 1 PLAN 2 TYPE C 3 4 5 FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 142-L I YPES A, B, & U THE RADIUS OF THE CURB RETURN SHALL NOT BE GREATER THAN 10 FEET. CONCRETE SURFACE 6" ON EACH SIDE OF A FLOW LINE SHALL HAVE A STEEL TROWEL FINISH EXCEPT BETWEEN THE PROPERTY LINE AND THE GUTTER. "M" SHALL BE EQUAL TO W/5, BUT NOT LESS THAN 2 FEET. "Y" SHALL BE A MINIMUM OF 4 FEET. CONCRETE SHALL BE 560-C-3250 UNLESS OTHERWISE SPECIFIED. 6" ` - I I I APP. �,4k,L. `"`-.--..--- -----51568 11/24/2020 CITY ENGINEER RCECITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 11/3/2020 ALLEY APPROACHES TYPES A. B. AND C 142 SHEET 1 OF 1 %" EXPANSION JOINT MATERIAL (TYP) SIDEWALK ° NI(N ° G G BACK OF CURB a VARIES a\ 0 E p J V1° X f A -TOP OF CURB \ EXISTING JOINT PLAN EDGE OF GUTTER FLOWLINE TOP OF CURB REMOVE AND REPLACE IF 5' OR LESS (TYP) FOR 8" CF - 4'-- FOR R \ 6" CF 3. -y X -- - CURB OPENING -- APPROACH BOTTOM (W) SEE NOTE 4 ELEVATION 4' 3' X FLOWLI NE SIDEWALK - TOP OF CURB I I — r FULL HEIGHT CF — R 1' MIN f VARIES - - --- -- _ _ VARIES -- -_ _ -- - - - - 4' MIN SIDEWALK - -' 1 3¢" LIP 10% MAX 2% MAX SLOPE ----- i SLOPE ------------------- j Y - F T 6" PCC 1' WIDE BY 1' DEEP AC PATCH BACK EXISTING AC SECTION A -A COMPACTED NATIVE SOIL NOTES: 1. WHEN REMOVING EXISTING SIDEWALK AND CURB AND GUTTER, SAWCUT AND REMOVE TO NEAREST EXISTING JOINT WITHIN 5 FEET BEYOND CURB OPENING, 2. SLOPED "X" AREAS AND SLOPE DRIVEWAYS SHALL HAVE A COARSE BROOM FINISH. 3. CONCRETE SHALL BE 560-C-3250. 4. "W" SHALL BE MINIMUM OF 10 FEET AND A MAXIMUM OF 20 FEET EXCEPT IN THE CASE OF THREE CAR GARAGE WHERE "W" MAY EQUAL 25 FEET OR 32 FEET FOR A 4 CAR GARAGE. 5. "W" SHALL BE CENTERED WITH GARAGE OPENING. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 162-L +;y, , f i APP. �// �' r � ��'�.� "`-`-���----------51668 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: P. KHARAZMI STANDARD DRAWING NO. DATE: 11/3/2020 RESIDENTIAL DRIVEWAY APPROACH TYPE I 162 SHEET 1 OF 1 Y8" EXPANSION 10% MAX R JOINT MATERIAL r-- - X -� J SLOPE r -- - X - i ' VARIES — =-- EBACKOF ° a B. MAX a -� SIDEWALK SLOPE (TYP) „ NN c L Y n a EXISTING JOINT A - FLOWLINE -TOP OF CURB EDGE OF GUTTER REMOVE AND REPLACE PLAN IF 5' OR LESS (TYP) BACK OF WALK , —_ ---- -- CURB OPENING R � SIDEWALK X - APPROACH BOTTOM (W) - --_ SEE NOTE 4 ��' �- TOP OF CURB i I I 1 I TOP OF CURB -' - FLOWLINE FULL HEIGHT CF - ELEVATION R 1' MIN VARIES SIDEWALK - - - - VARIES 4' MIN " LIP /- 2% MAX I - 10% MAX SLOPE EXISTING DRIVE__ SLOPE / ---------- - L- 6" PCC - 1' WIDE BY 1' DEEP AC PATCH BACK - COMPACTED NATIVE SOIL SECTION A -A - EXISTING AC NOTES: 1. WHEN REMOVING EXISTING SIDEWALK AND CURB AND GUTTER, SAWCUT AND REMOVE TO NEAREST EXISTING JOINT WITHIN 5 FEET BEYOND CURB OPENING. 2. CONCRETE SHALL BE 560-C-3250. 3. "W" SHALL BE MINIMUM OF 10 FEET AND A MAXIMUM OF 20 FEET EXCEPT IN THE CASE OF THREE CAR GARAGE WHERE "W" MAY EQUAL 25 FEET OR 32 FEET FOR A 4 CAR GARAGE. 4. "W" SHALL BE CENTERED WITH GARAGE OPENING. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 163-L APP. i N�,!y,t,C ',.c_ _ .....-_... _. _---51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING N0. DRAWN: P. KHARAZMI RESIDENTIAL DRIVEWAY APPROACH TYPE II 163 DATE: 11/3/2020 SHEET 1 OF 1 Y8" EXPANSION JOINT MATERIAL f - --- X - - f - -- -- - X - - �- 8. %� MAX - " SLOPE (TYP) a BACK OF CURB - 'o " ., C ° 'a SIDEWALK - EXISTING JOINT f A ' - FLOWLINE - TOP OF CURB EDGE OF GUTTER PLAN REMOVE AND REPLACE - IF 5' OR LESS (TYP) -- - - -- -- - CURB OPENING - SIDEWALK r APPROACH BOTTOM (W) SEE NOTE 4 - TOP OF CURB I I TOP OF CURB - �" - FLOWLINE FULL HEIGHT CF - ELEVATION R y 1' MIN VARIES - - -- -- 4' MIN - - - - LIP - 2% MAX SLOPE EXISTING DRIVE ---1-------- v„ L 6" PCC - 1' WIDE BY 1' DEEP AC PATCH BACK EXISTING AC COMPACTED NATIVE SOIL SECTION A -A NOTES: 1. WHEN REMOVING EXISTING SIDEWALK AND CURB AND GUTTER, SAWCUT AND REMOVE TO NEAREST EXISTING JOINT WITHIN 5 FEET BEYOND CURB OPENING. 2. CONCRETE SHALL BE 560-C-3250. 3. "W" SHALL BE MINIMUM OF 10 FEET AND A MAXIMUM OF 20 FEET EXCEPT IN THE CASE OF THREE CAR GARAGE WHERE "W" MAY EQUAL 25 FEET OR 32 FEET FOR A 4 CAR GARAGE. 4. "W" SHALL BE CENTERED WITH GARAGE OPENING. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 164-L APP. -����� e�'�'4.���'-_-_._--- ------51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE I DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: P. KHARAZMI STANDARD DRAWING NO. RESIDENTIAL DRIVEWAY APPROACH TYPE III 164 DATE: 11/3/2020 SHEET 1 OF 1 10' OR _ VARIES NOTES: - %" EXPANSION 1. R=25' FOR COMMUTER STREETS I y i JOINT MATERIAL AND 35' FOR ARTERIAL STREETS (TYP) UNLESS OTHERWISE SPECIFIED. 2. CONCRETE SHALL BE 560-C-3250. 6/3 3. LANDSCAPE PARKWAY WITH STREET 4/3 TREES REQUIRED WHEN DISTANCE FROM CURB FACE TO PROPERTY LINE Q EXCEEDS 6' IN RESIDENTIAL AREAS. EDGE OF GUTTER CONCRETE SIDEWALK IN COMMERCIAL AREAS WITH STREET TREES. / R TOP OF CURB WEAKENED - BACK OF CURB `PLAN@` JOINTS 10' OR VARIES CURB ACCESS RAMP A -_ __ a PER STD 181 CURB RETURN AREA -Y8" EXPANSION JOINT MATERIAL (TYP) R -- — 10' TYPICAL PARKWAY - - j� 4' MIN SIDEWALK - - - SEE NOTE 3 — -- 4" MIN --L --2% MAX PCC NATIVE TED SOIL OI TYPICAL SECTION CONCRETE WALK WEAKENED PLANE JOINTS & EXPANSION JOINTS FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 180-L APR - %�7"`%� %M,44 ! `- - - - -51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS F DARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 11/3/2020 SIDEWALK DETAIL 180 SHEET I OF 1 f A OR B I _ 4' MIN N ¢ 2% MAX 4' MIN I ' I I 1. Z > FRONT EDGE %o � o OF SIDEWALK oho 10% MAX AT CURB t. A ORB� CF CASE "A" A OR J RETAINING CURB 6" TYP / IF NECESSARY AT PROPERTY LINE x 4' MIN N 1 2% MAX 1 4' MIN I I 5% MIN & 5% MIN & 8.3% MAX z � 8.3% MAX o�l� e%vi ro o - FRONT EDGE e%—OF SIDEWALK 10% MAX J _ AT CURB — �A OR B� �� - CF CASE "B" VARIABLE �1 0" CF FULL HEIGHT CF I Y Z < RETAINING CURB FRONT EDGE m OF SIDEWALK ,n 06 w J a % FULL HEIGHT CF a a 0" CF 0 6" TYP. o N N 0" CF ogla°=A5 VARIABLE 0" CF J—__1__ 0" CF CASE "E" FULL HEIGHT CF - VARIABLE �I I I II 0" CF -\I I II RETAINING CURB FULL a HEIGHT z � CF RETAINING CURB f C 5% MIN & FRONT 6" TYP. 8.3% MAX ��� EDGE OF -- 1 SIDEWALK io zd T —— — — 0" CF �P 0" CF VARIABLE � C-'' FRONT EDGE ./� OF SIDEWALK 0" CF FULL CASE "F" HEIGHT CF f � I I P.L. CASE "Cn CF DIRT USE WHEN SIDEWALK IS LESS THAN 6' WIDE RETAINING f' A ` CURB � VARIES �1 I JOIN EX. i 0" CF F� 4' MIN 6" TYP. - x 2% MAX 4' MIN T VARIABLE CF �Q xw N' FULL HEIGHT CIF - _ - 57 MIN & 5' MIN a3b-57 MAX N(n o°°° Z M kg FRONT EDGE o°°°o o� g0000a OF SIDEWALK 0" CF °°°°° ALONG ACCESS __----_ °° 2% MAX °°°° RAMP LANDING "°°°°° SLOPE BCR FRONT EDGE FULL 10% MAX 0" CF OF SIDEWALK HEIGHT CF AT CURB f Q CF CASE "D" CASE "G" +�, FORMER CITY STANDARD PLAN NUMBERS (2004 EDITION): STD 181-L-A AND STD 181-L-B APP. /�"�� r ��:hk.-r l -- - -51568 11/24/2020 CITY ENGINEER RCE DATE [NI.. I DATE I DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: I1/3/2020 CURB ACCESS RAMP 181 SHEET 1 OF 3 4' MIN _ 2% MAX 57 WIN & 57 MIN & 83% MAX &37 MAX o is box ° oho TOP OF RAMP SEE NOTE 9 4' MIN FF T �57MINSc�837 MAX QCf`TI/'►Kl A A TOP OF RAMP — RETAINING CURB SEE NOTE 9 4' MIN — IF NECESSARY — — _2% MAX 17 _ — T �/i CCf'TIr1A1 D Q DEPRESS ENTIRE SIDEWALK AS REQUIRED RETAINING CURB ,\ � SEE NOTE 9 — — — — T 2% MAX SECTION C-C 2.3" MIN AND 2.4" MAX i — CENTER TO CENTER j SPACING, TYP. -000 RAISED TRUNCATED DOME PATTERN IN -LINE FRONT EDGE OF SIDEWALK CF NOTES: Q—�� f � \ sg o ° ���, 00 ti - 10% MAX 10 0 0 AT CURB °°00 °00 0 ° °0°0° 0 0 0 r 10% MAX AT CURB CASE "H" 1. CURB AND GUTTER WILL BE POURED FIRST AND RAMP THE FOLLOWING DAY TO CREATE COLD JOINT. 2. LOCATIONS WITH CROSS GUTTER SHALL HAVE SPANDREL REPLACED. 3. PARKWAY LANDSCAPE AND IRRIGATION SHALL BE MODIFIED IN KIND. PAY LIMIT BCR/ECR 2' GUTTER CURB & GUTTER TOP DIAMETER SIDEWALK oo °oaoo °oo ° 0.45" MIN AND 0.47" MAX PAY LIMIT BCR/ECR °o o°000 o 0.2"� 0 m \ \\ ` 2' AC PATCH OPAY BASE DIAMETER LIMIT � 0.9" MIN AND 0.92" MAX - EG TC/FL DETAIL A RAISED TRUNCATED DOME CURB RAMP PAY LIMIT FORMER CITY STANDARD PLAN NUMBERS (2004 EDITION): STD 181-L-A, STD 181-L-B AND STD 181-L-D APP. l/�� �4 j :4i,.. r.' r`-. ---.. __-_ _---51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: P. KHARAZMI STANDARD DRAWING NO, CURB ACCESS RAMP 181 DATE: 11/3/2020 SHEET 2 OF 3 NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4' MIN PLATFORM (LANDING) AS IN CASE A, THE SIDEWALK MAY BE DEPRESSED LONGITUDINALLY OR MAY BE WIDENED AS IN CASE D. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. (NOT USED) 4. (NOT USED) 5. THE PAY LIMITS FOR CURB ACCESS RAMPS SHALL BE AS SHOWN IN DETAIL A. 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4" MIN. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP SHALL BE RELOCATED OR ADJUSTED TO GRADE. 9. COUNTERSLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIATELY ADJACENT TO AND WITHIN 48" OF THE CURB FLOWLINE SHALL NOT BE STEEPER THAN 1V:20H (5.0%). 10. RAISED TRUNCATED DOMES SHALL BE DARK GRAY IN COLOR AND SHALL BE ADA PAVERS AS MANUFACTURED BY WAUSAU TILE, INC OF WISCONSIN, ADA-2 COLOR A-90 OR APPROVED EQUAL. 11. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM OF 48" WIDE PERPENDICULAR TO THE DIRECTION OF TRAVEL AND EXTEND 36" MINIMUM IN THE DIRECTION OF TRAVEL. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 181-L-C APP.l�''✓`;----S1S68 11/24/2020 CITY ENGINEER RCE DATE NO. I DATE DESCRIPTION OF REVISIONS " CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: P. KHARARAZMI STANDARD DRAWING NO. DATE: P. KH CURB ACCESS RAMP 181 SHEET 3 OF 3 18 6" -ter _.- - - 24" 1-- „ R 2„ 4 6" OR 8" 3:12 CURB FACE y- _ BATTER 4 4 1„ R 41 4 4 12" FOR 6" CURB FACE 6" Q 14" FOR 8" CURB FACE 4 4 TYPE A PCC CURB AND GUTTER (CURB FACE SHALL BE 8" UNLESS OTHERWISE NOTED) y8„ 6" -� „ R 6" OR 8" a CURB FACE FLOW 3:12 J ----- BATTER 12" FOR 6" CURB FACE 14" FOR 8" CURB FACE - L] L— 44 - 12" FOR 6" CURB FACE 14" FOR 8" CURB FACE TYPE B PCC CURB (CURB FACE SHALL BE 6" UNLESS OTHERWISE NOTED) �- 612" l 4 � R 6" OR 8" 3:12 CURB FACE ' BATTER Y2" R g 6„ 4 NO LIP L FLOW TYPE C PCC CURB AND GUTTER NOTES: 1. GUTTER SURFACE WITHIN 4" OF FLOW LINE SHALL BE GIVEN A STEEL TROWEL. (APPLIES TO TYPE "A" CURB AND GUTTER). 2. PREFORMED -Y8" THICK EXPANSION FILLER SHALL BE INSTALLED IN ALL TYPES OF CURB AT THE BC AND EC OF RETURNS, AT INTERVALS OF 60' BETWEEN RETURNS AND AT THE ENDS OF DRIVEWAYS. SIMILAR EXPANSION JOINTS SHALL BE INSTALLED IN ALL GUTTERS ADJOINING CURB. WEAKENED PLANE JOINTS SHALL BE FORMED AT INTERVALS OF 20' BETWEEN RETURNS. (APPLIES TO TYPES "A", "B", "C", AND "F" CURBS AND GUTTERS). 3. IN SUPER ELEVATED SECTIONS THE GUTTER SLOPE SHALL FOLLOW THE CROSS SLOPE OF THE STREET PAVEMENT. (APPLIES TO TYPE "C" CURB AND GUTTER). 4. CONCRETE SHALL BE 560-C-3250. FORMER CITY STANDARD PLAN NUMBERS (2004 EDITION): STD 182-L AND STD 183-L APP. _ /%/"'tc D` r,Y:44..r' - - - - -51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 11/3/2020 STANDARD CURB SECTIONS TYPE A, B, & C 182 SHEET 1 OF 1 6" Y8 R .i 8:12 BATTER 6" CF ° -Y4" TOP OF FINISHED T 2" L PAVEMENT 3" y '- #4 DOWEL SPACED 4' O.C. MIN LENGTH 8" TYPE D PCC CURB �4" -- 6"- 4 mw :z 3'4" R C 6" 8:12 BATTER TOP OF PAVEMENT ASPHALTIC TACK COAT REQUIRED TYPE E ASPHALT CONCRETE CURB 24" �- -- --- - 12" -- - - - - -- 12" - -- - yz„ R 6" 6" 4" 4 4 R ° a 6" 4 a TYPE F PCC ROLLED CURB NOTES: 1. DOWELS MAY BE DELETED AND CURB UNREINFORCED WHEN EXTRUDED CONCRETE IS BONDED TO PAVEMENT SURFACE WITH APPROVED EPDXY ADHESIVE CONFORMING TO STATE OF CALIFORNIA SPECIFICATION 95-1.02E AND USED IN STRICT ACCORD WITH THE MANUFACTURER'S PRINTED INSTRUCTIONS. (APPLIES TO TYPE "D" CURB). 2. CONCRETE SHALL BE 560-C-3250. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 183-L APP. j%Y"W,., �` rw-%4 �... /.. -_ _.-.---51568 11/24/2020 CITY ENGINEER RCE DATE I NO. I DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 11/3/2020 STANDARD CURB SECTIONS TYPE D. E, & F 183 SHEET 1 OF 1 FLOW LINE OF PIPE )12" ABOVE GUTTER FLOW LINE R VARIABLE _yam 4' MIN PARKWAY SIDEWALK 9% AAAY I A y B 1. DRAINS WITH SLOPE GREATER THAN 10% MAY REQUIRE AN ENERGY REDUCER. 2. ALL DRAINS MUST BE INSTALLED 90' TO THE CURB FACE UNLESS APPROVED BY THE CONSTRUCTION ENGINEER. 3. IF CURB AND GUTTER OR SIDEWALK IS REMOVED, JOIN TO THE NEAREST JOINT. INSTALL POLYETHYLENE PLASTIC 1 Y" MIN COVER - JOINT MATERIAL "QUICK -JOINT" OR EQUAL T f _ 9" _ - - 6" 2" MIN SEE DETAIL A FOR TYPE OF DRAIN PIPE /- INSTALL POLYETHYLENE PLASTIC 1 J¢" MIN COVER - JOINT MATERIAL "QUICK -JOINT" / OR EQUAL. 4^ 2" .MI y -- - --- 9" - - -- 16" - - 2" MIN _ 6" TOPSOIL OR 4" CONCRETE 6 Y4" 4" MAX OUTER DIAMETER 4 Y4" 3" PERFORATED DRAIN PIPE j 18" CLASS SDR 35 SCH 40 PVC PIPE CRUSHED ROCK RECTANGULAR CAST IRON PIPE, 3" PVC (SCH 40) L ALHAMBRA FOUNDRY A-470 PIPE OR EQUAL FILTER CLOTH - OR EQUAL LAP 6" 12" *OUTSIDE HUB DIMENSIONS DETAIL A SECTION B-B ALTERNATE TO DETAIL A FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 184-L l APP. �Y-4i, C (`- -S1S68 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS F DARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 11/3/2020 PRIVATE DRAINS THROUGH CURB 184 SHEET 1 OF 1 II I — LIP AC PAVEMENT I TYP) 2% (� 4 10' 48" a - 6" CMB A/3 A/3 �` SECTION A -A �/3 �" EXPANSION JOINT \ MATERIAL. EXTEND THRU CURB (TYP) � II h ° AC PAVEMENT VARIES T �--- -- 10' -� ° 1 ° LIP 3¢" TYP) " EXPANSION JOINT ° 6" CMB \'`-- MATERIAL (TYP) BEGIN GUTTER SECTION B-B TRANSITION AS REQUIRED ° (TYP) r - AJ WIDTH VARIES �I 4' 8" PCC OVER 1 �� AC PAVEMENT - f VARIES 6" CMB 38" LIP REFER TO NOTE NO. 3 — — 41 r 6" CMB 10' - d °1 ° �a d"I SECTION C-C A3 A/3 0/3 %" EXPANSION JOINT MATERIAL. EXTEND THRU CURB (TYP). F 10' v t %�I I BEGINTRANSITION II I NOTES: 1. SMOOTH TROWEL 8" WIDE ALONG FLOWLINE IN CROSS GUTTERS AND APRONS. 2. CONCRETE SHALL BE 560-C-3250. 3. 4-#4 SMOOTH GALVANIZED BARS (4' LONG) ® 18" O.C., 3" FROM BOTTOM (TYP). ALL LOCATIONS SHOWN. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 185-L 1 1. , /1 APP. P? r\ ti'4,r.'-`—-......_ . _ -51668 11/24/2020 CITY ENGINEER RCE DATE N0. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DRAWING NO. DRAWN: P. KHARAZMI DATE: 11/3/2020 STANDARD CROSS GUTTER 8 FEET WIDE 185 SHEET 1 OF 1 CONDUCTORS TO EXTEND A MIN. OF 24" ABOVE FINISHED SURFACE CITY PULLBOXX -Y4" CRUSHED BASE F INSTALL (2) PER BOX 2Y4"x 4"x8" COMMON ED BRICK. EISEL ENTERPRISES NO. 3.5 OR 5 PUI BOX OR PRE-APROVED EQUAL MARK[ "STREET LIGHT HIGH VOLTAGE" BOX L SHALL HAVE L TYPE LOCKING BOL' WITH TAMPER RESISTANT "BRYC PENTA NUT LOCKING NUT NOTE: IF 5 OR MORE CONDUITS TERMINATE IN BOX, USE EISEL ENTERPRISES NO. (5 F) BOX LID SHALL BE STAMPED "HIGH VOLTAGE STREET LIGHTING" 1 Y4" DIA. PVC CONDUIT - BACK OF CURB f 5'-0" MAX. y - 1 Y4" DIA. PVC I CONDUIT WITH 3 WIRES 2" AS PER PLAN, AND BELOW _ - 1 4' 4 6" 1 Y4" DIA. PVC --- SCHEDULE 40 CONDUIT 6" MIN. SECTION A -A I'll _'. —C CONDUIT WITH 3 DETAILED, BELOW. STREETLIGHT OR BOLLARD 1 Y4" DIA. PVC' SCHEDULE 40 CONDUIT , 5' MAX. TO C/L OF STREETLIGHT I TYPICAL PULL BOX REQUIRED AT EACH LIGHT STANDARD GENERAL NOTES 1. ALL CONDUIT SHALL BE 1 Y4" DIA. P.V.C., SCHEDULE 40, UNLESS SPECIFIED OTHERWISE, PER PLAN. 2. SEE STD 205 FOR FUSE HOLDER & WIRING DETAILS. 3. AFTER CONDUCTORS ARE INSTALLED, ALL CONDUIT ENDS SHALL BE SEALED WITH DUCT SEAL OR PRE -APPROVED EQUAL. 4. NO CONDUIT RUN SHALL BE GREATER THAN 180' BETWEEN PULL BOXES, UNLESS OTHERWISE APPROVED BY THE CITY. 5. NO MORE THAN TWO (2) 90' BENDS BETWEEN PULL BOXES, UNLESS OTHERWISE APPROVED BY THE CITY. 6. PULL BOXES SHALL NOT BE INSTALLED IN DRIVEWAYS, RAMPS OR BETWEEN THE B.C.R. & E.C.R. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 204-L e r APP. ....���;'tip ��%�/k._t-.- t..' - -51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS F DARD DRAWING NO. DRAWN: M. ELIAS DATE: 11/3/2020 PULL BOX DETAILS 204 SHEET I OF 1 MAIN LINE * SEE GENERAL NOTE #7 CONSTRUCTION NOTES `1 BRASS COUPLING WITH FEMALE I.P. THREAD, USA. 7 BRASS TAIL PIECE AND METER INSTALLED BY CITY AFTER METER BOX IS IN PLACE. TAIL PIECE SHALL BE FORD C38-23—X (WHERE X IS THE TAIL PIECE LENGTH IN INCHES) OR JONES J-134 — -Y4" FOR A 3'4" METER, AND FORD C38-44—X (WHERE X IS THE TAIL PIECE LENGTH IN INCHES) OR JONES J-134-1. 7 MUELLER/HERSEY AMI METER. 4' ANGLE METER STOP WITH COPPER FLARE INLET AND LOCKWING, JAMES JONES J-1525 OR FORD KV23-444W. IF APPROVED FOR INLINE METER STOP, USE JAMES JONES J-1901W. 5 TYPE "K" COPPER TUBING. 6E CORPORATION STOP, MALE C.C. THREADS INLET AND COPPER FLARE OUTLET, JONES J-1500, FORD F600-4, OR MUELLER H-15000. 7 DOUBLE STRAP BRONZE SERVICE SADDLE WITH C.C. THREADS, JONES J-979 OR FORD 202B. FOR PVC, USE J-969 SERIES OR 202BS WRAP IN PLASTIC SHEETING (10 MIL.) `8 DFW HOPE METER BOX, DFW486C—AF4T MUE NWPT<>—LID. BOXES SUBJECT TO TRAFFIC LOADING REQUIRE TRAFFIC RATED COVERS. (NO APPROVED EQUAL). 9; WHEN INSTALLING A 3/4" METER, INSTALL A METER BUSHING AFTER THE 1" ANGLE STOP. BUSHING SHALL BE JONES J-128—H. GENERAL NOTES 1. COUPLINGS WILL NOT BE PERMITTED WHEN SERVICE LINE IS LESS THAN 60 FEET IN LENGTH. 2. ALL TUBING AND FITTINGS BETWEEN THE MAIN AND THE METER SHALL BE 1" DIAMETER (EXCEPT WHERE NOTED). IF A COUPLING IS REQUIRED AND APPROVED, USE A COUPLING WITH COPPER FLARE ENDS, JONES J-1528 OR J-1529, FORD C-22-44 OR CS-22-44. FOR REPAIRS ONLY, A COMPRESSION FITTING MAY BE USED ONLY AND COUPLING WITH COPPER FLARE ENDS, JONES J-1528 OR J-1529, FORD C-22-44 OR CS-22-44 WITH AN APPROVAL FROM THE UTILITIES DEPARTMENT. 3. TUBING SHALL BE BENT WITH AN APPROVED BENDER. DISTORTION OF O.D. SHALL NOT EXCEED J8 OF ITS ORIGINAL DIAMETER. 4. SPACING OF MULTIPLE TAP CONNECTIONS SHALL BE A MINIMUM OF 24" APART AND 45' ANGLE OR OTHERWISE PERMITTED BY UTILITIES DEPARTMENT. 5. SEE STD 510 FOR SERVICE TAP ON STEEL WATER MAINS. 6. FOR ALL NEW INSTALLATIONS, COMPRESSION FITTING OF ALL TYPES ARE EXPRESSLY PROHIBITED FROM USE. 7. WHERE SERVICES ARE TO BE INSTALLED ON STEEL WATER MAINS, REFER TO STD 510. WHERE SERVICES ARE TO BE REPLACED ON EXISTING OR DUCTILE IRON WATER MAINS, CHANGE THE EXISTING SADDLE TO A STAINLESS STEEL SERVICE CLAMP WITH IRON PIPE THREADED BUSHING. FORD FS1—CC4 FOR APPROPRIATE PIPE DIAMETER. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 502—L e Y APR `�✓ / y'� Y C. �� - ---. -.----61568 11/24/2020 CITY ENGINEER RCE DATE I NO. I DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: M. ELIAS STANDARD DRAWING NO. DATE: 11/3/2020 1" WATER SERVICE 502 SHEET 1 OF 1 -- - 31 V --- - - 18" - 3 y 17" - 4 f �- 11 1 2 BRONZE METER FLANGE, FEMALE IPT INLET. FORD CF-31-77 OR JONES J-129. — MAIN LINE METER SHALL BE INSTALLED BY CITY AFTER METER BOX IS IN PLACE. MUELLER/HERSEY AMI METER. 4 ANGLE METER BALL STOP WITH FEMALE IPT INLET AND TEE -HEAD WITH LOCK -WING, JONES J-1974W OR FORD BFA13-777W. TYPE "K" RIGID COPPER TUBING. 6; LONG RADIUS 90' ELBOW, NIBCO OR EQUIVALENT DOMESTIC COPPER FITTING. IF SERVICE LINE IS OVER 20 FEET IN LENGTH, A COPPER FITTING (NIBCO OR EQUIVALENT DOMESTIC COPPER FITTING) MAY BE USED. FOR REPAIRS ONLY, A COMPRESSION FITTING MAY BE USED ONLY WITH AN APPROVAL FROM THE UTILITIES DEPARTMENT. 8 MALE IPT INLET BY MALE IPT OUTLET BALL CORPORATION STOP, JONES J-1943 OR FORD FB-500-7. DOUBLE BRONZE STRAP SADDLE WITH IRON PIPE THREAD. JONES J-979 OR FORD 202E-IP7. FOR PVC, USE JONES J-969 OR FORD 202BS-IP7 WRAP IN PLASTIC SHEETING (10 MIL.) 10) DFW HOPE METER BOX, DFW65CB-AF4T MUE NWPT<>-LID. BOXES SUBJECT TO TRAFFIC LOADING REQUIRE TRAFFIC RATED COVERS. (NO APPROVED EQUAL). 1i COPPER 45' ELBOW, NIBCO OR EQUIVALENT DOMESTIC COPPER FITTING. 2" BRASS COUPLING, (THREADED) ON CORP, NIBCO, USA. 13' COPPER ADAPTER, MALE IPT X WROT COPPER, NIBCO TYPICAL. NO THIN WALL FITTINGS. GENERAL NOTES 1. WROT COPPER, SILVER BRAZED, SOLDER COUPLINGS WILL BE PERMITTED AT INTERVALS OF 20 FEET OR GREATER. 2. TUBING MAY NOT BE BENT. ALL DEFLECTIONS AND CHANGES IN DIRECTION OF COPPER TUBE SHALL BE A ACCOMPLISHED BY MEANS OF WROT COPPER FITTINGS. BENT OR DAMAGED COPPER LINES SHALL BE REJECTED. 3. SPACING OF MULTIPLE SERVICE CONNECTIONS SHALL BE A MINIMUM OF 24" APART AND 45' ANGLE OR OTHERWISE PERMITTED BY UTILITIES DEPARTMENT. 4. SEE STD 510 FOR SERVICE CONNECTIONS ON STEEL WATER MAINS. 5. LEAD SOLDER SHALL NOT BE USED. SOLDER SHALL BE SILVER BASED MATERIAL. 6. FLARE AND COMPRESSION FITTINGS ARE STRICTLY PROHIBITED. 7. MAINTAIN POSITIVE SLOPE IN SERVICE LINE FROM WATER MAIN TO METER BOX. MAIN MAY BE TAPPED AT SPRING LINE (BY SPECIAL PERMISSION ONLY) WHERE MAINS ARE SHALLOW OR OTHER CONDITIONS WARRANT. 8. ALL FITTINGS SHALL BE 2" DIAMETER. 9. WHERE SERVICES ARE TO BE INSTALLED ON STEEL WATER MAINS, REFER TO STD 510. FORMER CITY STANDARD PLAN NUMBER (2004 EDITION): STD 503—L a APP. :%''�' ✓� i�y'� -/-- - -- — - ---51568 11/24/2020 CITY ENGINEER RCE DATE NO. DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: M. ELIAS r DARD DRAWING N0, DATE: 11/3/2020 2" WATER SERVICE 503 SHEET 1 OF 1 - TRAFFIC SIGN 2' MIN VARIES � J -E-- - n 2" X 2" O.D. 14 GA. UNISTRUT POST 7' MIN _ 4"-6" ABOVE FINISH SURFACE 8" MIN FINISH SURFACE L 18" IN CONCRETE 30" IN DIRT i 2-1/4" X 2-1/4" O.D. 12 GA. UNISTRUT BASE TYPICAL SIGN INSTALLATION NOTES: 1. SIGN SHALL BE STANDARD SIZE PER THE CALIFORNIA MUTCD UNLESS OTHERWISE SHOWN. SIGN SHALL BE MADE OF ALUMINUM (0.08 INCH THICKNESS). 2. REFLECTIVE SHEETING SHALL BE 3M HIGH INTENSITY PRISMATIC (TYPE 4) OR GREATER, OR APPROVED EQUAL. 3. NEW SIGN POSTS SHALL BE 14 GAUGE, 2 INCH SQUARE (O.D.) UNISTRUT INSTALLED INTO A 12 GAUGE 2-1/4 INCH UNISTRUT (O.D.) BASE. UNISTRUT BASE SHALL BE INSTALLED AT A DEPTH OF 18 INCHES IN CONCRETE AND 30 INCHES IN DIRT. CONTRACTOR SHALL USA LOCATION PRIOR TO INSTALLING SIGN. 4. SIGN MOUNTING HARDWARE AND BRACKETS SHALL BE N6 INCH STAINLESS STEEL. ANTI -SEIZE LUBRICANT SHALL BE APPLIED TO MOUNTING HARDWARE PRIOR TO INSTALLATION. 5. SIGNS SHALL BE INSTALLED AT A CLEAR HEIGHT OF 7 FEET UNLESS OTHERWISE SHOWN ON PLANS. LOCATION OF SIGNS SHOWN ON PLANS IS APPROXIMATE AND SHALL BE APPROVED BY THE CITY PRIOR TO INSTALLATION. r' APP. - �-51568 11/24/2020 CITY ENGINEER RCE I NO. I DATE DESCRIPTION OF REVISIONS CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS DRAWN: P.KHARAZMI STANDARD DRAWING NO, DATE: 11/3/2020 TYPICAL TRAFFIC SIGN INSTALLATION 924 SHEET 1 OF 1 � U 5; k k � � / / / � 2 / § $ cu R \ § 2 c u / � \ § a U m c & � $ ip § / � / k k� jk & § \ Z' ¢@ qCr /� © © q cu E § $J 4 0 �s U R 6 2 = k£ $ b 6 ® f § \ / 3 f — 4- 7 co & E u § _ ƒ 2 >7 £7_7 &/2 u4 § / k / / � m � 2L2 kt/ z\ k )kL t£/ \ 0 pp 4G3 e E / o oU