Loading...
HomeMy WebLinkAboutC-6189 - Ocean Boulevard and Poppy Avenue Street ImprovementsNovember 14, 2018 All American Asphalt Attn: Michael Farkas 400 E. Sixth Street Corona, CA 92879 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAX newportbeachca.gov Subject: Ocean Boulevard and Poppy Avenue Street Improvements — C-6189 Dear Mr. Farkas: On November 14, 2017, 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 November 16, 2017 Reference No. 2017000496542. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is 7651910. Enclosed is the Faithful Performance Bond. Sincerely, �i6t" Lellanl I. Brown, MMC City Clerk Enclosure Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7651910 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,803.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for: The constructing new curb, cross gutter, sidewalk, driveways, alley aprons, alley gutter and curb ramps; asphalt pavement and polypropylene fiber reinforced Portland cement concrete pavement; installing truncated domes and traffic loop detectors; adjusting manhole covers and water valves to finished grade; relocating mailboxes and signs; applying traffic striping and pavement markings; removing curb, gutter, trees, and sidewalk; installing new trees and parkway landscaping; and all appurtenant work in connection therewith as shown on the drawings and in accordance with these specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Sixteen Thousand Thirty Three Dollars and 00/100 ($1,216,033.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. All American Asphalt Page B-1 As a part of the obligation secured hereby, and in addition to the specified in this Performance Bond, there shall be included costs and expenses and fees, including reasonable attorneys fees, incurred by City event City is required to bring an action in law or equity against Surety to obligations of this Bond. face amount reasonable , only in the enforce the 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 9th day of January ,2017 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety Aut oriz�ed 916nature,tle Edo Cc,-�son,�l,e �rtsc1a.4 Authori a ent Signature 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 William Syrkin, Attorney -in -Fact Address of Surety Print Name and Title (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTO NEY'S OFFLCE Date: By: ) �-� Aaron C. Harp a u� �•�� City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt Page B-2 "Please See Attached`* ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On , 20 before me, Notary Public, personally appeared 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) All American Asphalt Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 01/09/2017 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameKof Signer(* who proved to me on the basis of satisfactory evidence to be the person(* whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/thelt executed the same in his/haV11fiWr authorized capacity(iias), and that by his/herRheir signatures on the instrument the person(*, or the entity upon behalf of which the person(s), acted, executed the instrument. R. PARAMO i comrnittion N 2035890 z • "®r.. Notary Public - California i z Orange county M comm. Ex ire. Au 5, tot 7 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true a correr� cam_ my h-aRq and Signature of Notary Public OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt Capacfty(ies) Claimed by Signer(s) Signer's Name: William Syrkin ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual 2Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: � � ♦.. �✓L!, ri �� ✓� • � irr , � vim EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 90t day of January 2017 w< euay By: Gerald F. Haley, Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document State of California County of Riverside On 01/17/2017 before me, Rebecca Angela Parra Notary Public Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(&) islam subscribed to the within instrument and acknowledged to me that he/&heAhey executed the same in his/her/4h& authorized capacity(tes), and that by his/herkheir signatures) on the instrument the person(s), or the entity upon behalf REBECCA ANGELA PARRA Of which theerson s acted, executed the instrument. [ -x: Commission # 2024444 P Notary Public -California z zI certify under PENALTY OF PERJURY under the laws of the State of .0Riverside County California that the forgoing paragraph is true and correct. My Comm. Expires May 17, 2017 WITNESS my han cial seal. Signature Place Notary Seal Above Slgnatur of No ry Publlc OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Performance Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three (3) Signer(&) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(!") Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: o Individual o Individual X Corporate Officer —Title(&): Vice President o Corporate Officer—Title(s): o Partner 11 o Limited o General o Partner D o Limited o General o Attorney in Fact o Attorney in Fact "Ih.-b o Trustee Top of Numb here ❑ Trustee o Other: o Other: Signer is Representing: I I Signer is Representing: January 22, 2018 All American Asphalt Attn: Michael Farkas 400 E. Sixth Street Corona, CA 92879 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 PAX newportbeachca.gov Subject: Ocean Boulevard and Poppy Avenue Street Improvements - C-6189 Dear Mr. Farkas: On November 14, 2017, 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 November 16, 2017, Reference No. 2017000496542. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is 7651910. Enclosed is the Labor & Materials Payment Bond. Sincerel , Leilani I. Brown, MMC City Clerk Enclosure Premium is included in the performance bond Executed in: 2 Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7651910 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for: constructing new curb, cross gutter, sidewalk, driveways, alley aprons, alley gutter and curb ramps; asphalt pavement and polypropylene fiber reinforced Portland cement concrete pavement; installing truncated domes and traffic loop detectors; adjusting manhole covers and water valves to finished grade; relocating mailboxes and signs; applying traffic striping and pavement markings; removing curb, gutter, trees, and sidewalk; installing new trees and parkway landscaping; and all appurtenant work in connection therewith as shown on the drawings and in accordance with these specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Sixteen Thousand Thirty Three Dollars and 001100 ($1,216,033.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce All American Asphalt Page A-1 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 9th day of January 2017 All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety Authorizedl Sigriaturpe ff itle CCZw0.rc� S . Ca.\sw,�ticC �rrs�en� Au ori Agent Signature 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 William Syrkin, Attorney -in -Fact Address of Surety Print Name and Title (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: , By Aaron C. Harp f =,, i i, i h•(_ j City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTACHED All American Asphalt Page A-2 "Please See Attached" ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared 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) All American Asphalt Page A-3 CALIFORAIIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ✓s\<.mYti\t.w At aV E.a � :\t c\ .At.A .a a<.a c <: M:a .a /c\[ra'NdE.at.a..At.A ai. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 01/09/2017 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin Name(*of Signer(* who proved to me on the basis of satisfactory evidence to be the persons} whose name(9* is/are subscribed to the within instrument and acknowledged to me that he/sthe/thoy executed the same in his/har/thelr authorized capacityj*, and that by his/hecRhe'ir signature�4on the instrument the person(s), or the entity upon behalf of which the person(s), acted, executed the instrument. R.PARAMO Commission M 2035890 Z OM� Notary Public - California Z Orange County Comm. Ex ires Aug5, 2017 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph (!f%Z al Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three 3 Signer(s) Other Than Named Above: All American Asphalt Capacity(les) Claimed by Signer(s) Signer's Name: William Svrkin ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual IRAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: \✓i\rGCXi�.y A✓G\vi✓ _ t/t`.GL�iVG�iCiGL.:VGLY(`✓.i`.."ii •.i\•�i�%•".•� \✓GC✓. \ L"✓•✓\✓4'up� CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL. CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv, or validitv of that document. State of California County of Riverside On 01/17/2017 before me, Rebecca Angela Parra, Notary Public , Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Name(s) of Signer(s) REBECCA ANGELA PARRA Commission 2024944 Notary Public - Cali:ornia z Z Riverside County n My Comm. Expires May 17, 2017 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/sheAhey executed the same in his/herlther authorized capacity(iss), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my hand o iat sea, I. Signature Place Notary Seal Above Signature o Lary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Payment Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three (3) Signer(s) Other Than Named Above: _Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson D Individual X Corporate Officer—Title(s): Vice President o Partner ❑ o Limited o General n Attorney in Fact D Trustee o Other: Signer is Representing: Signer's Name: n Individual D Corporate Officer—Title(s): _ in Partner ❑ o Limited o General o Attorney in Fact o Trustee D Other: Signer is Representing: r EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 9th day of January 2017 coo By: Gerald F. Haley, Vice President r PRF7651910 Bond Number City of Newport Beach Obligee ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Michael P. Bond, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint William Syrkin its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. M WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of January A.D. 2617 —T ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Michael P. Bond Vice President State of Maryland County of Baltimore (dct-a.>r�v By: Eric D. Barnes Secretary On this 9th day of January A.D. 2017 before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Michael P. Bond, Vice President and Eric D. Barnes, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. WW"iff,r p. 01 Constance A. Dunn, Notary Public My Commission Expires: July 9, 2019 �, j••, RUil �� ,�r?e+hi tq" Document -4340418 -Page -1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIII11111111I1I1[I11I11I1111I111111IIII[1I 1IIIIIIIIIIIIIIII IIII NO FEE +$ R 0 D D 9 7 0 4 4 1 8 $ � 2017000496542 9:38 am 11/16/17 47 NC -5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 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 All American Asphalt, Corona, California, as Contractor, entered into a Contract on December 13, 2017. Said Contract set forth certain improvements, as follows: Ocean Boulevard and Poppy Avenue Street Improvements - C-6189 Work on said Contract was completed, and was found to be acceptable on November 14, 2017, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. FE Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on1���Lrllr9�1 Q, YV�� at Newport Beach, California. 8Y W, 67kk_�_ City Clerk about:blank 11/16/2017 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 All American Asphalt, Corona, California, as Contractor, entered into a Contract on December 13, 2017. Said Contract set forth certain improvements, as follows: Ocean Boulevard and Poppy Avenue Street Improvements - C-6189 Work on said Contract was completed, and was found to be acceptable on November 14, 2017, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY / JCiIZ l Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ��{- n �/ Executed on ,I����0�1 1�1�, VU' I at Newport Beach, California. BY ow, City Clerk CITY CI."7RK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 1st day of December, 2016, at which time such bids shall be opened and read for OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 $ 2,000,000 Engineer's Estimate Approved by agk Vukojevie City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?Company[D=22078 Hard copy plans are available through: Santa Ana Blue Print 2372 Morse Avenue, Irvine, CA 92614 (949)756-1001 Contractor License Classification(s) required for this project: "A" For further information, call Patrick Arciniega /, Project Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca.,qov/government/open-transparent/online-services/bids-rfps- vendor-reqistration City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................17 INFORMATION REQUIRED OF BIDDER.....................................................................18 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 SPECIAL PROVISIONS............................................................................................ SP -1 2 CitV of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 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) DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info 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; Contractorshall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL (LINE 17EMS to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original copies must be submitted to the City Clerk's Office by the Bid Opening Date. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. S, Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 at 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. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 at 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. The signature below represents that the above has been reviewed.. 267073 A. C-12 Contractor's License No. & Classification Authorized Sig ture(fitle Edward J. Carlson, Vice President 1000001051 Exp. 6130/2017 DIR Reference Number & Expiration Date Date 4 Bond No. 08597423 Bid Date: 12/01=16 City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET Contract No. 6189 BIDDERS BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Total Amount Bid ---- Dollars ($ 10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS, Contract No. 6189 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 9th day of November 2016. All American Asphalt 7�-•-// Name of Contractor (Principal) Authorized6ignatu tle` \\ �u�oce1,5.Cahson�ltu, ces�e..'c Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address of Surety (213)270-0600 Telephone Authorized Agent Signature Rebecca Haas -Bates, Attorney -in -Fact _ Print Name and Title (Notary acknowledgment of Principal & SuretV must be attached) ACKNOWLEDGMENT ..................................................... State of California County of :*R personally appeared ss. before me, Notary 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 ..................................................... 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 ■❑ Capacity of Signer: Trustee Power of Attorney _ CEO/CFO/COO President I Vice -President I Secretary I Treasurer Other. Other Information: 0 Check here if no thumbprint or fingerprint is available. "*Please See Attached" ACKNOWLEDGMENT .��.......................................... State of California County of ss. On before me, Public, personally appeared Notary 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 ........................................... i. s....... OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: _ Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 11/09/2016 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Rebecca Haas -Bates NamejS�,of Signer(* who proved to me on the basis of satisfactory evidence to be the persons} whose name(s). is/am subscribed to the within instrument and acknowledged to me that he/she/thea executed the same in hWher/their authorized capacity(ieej, and that by his Ther/their signature�*on the instrument the person(sy, or the entity upon behalf of which the persons) acted, executed the instrument. R. PARAMO commission #r 2035890 �+ Notary Public - California z Orange County My Comm. Ex ires Aug5, 2017 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and-corfect. 1A/ITN Shart' and officialsea. \ Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: 11/09/2016 Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt Capacity(es) Claimed by Signer(s) Signer's Name: Rebecca Haas -Bates ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited 7 General ❑ Individual QAttomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator FI Othar Signer Is Representing: i5\v<-.:G1�.G��:�•/X': �✓ZVG�✓:'✓4\ Gam.Gee!5�!'.vN�Gb':1�GL!:L.G��%V1.G\✓. '� USC`.G Gi'i n, <\✓.'d4'd5'✓,R'v.'vi\�G\. © � 1 • • 1 1 • 1 1 irr . err Ir EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section S. Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. TES T[M� Y WHIG HEREEO, F, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this da of ( 20 �6. _1% WW,N,0% y�Q as s fJ9�4fM1i low b ;_` SPiAI. Yi Alf) 0 Michael Bond, Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document. State of California County of Riverside On 11/28/2016 before me, Rebecca Angela Pana, Notary Public Data Here Insert name and Title or the officer personally appeared Edward J. Carlson Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/ere subscribed to the within instrument and acknowledged to me that he/sheithey executed the same in hisA4er/their authorized capacity(ies), and that by his/heNtheir signature(s) on the instrument the person(s), or the entity upon behalf REBECCA ANGELA PARKA f which the person(s) acted, executed the instrument. Commission # 2024944 certify under PENALTY OF PERJURY under the laws of the State of ,� < Notary Public - California Z ' Riverside County California that the forgoing paragraph is true and correct. My Comm. Expires May 17, 2017 ITNESS my he a 6 official se I. Signature �� A .� Place Notary Seal Above SignaluT of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond Document Date: 11/09/2016 Number of Pages: Three (3) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(e) Signer's Name: Edward J. Carlson Signer's Name: o Individual o Individual X Corporate Officer—Title(s): Vice President o Partner D o Limited o General o Attorney in Fad o Trustee Top of thumb here o Other: Signer is Representing: o Corporate Officer—Title(s): o Partner ❑ o Limited o General ❑ Attorney in Fact Top of Rhumb here ❑ Trustee o Other: Signer is Representing: City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: (`�1cTix•'Cvvg•Y.f\c. Address: 2'�so'Z..dwxaafe,w�c1`p`'r'9 • D`6 °7D "Z.ve�s.lc� CnglSCP, 'L'1 Phone:c s%-�egti-t4°�y State License Number.gR%\•1.2 DIR Reference: \Q0m\\-%So Email Address: Name: CL sucye.;��b+a t�o,Pe.vo� Address: \1lu°\�F o�.�a„o,Z\ m,�„S`c i�$ Caaa, G :)vr.�i CA q14$ 2 �nG1 Phone: qcR-Lk%y-4zo0 State License Number. "c625\ DIR Reference: \pooc)L It U Email Address: Nam'\„o�"ul-Q s Address: 0y\yS,''v.,,,en,�`eS2i tom:. ottt Phone: 11`i'S' -LD -x{0210 l ooPS State License Number: 1oS2q$ty Zia DIR Reference: I0c0C)n-1` q Email Address All American Asphalt Bidder Auth rized 5 natureffitle Edward J. Carlson, Vice President 0 City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: (ikwrl -6tt Address: t1�W�v\in� Phone: Cr. State License Number.. I 1,clT4 DIR Reference:/ C00b01cIg4 Email Address: Name: VA, Lo, 4:INL, Address:x`614,2\ s �shcc>< -3j 5r1j7r :Iwo Phone:{a..�a.HVa\\t� Cps IM- Olta3- �lnl5 3g-3tv State License Number: y tp DIR Reference: Email Address: Name-TYees...:.k,. fo.�erpc�Sr S Address:\.Ss\ 0 Phone: Iipl°� Id -1x03'1 State License NumG//DOODDIS36 / I`i L DIR Reference: LICA gay-7o� Email Address All American Asphalt Bidder Authorized aturerritle Edward J. Carlson, Vice President H CitV of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name All American A-.�phalt 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 $750,000, provide the following information: No. 9 Project Name/Number PaVeMent Resurfacing, PhaSe II Project Description Street Improvements Approximate Construction Dates: From 04/2015 To: 11710015 Agency Name Cant inty of \ranfi ira Contact Person Jeewnona Kim Telephone (80$ 954-1.gu Original Contract Amount $2 aoi s7o.00Final Contract Amount $ 2.192,239.93 If final amount is different from original, please explain (change orders, extra work, etc.) Reduction in Final Quantit!es Did you file any claims against the Agency? Did the Agency file any claims against you/Gontractor? If yes, briefly explain and indicate outcome of claims. 0 No. 2 Project Name/Number Florence Avenue Project Description Street Improvements Approximate Construction Dates: From 04/2015 To: 10/2015 Agency Name City of Inglewood Contact Person Hunter Nguyen Telephone (31 d 412-49,,9 Original ContractAmount $2mpxog.00Final Contract Amount $ 2 s47.61s.6o If final amount is different from original, please explain (change orders, extra work, etc.) Chance Orders and Extra Work -Additional Survev Work Repair Main Water Line Break Electrical Pull Boxeg8Lfrinc 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. 3 Project Name/Number 2014 Roadway Maintenance and Sluay Project Description Street improvements Approximate Construction Dates: From 0612014 To: 10/31/2014 Agency Name _Pnrtof 1 ong PiParh Contact Person I incoln I n Telephone (562) gs'iann0 Original Contract Amount $ 992.oGo.ocHnal Contract Amount $ sas �zo.31 If final amount is different from original, please explain (change orders, extra work, etc.) Reduction in Final Quantities. Did you rile any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/Number 2014/2015 Arterial Streets Project Description Street Improvements Approximate Construction Dates: From 04/2015 To: 0912015 Agency Name City of Riverside Contact Person Steve Howard Telephone (95' 828-5708 Original Contract Amount $1.683ws.00 Final Contract Amount $ i.se3.o7s.00 If final amount is different from original, please explain (change orders, extra work, etc.) Did you rile 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 Yorba Linda Boulevard Reconstruction Project Description Street Improvements Approximate Construction Dates: From 7/2014 To: 11/2014 Agency Name City of EtWartnn Contact Person Kevin Kwak Telephone (714 ns -Rawl Original Contract Amount$1.a4s,000.00FinalContract Amount $ 1,346.000.00 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. 11 No. 6 Project Name/Number Citywide Pavement Rehabilitation Project Description Street Improvements Approximate Construction Dates: From 8/2012 To: 9/2013 Agency Name City of Laguna Hills Contact Person Kenneth Rosenfield Telephone (940 707-2850 Original Contract Amount $t 77e tss ocFinal Contract Amount $ 1 778 ass on If final amount is different from original, please explain (change orders, extra work, etc.) No Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A 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. All American Asphalt Bidder Aut ori{ zed Sigrfature/Title Edward J. Carlson, Vice President 12 r95�Jg53-645 Rick Selph has been with All American Asphalt with 32 years where he has held a variety of different positions, most currently being a manager for over 20 years. As a superintendent, Rick is in charge scheduling jobs, attending meetings, consistently improving job quality and keeping accurate records of quantities used on jobs to maintain meticulous invoicing. All American Asphalt feels that Rick Selph is the best superintendent for this job because of his extensive knowledge of Orange County. References: Reza Jafari Tom Banks City of Irvine City of Costa Mesa 949-724-7545 714-925-7424 42015" PAST WORK REFERENCES City of Hawthorne 4455 W. 162°d Street Hawthorne, CA 90250 Contact: Heecheol Kwon, (310) 349-2980 City of Inglewood One Manchester Blvd, 3`d Floor Inglewood, CA 90301 Contact: Hunter Nguyen, (310) 412-4252 County of Ventura 800 S. Victoria Ave Ventura, CA 93009 Contact: Jeewoong Kim, (805) 654-3987 City of Montclair 5111 Benito Street Montclair, CA 91763 Contact: Steve Stanton, (909) 625-9444 Hawthrone Blvd Reconstruction Contract Amount: $12,579,000.00 Start: 4/2014 Completed: 5/2015 Florence Ave Contract Amount: $2,639,000.00 Start: 4/2015 Completed: 10/2015 Pavement Resurfacing, Phase II Contract Amount: $2,401,970.00 Start: 4/2015 Completed: 10/2015 Northeast Montclair Street Rehabilitation Contract Amount: $514,150.00 Start: 4/2015 Completed: 7/2015 Riverside County Transportation Commission Route 74 Widening 4080 Lemon Street, 3'd Floor Contract: $1,970,004.00 Riverside, CA 92501 Start: 4/2014 Contact: Bill Seitz, (949) 300-9132 Completed: 7/2015 City of Riverside 2014/15 Arterial Streets 3900 Main Street Contract Amount: $1,683,076.00 Riverside, CA 92501 Start: 4/2015 Contact: Steve Howard, (951) 826-5708 Completed: 9/2015 Long Beach Unified School District Garfield Elementary School Pavement 2201 E. Market Street Contract Amount: $1,976,508.00 Long Beach, CA 92805 Start: 6/2015 Contact: Nancy Chinchilla, (562) 997-7513 Completed: 11/2015 "2014" PAST WORK REFERENCES City of Fullerton 303 W. Commonwealth Ave Fullerton, CA 92832 Contract: Kevin Kwak, (77 14) 738-6865 Port of Long Beach 4801 Airport Plaza Drive Long Beach, CA 90815 Contact: Lincoln Lo, (562) 283-7000 City of Beverly Hills 455 N. Rexford Drive Beverly Hills, CA 90210 Contact. Mark Cueno, (310) 285-2557 City of Jurupa Valley 12363 Limonite Ave Riverside, CA 92507 Contact: Michael Myers, (951) 332-6464 City of Santa Ana 20 Civic Center Santa Ana, CA 92701 Contact: Kurt Weimann, (714) 647-5639 Yorba Linda Blvd Reconstruction Contract Amount: $1,346,000.00 Start: 712014 Completed: 11/2014 20I3 Roadway Maintenance and Slurry Contract Amount: $992,000.00 Start: 612014 Completed: 10/2014 2012-2013 Street Resurfacing Contract Amount: $2,970,000 Start: 7/2013 Completed: 512014 2012-13 Pavement Rehabilitation Contract Amount: $970,000 Start: 5/2013 Completed: 12/2013 Bristol Street Rehabilitation Contract Amount: $6,951,475 Start: 3/2013 Completed: 12/2014 "2013 PAST WORK REFERENCES Department of Transportation 3521 %4 University Dr Irvine CA 92612 Contract: Dat Pham, (949) 279-8586 City of Santa Clarity 23920 Valencia Blvd Santa Clarity CA 91355 Contact: Bill Whitlatch, (661) 259-2489 LACDPW 900 S Fremont Ave Alhambra, CA 91803 Contact: Hector Hernandez, (626) 458-2191 Department of Transportation 2023 Chicago Ave., B-6 Riverside, CA 92507 Contact: Michael Chen, (951) 830-6017 Route 74, Contract No. 12-OL6404 ContractAmount: $1,134,057 Start: 7/2012 Completed: 5/2013 2011/12 Overlay & Slurry Seal Program ContractAmount: $5,995,000 Start: 8/2012 Completed: 5/2013 Seventh Avenue CoiitractAmount: $2,077,000 Start: 9/2012 Completed: 12/2013 Route 74, Contract No. 0S-OP9504 Contract Amount: $3,450,622 Start: 6/2012 Completed: 9/2013 City of Laguna Hills Citywide Pavement Rehabilitation 24035 EI Toro Rd ContractAmount: $1,778,169 Laguna Fulls, CA 92653 Start 8/2012 Contact: Kenneth Rosenfield, (949) 707-2650 Completed: 912013 County ofRiverside Transportation Gilman Springs'Road 352514 St Contract Amount: $1,695,108 Riverside, CA 92501 Start: 7/2013 Contact: Trai Nguyen, (951) 961-5363 Completed: 9/2013 "201z" PAST VVORK REFERENC$S City ofBeverlyras 345 Foothill Road Beverly Hills, CA 90210 Contact: YuanMarfinez, (310) 285-2521 City of Costa Mesa 77 Fair Drive Costa Mesa, CA 92628 Contact Thomas Banks, (714) 754-5222 City of Perris 170 Wilkerson Avenue, Ste. D Peiris, CA 92570 Contact: Chris Sunde, (951) 943-5604 City of Dana Point 33282 Golden Lantern DanaPoint, CA 92629 Contact Matt Sinacori, (949) 248-3574 City of Long Beach 333 W. Ocean Blvd., I& Floor . LougBeach, CA 90802 Contact: Chuck Ramey, (562) 570-6634 City of Santa Ana 20 Civic Center Plaza Santa Ana, CA 92701 Contact: Edward.Torres, (714) 647-5018 City of Fountain Valley 10200 Slater Avenue Fountain Valley, CA 92708 Contact: Alex Salazar, (714) 593-4516 2010-2011 Street ResurfaeingProject . ContractAmount: $2,800,000.00 Start: 6/1/2011 Completed: 4/30/2012 2010-2011 CiiywideStreet RebAilitation Contract Amount: $2,778,000.00 Start: 7/1/2011 Completed: 2/29/2012 Foss Field Parking Expansion Contract Amount: $190,000.00 Start: 1/1/2012 Campleted: 2/29/2012 Pacific Coast Highway &Niguel Shores Contract Amount $676,676.00 Start: 12/1/2011 Completed: 5/30/2012 Willow Street Improvements Contract Amount: $661,661.00 Start: 12/1/2011 Completed: 6/30/2012 Bristol Street Widening ContractAmount: $8,315,754.00 Start: 5/1/2009 Completed: 3/16/2012 Edinger Avenue Improvements CoutractAmount- $422,422.00 Start: 5/1/2012 Completed: 8/1/2012 Wl V, PAST WORK REFERENCES Citypf Qompton 205 So-ath Willowbrook Avenue Compton, CA 90220 Contact LonjuanaMitchell, (310) 761-1437 County of San Bernardino 825 E. Third Street San$enardino, CA 92415 Contact: Franklin. Lund, (909) 387-7920 County of Riverside .2950 Washington Street 1. )2iverside, CA 92504 Contact: David Hylkema, (951) 850-6075 City of Stanton 7800 Katella Avenue- Stanton, CA 90680-3162 Contact: Quang Le, (714) 890-4234 City ofLongBeach 333 West Ocean Blvd:, l CP Floor Long Beach, CA 90802 Contact: Chuck Ramey, (562) 570-6634 City ofParawpunt 16400 Colorado Boulekid Paramount, CA '90723-5012 Contact: Len Gorecki, (5 62) 220-2111 City ofHuntington Beach 2000 Main. Street llu tington Beach, CA 92648 Contact Dave Verone, (714) 375-8471 Department of Transportation 464 W. Fourth Street San Bernardino, CA 92410-1400 Contact: Imad Abugharbieh, (951) 277-85.79 Northwood Avenue Reconstruction ContractAmount: $1,180,000.00 Start: 10118/2010 Completed: 5/4/2011 Cajon Blvd. ContractAmcunt $565,000.00 Start: 3/11/2011 Completed: 4/8/2011 De Luz Road Rehabilitation ContractAmount- $74QD00.00 Start: 4/25/2011 Completed. 5/23/2011 2010/2011 Citywide Reconstruction ContractAmount: $322,322.00 Start: 3IV2011 Completed: 4/30/2011 Annual Contract Street Reconstruction Contract Amount: $3,433,415.00 Stat 5/1/2010 Completed: Still On -Going Neighborhood. Street Resurfacing Contract Amount: $899,909.00 Start: 11/1/2010 Completed: 3/30/2011 SIater Avenue Improvements ContractAmount: $1,926,341.00 Start: 8/2/2010 Completed: 2/30/2011 Route 91 Project ContractAmount: $5,732,812.00 Start: 3/1/2010 Completed: 3/30/2011 "2010" PAST WORK REFERENCES City of Santa Ana 20 Civic center Plaza Santa Ana, CA 92701 Contact: Edward Torres, (714) 647-5018 City of Chino 13220 Central Avenue Chino, CA 91790 Contact: Emani Naghmeh, (909) 464-8367 City of Costa Mesa 77 Fait' Drive Costa Mesa, CA 92628-1200 Contact Thomas Banks, (714) 754-5222 City of westmiuster 8200 Westminster Boulevard Westminster, CA 92683 Contact Tuan Pham, (714) 898-3311 ext. 209 City of Paramount 16400 Colorado Avenue Paramount, CA 90723-5012 Contact: Ed Cox, (562) 908-6205 City of Cerritos 18125 Blo6mfieId Avenue Cegitos, CA 90703-3130 Contact Rash Syed, (562) 916-1221 City of Anaheim ............... A -, i.... ... , . , i::.. , 200 South Anaheim Boulevard Anaheim, CA 92805 Contact Sean Ramsey, (714) 765-5059 City of Garden Grove I 1222 Acacia Parkway Garden Grove, CA 92842 Contact: (714) 741-5180 Segmi-trom Avenue Rebabilitation Contract Amount: $2,094,618.00 Start: 11/2009 Completed- 3/30/2010 Street Rehabilitation Project FY 08/09 Contract Amount: $2,127,501.00 Start: 1112009 Completed: 5/31/2010 Rehabilitation of Vanguard Way Contract Amount $517,646.00 Start: 12/2009 Completed: 2/30/2010, City-wide. Overlay 09-10 St. Improvement Project Contract Amount: $1,171,416.00 Start: 2/1/2010 . Completed: 5/30/2010 Resurfacing in Rosecrans Avenue Contract Amount: $572,209.00 Start: 10/1/2009 Completed 5/30/2010 Bloomfield Avenue Improvements Contract Amount: $1,103,000.00 Start: 3/1/2010 . Completed: 6/20/2010 Magnolia Avenue StreetImprovements; . ContractAmount: $868,000.00 Start: 4/1/2010 Completed: 7/20/2010 Harbor Boulevard Street Rehabilitation Contract Amount $919,000.00 Start: 3/1/2010 Completed: 6/30/2010 City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Riverside Edward J. Carlson being first duly sworn, deposes and says that he or she is Vice President of All American Asphalt , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the f regoing is true and correct. All American Asphalt— Bidder Autth f¢ed SN Edward J. Car son, Vice President Subscribed and sworn to (or affirmed) before me on this day of 2016 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. **See Attached California Jurat** Notary Public [SEAL] 13 My Commission Expires: CALIFORNIA JURAT GOV CODE § 8202 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 Riverside Subscribed and sworn to (or affirmed) before me on this 281 day of November. 2016 Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) 0 (2) Name of 899 eared beforee me.) Signature �� /� ////�L(�C1 Placa Notary Seal AEova Signature of totary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document Further Description of Any Attached Document Title or Type of Document Non Collusion AfRdavit Document Date: None Number of Pages. t Signer(s) Other Than Named Above: None REBEGGAANGELA PAR RA --s.I Commission # 2024944 z a Notary Public - Cali`orma Z :P,� z +: My D Riverside County Gomm. Expires May 17, 2017 J Subscribed and sworn to (or affirmed) before me on this 281 day of November. 2016 Date Month By (1) Edward J. Carlson Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) 0 (2) Name of 899 eared beforee me.) Signature �� /� ////�L(�C1 Placa Notary Seal AEova Signature of totary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document Further Description of Any Attached Document Title or Type of Document Non Collusion AfRdavit Document Date: None Number of Pages. t Signer(s) Other Than Named Above: None City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 DESIGNATION OF SURETIES Bidder's name All Arnerican Asphalt Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurancelbond type): Fidelity and Deposit Company of Ma nd (Banker) 777 S. Figueroa St #3900. Los Angeles CA 90017 (213) 270-0600 Millennium Corporate Solutions (Agent) 5530 Trabuco Road Irvine CA 92620 (949) 857-450 Edgewood Partners insurance Center (insurance) 3633 Inland Empire Blvd., Ste. 640, Ontario CA 91764 (909L219-7513 14 City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name —All American Asph2lt Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary—Occupational Injuries and Illnesses, OSHA No. 102- 15 Current Record Record Record Record Record Year of for for for for for Record 2015 2014 2013 2012 2011 Total 2016 No, of contracts 997 g3i 841 ligg 837 92f; S 38-C) Total dollar Amount of Contracts (in Thousands of $ 218,73611;;M' No. of fatalities No. of lost Workday Cases 0 Is 15 11 68 No. of lost workday cases involving permanent transfer to anotherjob or termination of employment 1 0 3 1 5 1 1 1 1 1 1 1 11 1 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- 15 ALL AMERICAN ASPHALT INFORMATION On My 22, 2012, All American Asphalt employees were replacing concrete panels on the 405 freeway in Torrance. Around 3:35am two drunk drivers entered our work zone and fatality wounded two of our employees. We were informed both drivers tested positive for alcohol beyond the legal limit. The CHP advised on television that our work zone was well lit and that our traffic control was set in place according to plan. Cal OSHA is investigating and has up to six months to complete their investigation. Please let me know If you have any questions. You may call me at 909-815- 8404 or e-mail me at broeasel(@msn.com if you have any questions. Sincerely, I Bryan Pease Consultant Legal Business Name of Bidder All American Asphalt Business Address: 400E Sixth Street, Corona CA 92879 Business Tel. No.: (951) 736-7600 State Contractor's License No. and Classification: 267073 A C-12 Title Vice President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 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 partnershipfjoint 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 16 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accumcv. or validity of that document. State of California County of Riverside On 11/28/2016 before me, Rebecca Angela Parra, Notary Public Date Nere k en rmma and Tine of the orcer personally appeared Edward J. Carlson and Michael Farkas Nene(s) or signe(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument nd-acknowledged-to-me- that -hekAekhey-executed-the-same-in hWhAir heir authorized capacity(ies), and that by hisAw/their REBECCA ANGELA PARRA signature(s) on the instrument the person(s), or the entity upon behalf -Commission # 2024944 of which the person(s) acted, executed the instrument. _41d1-i-My Notary Public - California zzRiverside County n I certify under PENALTY OF PERJURY under the laws of the State of Comm. Expires May 17. 2017 California that the forgoing paragraph is true and correct. WITNESS =hadfficial s�Signature' Place Notary seal Above gnat or Notary ubllc OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contractor's Industrial Safety Record Document Date: 11/28/2016 Number of Pages: Three (3) Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(G) Signer's Name: Edward J. Carlson o Individual X Corporate Officer—Title(s): Vice President o Partner O o Limited o General o Attorney in Fad c Trustee o Other: Signer's Name: Michael Farkas o Individual X Corporate Officer— Title(s): Secretary o Partner u o Limited o General X1111111 o Attorney in Fact Top or lhunib here ❑ Trustee ❑ Other: Signer is Representing: I I Signer is Representing: Tw of thumb here City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 ACKNOWLEDGEMENT OF ADDENDA : dd American As-phalt The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents. No. 17 A:, City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 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: All American Asphalt Business Address: 400 F Siyth Street Cnronn CA 9 879 Telephone and Fax Number: (951) 736-7600 / (951) 736-7646 California State Contractor's License No. and Class: 767073 AYC-12 (REQUIRED AT TIME OF AWARD) Original Date Issued: 1 /19171 Expiration Date: 1/31/2018 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: Jerry I eRniiaf. Pr ;iPrf i\Annager 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: AddressName Title e • - Mark - •-• 411 . • ... S • : • • . •It Corporation organized under the laws of the State of California r:...sayemr • -�. ,,ems.,: .. The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 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; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the ownerlagency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.). es No See 01-1-� 19 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. 00 - Mark Luer (Print name of Owner or President of Corporation/Company) Authorized Sigirlatureffitle **See Attached California Acknowledgement** On before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said State My Commission Expires: 20 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verities only the identity of the individual who signed the document to which this certificate is attached_ and not the truthfulness accuracy. or validitv of that document. State of California County of Riverside on 11/28/2016 before me, Rebecca Angela Pana, Notary Public Data Here Insert nam and Tilie of the Office, personally appeared Edward J. Carlson Name(B) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helsheAhey executed the same in his/hedtheir authorized capacity(ies), and that by his/heNtheiF rsignatures) on the instrument the person(s), or the entity upon behalf �CCA ANGELA PARRA ' +:;, REBEof which the person(s) acted, executed the instrument. Commission # 2024944 Notary Public - California z I certify under PENALTY OF PERJURY under the laws of the State of z a' Riverside County n California that the forgoing paragraph is true and correct. My Comm. Expires May 17,2017t WITNESS my he a official sea Signature Place Notary Seal Ab... Signatur f Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Information Required of Bidder Document Date: 11/28/2016 Number of Pages: Three (3) Signer(s) Other Than Named Above: None Capacity(iee) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual ❑ Individual X Corporate Officer—Title(s): Vice President ❑ Corporate Officer—Title(s): ❑ Partner El o Limited a General ❑ Partner I o Limited o General ❑ Attorney in Fact o Attorney in Fact Top of thumb here Top of Uumb nem ❑Trustee ❑Trustee o Other: o Other: Signer is Representing: I I Signer is Representing: �e 1 ALL AMERICAN ASPHALT AN FQLIAI OPPORTUNITY rMNOWR ALL AMERICAN ASPHALT ALL AMERICAN AGGREGATES T 951-736-7600 r'>51.739-.1671 P.O. BOX £229. CORONA. CA 92878-2229 CONTRACTORS LICENSL #267073 U:12 DI it #1000001051 City of Newport Beach Office of the City Clerk Ocean Boulevard & Poppy Avenue Street Improvements Contract No. 6189 Bidder's Information Questionnaire: Answer: Regarding the issue of claims and actions over the past five years, in the general course of business, All American Asphalt has filed a claim against an owner for the discrepancy of quantities on a project. Quantity discrepancies have also caused All American Asphalt to incur a Stop Notice on one of our projects. All American Asphalt has had claims or actions filed against ourselves and against others based on these circumstances on a few projects in the past five years. These claims are in the process of being resolved. A more detailed list will be provided if requested. City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 6189 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 underthe Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as mod Med 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 ContracL The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS CONTRACT NO. 6189 THIS CONTRACT FOR PUBLIC WORKS ("Contract') is entered into this 13th day of December, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and All American Asphalt, a California corporation ("Contractor"), whose address is 400 E. Sixth Street, Corona, California 92879, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of: constructing new curb, cross gutter, sidewalk, driveways, alley aprons, alley gutter and curb ramps; asphalt pavement and polypropylene fiber reinforced Portland cement concrete pavement; installing truncated domes and traffic loop detectors; adjusting manhole covers and water valves to finished grade; relocating mailboxes and signs; applying traffic striping and pavement markings; removing curb, gutter, trees, and sidewalk; installing new trees and parkway landscaping; and all appurtenant work in connection therewith as shown on the drawings and in accordance with these specifications (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. 6189, 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 One Million Two Hundred Sixteen Thousand Thirty Three Dollars and 00/100 ($1,216,033.00). 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 Rick Selph to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. All American Asphalt Page 2 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Michael Farkas All American Asphalt 400 E. Sixth Street Corona, CA 92879 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 All American Asphalt Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 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 All American Asphalt Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of 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 Projeci are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be All American Asphalt Page 5 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 and/or Services 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 and/or Services, 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, volunteers and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. All American Asphalt Page 6 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"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 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 All American Asphalt Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 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, All American Asphalt Page 8 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] All American Asphalt Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE r,)-+-. I- l r ') By: /' I "- t Aaron C. Harp City Attorney ATTEST: Date: �L( By: ` Leilani I. Brown City Clerk rm^� i.v, CITY OF NEWPORT BEAPH, a California mur}icipal r orat Date: 2 `I 0 r CONTRACTOR: All American Asphalt, Inc., a California corporation Date: Signed in Counterpart By: Edward J. Carlson Vice President Date: By: Signed in Counterpart Michael Farkas Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements All American Asphalt 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 OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: (- b - 1P, Date: By: �- � By: Aarod C. Harp L, Kevin Muldoon City Attorney Mayor ATTEST: CONTRACTOR: All American Asphalt, Date: Inc., a California corporation Date: \ 1"1 �1i By: By: '��✓C-� Leilani I. Brown Edward J. arlson City Clerk Vice President Date: \ (1-1 11-1 By: c Michael Farkas Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements All American Asphalt Page 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document. State of California County of Riverside On 01/17/2017 before me, Rebecca Angela Parra, Notary Public Dale Here Insert new and Title of the officer personally appeared Edward J. Carlson and Michael Farkas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shetthey executed the same in his4;PF heir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf .,r,.., REBECCA ANGELA PARRA of which the person(s) acted, executed the instrument. 4,; `'k Commission a 2024944 Notary Public - California Z I certifyunder PENALTY OF PERJURY under the laws of the State ofRiverside Count '— Califoia that the forgoing County g g paragraph is true and correct. My Comm. Expires May 17, 2017 WITNESS my hand o lal seal. Signature Place Notary Seal Above Signature of tory Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Contract Document Date: 01/17/2017 Number of Pages: Teri (10) Signer(s) Other Than Named Above: City of Newport Beach Capacity(les) Claimed by Signer(G) Signer's Name: Edward J. Carlson Signer's Name: Michael Farkas ❑ Individual ❑ Individual X Corporate Officer—Title(&): VicePresident ❑ Partner ❑ o Limited ii General ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Other: XCorporate Officer —Title(s): Secretary ❑ Partner Cl ❑ Limited o General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: I Signer is Representing: Top of thumb here Premium is included in the performance bond Executed in: 2 Counterparts EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 7651910 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for: constructing new curb, cross gutter, sidewalk, driveways, alley aprons, alley gutter and curb ramps; asphalt pavement and polypropylene fiber reinforced Portland cement concrete pavement; installing truncated domes and traffic loop detectors; adjusting manhole covers and water valves to finished grade; relocating mailboxes and signs; applying traffic striping and pavement markings; removing curb, gutter, trees, and sidewalk; installing new trees and parkway landscaping; and all appurtenant work in connection therewith as shown on the drawings and in accordance with these specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Sixteen Thousand Thirty Three Dollars and 001100 ($1,216,033.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce All American Asphalt Page A-1 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 9th day of January '2017 . All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety Authorized SignaturP�itle Au origent Signature 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 William Syrkin, Attorney -in -Fact Address of Surety Print Name and Title (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: - t 4 - 1 I By: C V"-� Ae(ror'i C. Harp 64-w I - ig•11 City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt Page A-2 "Please See Attached" ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware 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) All American Asphalt Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE wtata . .MCa .0.ta . .n<.wNaVa .8i<.a :a .c�<.m.✓c�tc� . .aKa .a<.atC:i�.a�.a . ,:�<.m . A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 01/09/2017 before me, R. Paramo, Notary Public Date Mere Insert Name and Title of the Officer personally appeared William Syrkin NameN,of Signer('sl who proved to me on the basis of satisfactory evidence to be the persons} whose name4 is/are subscribed to the within instrument and acknowledged to me that he/she/thay executed the same in his/hautheir authorized capacity(*, and that by his/ha0mir signature4on the instrument the person(* or the entity upon behalf of which the person(s), acted, executed the instrument. R. PARAMO "1 f Commission i 2035890 Z.q' Notary Public . California z �° " Orange County 4 Comm. Ex ires Aug5, 2017+ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph (!f Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section /s optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt CapactMies) Claimed by Signer(s) Signer's Name: William Sorkin ❑ Corporate Officer — Title(s): LJ Partner — ❑ Limited ❑ General ❑ Individual 5?Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: _ Signer is Representing: Fidelity and Deposit Company ol'Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: ,a't,✓.. 'd:,i'P�r4<✓'�c�ei S\?!"net __ \{N:=\:1./.v�\eL1::�Gt✓✓:\. M/avi-si4'L.'a/i<ei4 �� _ o r • • itr a L:rt r EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 6th day of January 2017 So oira ii _ z ,,;,V � IWIL By: Gerald F. Haley, Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificateverifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document. State of California County of Riverside On 01/17/2017 before me, Rebecca Angela Parra, Notary Public Date Here Insert name and Title of the officer personally appeared Edward J. Carlson Name(s) of Signals) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herkheir authorized capacity(ies), and that by his/herAheir REBECCA ANGELA PARRA signature(s) on the instrument the person(s), or the entity upon behalf ;; ,,,?. Commission # 2024944 of which the person(s) acted, executed the instrument. i,;- Notary Public - Cali`ornia z z '' Riverside County n I certify under PENALTY OF PERJURY under the laws of the State of My Comm. Expires May 17, 2017 California that the forgoing paragraph is true and correct. WITNESS my hand an o ti; L� ial sea>' //%yr�- Signature / "fir ,� Place Notary Seal Above Signatum ry Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Payment Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three (3) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(les) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: ❑ Individual o Individual X Corporate Officer—Title(s): Vice President o Partner C o Limited o General o Attorney in Fact o Trustee Top of thumb here o Other: Signer is Representing: o Corporate Officer—Title(s): _ o Partner ❑ o Limited o General o Attorney in Fact o Trustee o Other: Signer is Representing: Top of thumb here Premium is for contract term and is subject to adjustment based on final contract price Executed in: 2 Counterparts EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 7651910 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,803.00 , being at the rate of $ 3.95 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to All American Asphalt, Inc. hereinafter designated as the "Principal," a contract for: The constructing new curb, cross gutter, sidewalk, driveways, alley aprons, alley gutter and curb ramps; asphalt pavement and polypropylene fiber reinforced Portland cement concrete pavement; installing truncated domes and traffic loop detectors; adjusting manhole covers and water valves to finished grade; relocating mailboxes and signs; applying traffic striping and pavement markings; removing curb, gutter, trees, and sidewalk; installing new trees and parkway landscaping; and all appurtenant work in connection therewith as shown on the drawings and in accordance with these specifications, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Sixteen Thousand Thirty Three Dollars and 001100 ($1,216,033.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. All American Asphalt Page B-1 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 9th day of January 2017 All American Asphalt Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety Authorized Signature, tle l�NptG, T. Ca•�scn,�l,�tRs�a.4 Authorize Agent Signature 777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 William Syrkin, Attorney -in -Fact Address of Surety Print Name and Title (213)270-0600 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: (— (�S , ( By: < �— Aarbn'C. Harp a uN ble-47 City Attorney NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED All American Asphalt Page B-2 "Please See Attached" ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) All American Asphalt Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE S.avaCaL '�i<NaUa .a a< . N aVAo^.it vat a�,at�..at a .�ta:laY a .aa A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On 01/09/2017 before me, R. Paramo, Notary Public Date Here Insert Name and Title of the Officer personally appeared William Syrkin NameKof Signer(* who proved to me on the basis of satisfactory evidence to be the persons} whose name4 is/ary subscribed to the within instrument and acknowledged to me that he/shs/they executed the same in his/het/their authorized capacity(l*, and that by his/hsatheir signature4on the instrument the person(* or the entity upon behalf of which the person(s), acted, executed the instrument. •;w, R. PARAMO CorruMsalon N 2035ag0 ® Notary Public - California i Orange County a M Comm. Ex lies Au 5, 2017 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true.an" corred� cam_ my hatyq and Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Performance Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three(3) Signers) Other Than Named Above: All American Asphalt Capacity(ies) Claimed by Signer(s) Signer's Name: William Svrkin ❑ Corporate Officer — Title(s): Cl Partner — ❑ Limited ❑ General ❑ Individual IRAttorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Fidelity and Deposit Company of Maryland Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time. CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my time and affixed the corporate seals of the said Companies, this em day of January 2017 m. l Mai lRAL By: Gerald F. Haley, Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document. State of California County of Riverside On 01/17/2017 before me, Rebecca Angela Parra, Notary Public , Date Here Insert name and Title of the Officer personally appeared Edward J. Carlson Nannette) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Were subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/hedAheir authorized capacity(ies), and that by his/hegtheir signature(a) on the instrument the person(s), or the entity upon behalf REBECCA ANGELA PARKA of which the person(s) acted, executed the instrument. Commission # 2024S44 alpp'r Notary Public - California z � • I certify under PENALTY OF PERJURY under the laws of the State of Riverside County n California that the forgoing paragraph is true and correct. My Comm. Expires May 17, 2017 WITNESS my hand -a official seal. Signature �:Z�n' Place Notary Seal Above Signatu of IN,pary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Performance Bond No. 7651910 Document Date: 01/09/2017 Number of Pages: Three (3) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signer's Name: Edward J. Carlson Signer's Name: o Individual o Individual X Corporate Officer—Title(s): Vice President o Partner L o Limited o General In Attorney in Fact in Trustee Top of thumb here o Other: Signer is Representing: o Corporate Officer—Title(s): _ ❑ Partner C o Limited o General o Attorney in Fad o Trustee ❑ Other: Signer is Representing: Top of thumb here EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. 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 All American Asphalt Page C-1 operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Reguirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess 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, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement. 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 All American Asphalt Page C-2 nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of 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 All American Asphalt Page C-3 given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. 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 All American Asphalt Page C-4 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. All American Asphalt Page C-5 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 1/20/17 Dept./Contact Received From: Raymund Date Completed: 1/20/17 Sent to: Raymund By: Alicia Company/Person required to have certificate: All American Asphalt Type of contract: Public Works GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/16-8/1/17 A. INSURANCE COMPANY: Arch Specialty Ins Co INSURANCE COMPANY: Zurich American Insurance Company B. AM BEST RATING (A-: VII or greater): A+:XV B. C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes N No D. LIMITS (Must be $1M or greater): What is limit provided? 1M/2M/2M E. ADDITIONAL INSURED ENDORSEMENT—please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) COMPLETED OPERATIONS ENDORSEMENT (completed (What is limits provided?) Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it Haulers only): included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N NIA ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ NIA N Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 8/1/16-8/1/17 A. INSURANCE COMPANY: Zurich American Insurance Company B. AM BEST RATING (A-: VII or greater) A+:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 2,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 8/1/16-8/1/17 A INSURANCE COMPANY: American Guarantee & Liab Ins. B. AM BEST RATING (A-: VII or greater): A+:XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: 3AJI� Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 1/20117 ® Yes ❑ No ® Yes ❑ No 1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No 10MEEM■m ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: RM approval needed for non -admitted status of general liability carrier. Approved by Sheri 12/23/13. Approved: Risk Management * Subject to the terms of the contract. City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS Contract No. 61 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBfds. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 6189 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: Date \112AIIu idder's Telephone and Fax Numbers 267073 A C:-12 Bidder's License No(s). and Classification(s) PR -1 All American Asphalt Bidder Bid er's Aut rized Signature and Title Edward J. Carlson, Vice President 11•� n� ..�,MONUMM ire .. - City of Newport Beach Page 1 OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS (C-6189), bidding on December 1, 2016 10:00 AM Bid Results Bidder Details Vendor Name All American Asphalt Address PO Box 2229 Corona, CA 92878 United States Respondee Jerry LeBouef Respondee Title Project Manager/Estimator Phone 951-736-7600 Ext. 204 Email publicworks@allamericanasphalt.com Vendor Type CADIR License # CA DIR Bid Detail Bid Format Electronic Submitted December 1, 2016 9:58:23 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 93504 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Proposal Proposal - Newport Beach Ocean Blvd & Poppy Ave General Attachment 6189 1736.pdf Bid Bond Newport Beach Bid Bond - Ocean Blvd & Poppy Ave Bid Bond 6189 1734.pdf Line Items Type Item Code UOM Qty Unit Price Line Total Comment C-6189 Ocean Boulevard and Poppy Avenue Street Improvements - Proposal 1 Mobil¢ation Lump Sum 1 $53,537.00 $53,537.00 2 Traffic Control Lump Sum 1 $68,000.00 $68,000.00 3 Construction Surveying Services Lump Sum 1 $22,000.00 $22,000.00 4 As -Built Records Lump Sum 1 $1,500.00 $1,500.00 5 SWPPP Lump Sum 1 $7,500.00 $7,500.00 PlanctBids, Inc. City of Newport Beach Page 2 OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS (C-6189), bidding on December 1, 2016 10:00 AM Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 6 Clearing & Grubbing Lump Sum 1 $2,500.00 $2,500.00 7 Remove Concrete Sidewalk Square Foot 11500 $1.40 $16,100.00 8 Remove Curb and Gutter Linear Foot 2600 $9.99 $25,974.00 9 Remove PCC Pavement (6"-7") Square Foot 80000 $1.69 $135,200.00 10 Remove Driveway/Alley Approach Square Foot 2700 $2.81 $7,587.00 11 Remove Asphalt Concrete Pavement Square Foot 7000 $3.00 $21,000.00 12 Remove Curb Ramp Each 11 $400.00 $4,400.00 13 Rmv&Rplc New Water Valve Frame & Cover Each 12 $425.00 $5,100.00 14 Remove Existing Tree Each 19 $800.00 $15,200.00 15 Rmv4nstall 3" P.V.0 (SCH. 40) Sidewalk Underdrain Pipe Linear Foot 300 $10.00 $3,000.00 16 Rmv/Install Mahole Frame & Cover to Grade Each 3 $800.00 $2,400.00 17 Construct (6"/8") Type "A" PCC Curb and Gutter Linear Foot 260 $37.00 $9,620.00 18 Construct (6"-8") Type'B' PCC Curb Linear Foot 2340 $16.00 $37,440.00 19 Construct ADA Curb Ramp w/ Detectable Warning Surface Each 12 $2,800.00 $33,600.00 20 Construct 4" PCC Sidewalk Square Foot 11500 $6.25 $71,875.00 21 Construct 6" Thick Driveway Approach Square Foot 2400 $6.25 $15,000.00 PlanetBlds. Inc. City of Newport Beach Page 3 OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS (C-6189), bidding on December 1, 2016 10:00 AM Bid Results Type Item Code uOM Qty Unit Price Line Total Comment 22 Construct 7" Thick Polypropylene Fiber Reinforced PCC Pavement Square Foot 87000 $3.50 $304,500.00 23 Construct 2" AC Pavement Overlay Ton 27 $250.00 $6,750.00 24 Construct Alley Approach Type "A" PCC Square Foot 350 $8.00 $2,800.00 25 Sawcut Concrete Sidewalk & Asphalt Pavement Linear Foot 700 $4.00 $2,800.00 26 Remove and Replace Loop Detectors Each 4 $650.00 $2,600.00 27 Traffic Signing, Striping, Pavement Markings & Pavement Markers Lump Sum 1 $15,000.00 $15,000.00 28 Soil Prep. And Fertilizing Square Foot 5000 $1.01 $5,050.00 29 Furnish and Install 12" minimum Depth Class'A' Topsoil Square Foot 5000 $1.91 $9,550.00 30 Mulch Square Foot 5000 $0.69 $3,450.00 31 36" Box Tree Each 72 $925.00 $66,600.00 32 Tree Grate Each 6 $500.00 $3,000.00 33 Irrigation Sleeving Linear Foot 400 $12.00 $4,800.00 34 Parkway Landscaping Palette'A' Linear Foot 1250 $23.00 $28,750.00 35 Parkway Landscaping Palette'B' Linear Foot 1250 $15.00 $18,750.00 36 Parkway Landscaping Palette'C' Linear Fool 1250 $16.70 $20,875.00 37 Guard Cable Fence Linear Foot 400 $60.00 $24,000.00 City of Newport Beach Page 4 OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS (C-6189), bidding on December 1, 2016 10:00 AM Bid Results Type Item Code UOM City Unit Price Line Total Comment 38 Remove and Replace Landscape Timber Retaining Curb Surveying 1269 Pomona Road, Suite 108 Corona, CA 92882 Linear Foot 600 $35.00 $21,000.00 39 214 Poppy Ave 1551 N Miller Anaheim, CA 92705 United States Lump Sum 1 $500.00 $500.00 40 238 Poppy Ave United States Alcorn Fence Company Railing 1206 West Stack Lump Sum 1 $500.00 $500.00 41 242 Poppy Ave Lump Sum 1 $500.00 $500.00 42 328 Poppy Ave Lump Sum 1 $500.00 $500.00 43 336 Poppy Ave Lump Sum 1 $500.00 $500.00 44 5 -Crown Parking Lot AC Pavement Square Foot 450 $4.50 $2,025.00 45 Unclassified Excavation Cubic Yard 70 $110.00 $7,700.00 46 90 -Day Maintenance Period Lump Sum 1 $5,000.00 $5,000.00 47 Unforseen Circumstances Lump Sum 1 $100,000.00 $100,000.00 Subcontractors Name & Address Description Cat Tracking, Inc. Stdping 2950 Rubidoux Boulevard $166,547.50 Riverside, CA 92509 $38,150.00 United States CL Surveying and Mapping Surveying 1269 Pomona Road, Suite 108 Corona, CA 92882 Corona, CA 92882 United States Treesmith Enterprises Tree Removal 1551 N Miller Anaheim, CA 92705 United States Kato Landscape, Inc. Landscape & Irrigation 18182 Bushard Street Fountain Valley, CA 92708 United States Alcorn Fence Company Railing 1206 West Stack Orange, CA 92867 United States PWICABld>. Irlc. Subtotal $1,216,033.00 Total $1,216,033.00 License Num Amount Type 991122 $12,600.00 CADIR LS 8231 $14,500.00 802705 $16,050.00 806122 $166,547.50 122954 $38,150.00 City of Newport Beach OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS (C-6189), bidding on December 1, 2016 10:00 AM Bid Results Name 8 Address Traffic Loops Crackfilling, Inc. 946 S. Emerald Street Anaheim, CA 92804 United States Description Loop Detectors PlanetBids, Inc. License Num 652956 Page 5 Amount Type $2,400.00 DGS,DBE,CADIR PUBLIC WORKS DEPARTMENT INDEX FOR ty� SPECIAL PROVISIONS mn CONTRACT NO. 6189 PART 1 - GENERAL PROVISIONS y SECTION 2 - SCOPE AND CONTROL OF THE WORK 1 2-5 PLANS AND SPECIFICATIONS 1 2-5.2 Precedence of Contract Documents 1 2-6 WORK TO BE DONE 1 2-9 SURVEYING 2 2-9.1 Permanent Survey Markers 2 2-9.2 Line and Grade 2 SECTION 3 - CHANGES IN WORK 2 3-3 EXTRA WORK 2 3-3.2 Payment 2 3-3.2.3 Markup Replace this section with the following: 2 SECTION 4 - CONTROL OF MATERIALS 3 4-1 MATERIALS AND WORKMANSHIP 3 4-1.3 Inspection Requirements 3 4-1.3.4 Inspection and Testing 3 SECTION 5 - UTILITIES 3 5-1 LOCATION 3 5-2 PROTECTION 4 5-7 ADJUSTMENTS TO GRADE 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 5 6-7.4 Working Hours 5 6-7.5 Sequence of Construction 5 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 6 7-1.2 Temporary Utility Services 6 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.4 Storage of Equipment and Materials 7 7-8.4.3 Storage of Equipment and Materials in Public Streets 7 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.7.2 Steel Plates 8 7-10 PUBLIC CONVENIENCE AND SAFETY 8 '1, 7-10.1 Traffic and Access 8 7-10.3 Street Closures, Detours and Barricades 9 7-10,4 Safety 10 7-10.4.1 Safety Orders 10 7-10.5 "No Parking" Signs 10 7-10.6 Notices to Residents and Temporary Parking Permits 10 7-10.7 Street Sweeping Signs and PERMIT PARKING ONLY signs 11 7-15 CONTRACTOR'S LICENSES 11 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 11 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-3 PAYMENT 12 9-3.1 General 12 9-3.2 Partial and Final Payment. 18 PART 2 - CONSTRUCTION MATERIALS 18 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 18 201-1 PORTLAND CEMENT CONCRETE 18 201-1.1 Requirements 18 201-1.1.2 Concrete Specified by Class and Alternate Class 18 201-2 REINFORCEMENT FOR CONCRETE 18 201-2.2 Steel Reinforcement 18 201-2.2.1 Reinforcing Steel 18 201-2.3 Fiber Reinforcement 18 SECTION 203 — BITUMINOUS MATERIALS 19 203-6 ASPHALT CONCRETE 19 203-6.4 Asphalt Concrete Mixtures 19 203-6-4.3 Composition of Grading 19 SECTION 212—LANDSCAPE AND IRRIGATION MATERIALS 19 212-1 LANDSCAPE MATERIALS 19 212-1.1 Topsoil 19 212-1.1.1 General 19 212-1.2 Soil Fertilizing and Conditioning Materials 19 212-1.2.2 Manure 19 212-1.2.3 Commercial Fertilizer 19 212-1.2.4 Organic Soil Amendment 20 212-1.2.5 Mulch 20 212-1.4 Plants 20 212-1.4.1 General 20 212-1.5 Headers, Stakes, and Ties 21 212-1.5.3 Tree Stakes 21 212-2 IRRIGATION SYSTEM MATERIALS 22 212-2.1 Pipe and Fittings 22 212-2.1.3 Plastic Pipe for Use With Solvent Weld Socket or Threaded Fittings 22 SECTION 214 - PAVEMENT MARKERS 22 214-4 NONREFLECTIVE PAVEMENT MARKERS 22 214-5 REFLECTIVE PAVEMENT MARKERS 22 PART 3 - CONSTRUCTION METHODS 22 SECTION 300- EARTHWORK 22 300-1 CLEARING AND GRUBBING 22 300-1.3 Removal and Disposal of Materials 22 300-1.3.1 General 22 300-1.3.2 Requirements 23 300-1.5 Solid Waste Diversion 23 SECTION 302 - ROADWAY SURFACING 23 302-5 ASPHALT CONCRETE PAVEMENT 23 302-5.1 General 23 302-5.4 Tack Coat 24 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 24 302-6.6 Curing 24 302-6.6.1 Additional Requirements 24 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 24 303-5 CONCRETE CURBS,. WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 31 DRIVEWAYS 24 303-5.1 Requirements 25 303-5.1.1 General 25 303-5.5 Finishing 25 303-5.5.1 General 25 303-5.5.2 Curb 25 303-5.5.4 Gutter 25 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 25 307-17 TRAFFIC SIGNAL CONSTRUCTION 25 307-17.7 Vehicle Detectors 25 307-17.7.3 Inductive Loop Detectors 25 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 26 308-1 General 26 308-2 EARTHWORK AND TOPSOIL PLACEMENT 27 308-2.3 Top Soil Preparation and Conditioning 27 308-2.3.1 General 27 308-2.3.2 Fertilizing and Conditioning Procedures 27 308-2.4 Finish Grading 28 308-4 PLANTING 28 308-4.1 General 28 308-4.2 Protection and Storage 28 308-4.5 Tree Planting 29 308-4.6 Plant Staking and Guying 29 308-4.6.1 Method "A" Tree Staking 29 308-4.6.2 Method "B" Tree Staking 29 308-4.6.3(1) Guying. 29 308-5 IRRIGATION SYSTEM INSTALLATION 29 308-5.1 General 29 308-5.1.1 Record Drawings 29 308-5.2 Irrigation Pipeline Installation 30 308-5.2.3 Plastic Pipeline 30 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 30 SECTION 310 - PAINTING 31 310-5 PAINTING VARIOUS SURFACES 31 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 31 310-5.6.6 Preparation of Existing Surfaces 31 310-5.6.7 Layout, Alignment, and Spotting 31 310-5.6.8 Application of Paint 32 310-5.6.11 Pavement Markers 32 SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT PART 32 32 33 SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 33 PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 33 400-2 UNTREATED BASE MATERIALS 33 400-2.1 General 33 400-2.1.1 Requirements 33 Appendix A — Standard Plan 4858 Sunrise Tree Grate Appendix B — Poppy Avenue Proposed Parkway Improvements Exhibits Appendix C — City of Newport Beach Loop Detector Detail Appendix D — Construction Phasing Plan [ivj CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS CONTRACT NO. 6189 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -6070-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2012 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents Add to this section, "If there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of constructing new curb, cross gutter, sidewalk, driveways, alley aprons, alley gutter, asphalt pavement, polypropylene fiber reinforced PCC pavement, curb ramps, installing truncated domes, and traffic loops detectors, adjusting manhole covers, water valves to finished grade, relocating mailbox, relocating signs, applying traffic striping and pavement markings, removing curb, gutter, trees, sidewalk, installing new trees and Page 1 of 33 parkway landscaping and all appurtenant work in connection therewith as shown on the drawings and in the accordance with these specifications." 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Inspector to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.2 Line and Grade Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Coast Surveying and can be contacted at (714) 918- 6266. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 Page 2 of 33 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of 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." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 3`d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." Page 3 of 33 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Any damaged landscaping or irrigation shall be modified and/or replaced in kind to the satisfaction of the engineer. Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Page 4 of 33 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: The Contractor shall complete all work under the Contract within one hundred and twenty (120) 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 for 100 percent completion of work. 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday 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. Add the following Section 6-7.5 Sequence of Construction 6-7.5 Sequence of Construction Project shall be sequenced as follows: Page 5 of 33 Project shall be phased in accordance with this section and exhibit shown in Appendix D. The project has been divided into five phases (I-V) to minimize impacts to the community. Phases on Poppy Avenue may be combined with Phases on Ocean Boulevard. All work shall be completed in a phase before starting subsequent phases. For example, for Ocean Boulevard construction all work on Phase I shall be completed and the road opened to the public before staring any work on Phase ll. All work on Phase 11 shall be completed and the road opened to the public prior to starting Phase Ill. On Poppy Avenue work shall be split into two phases shown. All work on Phase IV shall be completed and the road opened to the public prior to starting any work on Phase V In order to maintain pedestrian circulation on Poppy Avenue, the tree planting sidewalk, curb, gutter and parkway soil placement shall be done in four distinct phases. Parkway planting can be coordinated at the end of the project in one effort. While working on Poppy Avenue adjacent to 5 -Crowns the contractor will need to coordinate with the restaurant so that they have access to their parking lot at all times. a. Contractor will work on the driveway to 5 -crowns parking lot in stages as shown in Appendix D. b. Half of the driveway will be constructed at a time to ensure access to the lot at all times. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. Revise paragraph two, sentence one, to read: Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of Page 6 of 33 the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water 7-7 COOPERATION AND COLLATERAL WORK Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an 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. Page 7 of 33 7-8.6 Water Pollution Control Add to this section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Page 8 of 33 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. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3) 7-10.3 Street Closures, Detours and Barricades Add to this section: The Contractor shall submit to the Engineer, at least five working days prior to the pre -construction meeting, a traffic control plan and detour plans for each Phase of work. The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. The contractor may close impacted streets to the public during work on each phase of construction. Contractor to provide a specific detour plan for each phase of work. 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. Contractor at all times shall maintain a sidewalk on one side of the street during the construction phases. Page 9 of 33 7-10.4 Safety 7-10.4.1 Safety Orders Add to this section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY' signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 Notice to Residents 7-10.6 Notices to Residents and Temporary Parking Permits Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight 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 notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. 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. In addition to the forty-eight hour notice, the Contractor shall hand out two Temporary Parking Permits to each residence adjacent to the phase Page 10 of 33 of construction. The Temporary Parking Permits shall be filled out and signed by the Engineer and valid during the period of construction of the adjacent alley only. 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. Add the following Section 7-10.7 Street Sweeping Signs and Parking Meters 7-10.7 Street Sweeping Signs and PERMIT PARKING ONLY signs After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Section 7-10.8 Notice to Residents and Temporary Parking Permits Add the following Section 7-15 Contractor's Licenses: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a Class A license. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. Add the following Section 7-16 Contractor's Records/As-built Drawings: 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. Page 11 of 33 The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: 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 SWPPP - BMP Plan, preparing and updating construction schedules as needed, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flagpersons as required to maintain adequate traffic flow. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach requirements. Item No. 3 Surveying Services: Work under this item shall include establishing survey controls, construction staking, preliminary grades, final grades, all horizontal alignment, as -built field notes, filing of corner records with the County of Orange, reestablishment of property corners disturbed by the work, protection and restoration of existing monuments and other survey items as required to complete the work in place. Item No. 4 As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment, and material costs for all actions necessary to provide as - Page 12 of 33 built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $3,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. Item No. 5 Storm Water Pollution Prevention Plan (SWPPP): Work under this item shall include implementing, furnishing materials, maintaining devices in accordance with general practice, and all other work items as required for performing the work complete in place. Item No. 6 Clearing & Grubbing: Work under this item shall include removing all brush, vegetation and roots and other objectionable material as required by the plan improvements and as directed by the Engineer from construction area, and all other work items as required for performing the work complete in place. Item No. 7 Remove Existing PCC Sidewalk: Work under this item shall include sawcutting, removing and properly disposing of the existing sidewalk, repairs to private improvements impacted by the systems, plants, shrubs, sod, etc. and all other work items as required to complete the work in place. Sidewalk shall be sawcut at the nearest joint. Contractor shall complete all private property repairs within five (5) working days of PCC installation. Item No. 8 Remove Existing PCC Curb: Work under this item shall include sawcutting, removing and properly disposing of the existing curb and gutter and all other work items as required for performing the work complete and in place. Item No. 9 Remove Existing PCC Street Pavement: Work under this item shall include removing existing street section (AC, aggregate base, P.C.C. or combination thereof) and proper disposal of the existing concrete paving, retaining curb and all other work items as required to complete the work in place. Item No. 10 Remove Existing PCC Driveway & Alley Approaches: Work under this item shall include removing and proper disposal of the existing PCC driveway approaches, alley approaches curb, and gutter and all other work items as required to complete the work in place. Item No. 11 Remove Existing AC Pavement: Work under this item shall include sawcutting, removing and proper disposal existing asphalt concrete paving and all other work items as required to complete the work in place. Item No. 12 Remove Existing PCC Curb Access Ramps: Work under this item shall include removing existing P.C.C. curb ramps, retaining curbs, repairs to private improvements impacted by systems, proper disposal and all other work items as required to complete the work in place. Contractor shall complete all private property repairs within five (5) working days of PCC installation. Item No. 13 Remove Existing and Install New Water Valve Cover to Grade: Work under this item shall include adjusting, lower and raising during paving operation, Page 13 of 33 of all water valve frames and covers to grade per CNB STD -511-L and all other work items as required to complete the work in place. Item No. 14 Remove Existing Tree: Work under this item shall include removing and proper disposal of existing trees and all other work items as required for performing the work complete and in place. Roots shall be removed to a depth of at least 12 - inches below finished grade. Item No. 15 Remove Existing and Install New 3" P.V.0 Sidewalk Underdrain Pipe: Work under this item shall include removing and proper disposal existing underdrain pipe, installing 3" P.V.0 per City Standard STD -184-L and all other work items as required for performing the work complete and in place. Item No. 16 Remove Existing Manhole Frame and Cover and Install New Manhole Frame and Cover to Grade: Work under this item shall include removing existing manhole frame and cover, furnishing and installing new manhole frame and cover per City Standards STD -401-L and STD -112-L and adjusting, lowering and raising during paving operation, of all manhole frame and cover to grade per City Standard STD -111-L and all other work items as required to complete the work in place. Item No. 17 Construct (6"/8") Type "A" PCC Curb and Gutter: Work under this item shall include grading, compacting subgrade, reconstructing curb openings for existing curb drains, constructing P.C.C. curb and gutter per CNB STD -182-L, re - chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 18 Construct (6"/8") Type "B" PCC Curb: Work under this item shall include grading, compacting subgrade, reconstructing curb openings for existing curb drains, constructing P.C.C. curb per CNB STD -182-L, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 19 Construct ADA Curb Ramp with Detectable Warning Surface: Work under this item shall include grading, furnishing and installing fill material as needed, subgrade compaction, and constructing an ADA Compliant P.C.C. curb access ramp as shown on plans including score marks, installing the truncated dome detectable warning surface, installing 4 -inch retaining curb as required, replacing in kind all affected irrigation and landscaping, regarding adjacent landscaping area for a smooth transition to the satisfaction of the engineer, adjusting any necessary irrigation, and all other work items as required for performing the work complete and in place. Item No. 20 Construct 4" PCC Sidewalk: Work under this item shall include grading, furnishing and installing fill materials as needed, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk over 2 -inch base material per City Standard STD -180-L, adjusting pull boxes to grade, marking repairs for damage done to private property including, but not limited to sod, decorative pavement, planters, Page 14 of 33 ornaments, irrigation, plants, and all other work items as required to complete the work in place. Item No. 21 Construct 6" Thick PCC Driveway Approach: Work under this item shall include grading, furnishing and installing fill materials as needed, subgrade compaction, constructing 6 -inch thick P.C.C. driveway approach per City Standard STD -181-1 or detail called out on the plans, and all other work items as required to complete the work in place. Item No. 22 Construct 7" Thick Polypropylene Fiber Reinforced PCC Pavement: Work under this item shall include grading, furnishing and installing fill materials as needed, subgrade compaction, constructing seven (7) inch thick fiber reinforced P.C.C. street pavement, sawcutting control joints, any necessary Asphalt Concrete pavement transitions - thick lift to match PCC depth slot paving, and all other work items as required to complete the work in place. Item No. 23 2"AC Pavement Overlay: Work under this item shall include, cold mill as needed to transition to existing improvements, removal of existing striping, furnishing and applying tack coat, furnishing and installing asphalt concrete pavement (Type III C2 -PG 64-10), any necessary Asphalt Concrete pavement transitions - thick lift to match AC depth slot paving, and all other work items as required to complete the work in place. Item No. 24 Construct P.C.C. Alley Approach: Work under this item shall include grading, subgrade compaction, and constructing P.C.C. alley approach Type "A" per CNB STD -1 42-L and all other work items, as required to complete the work in place. Item No. 25 Sawcut PCC Sidewalk and AC Pavement: Work under this item shall include sawcutting existing concrete sidewalk and asphalt pavement to a depth which will allow removal of the material without causing damage to the adjacent pavement, and other work items, as required to complete the work in place. Item No. 26 Remove and Replace Traffic Signal Loop Detector: Work under this item shall include all labor, tools, equipment and material costs to remove and replace traffic signal detector loops (refer to Appendix C — Loop Detector Detail), make electoral connections and wirings to existing pull boxes, test and calibrate the new signal loop detectors and all other work items as required to complete the work in place. Item No. 27 Traffic Signing, Striping, Pavement Markings and Pavement Markers: Work under this item shall include installing traffic striping, pavement markings, and pavement markers, including new signs on the striping plan, blue RPM's at fire hydrant locations, any red curb as called out on the plans, removal of conflicting traffic striping and all other work items, as required to complete the work in place. Item No. 28 Soil Preparation & Fertilizing: Work under this item shall include payment of all tools, equipment, materials, labor, and services and all other work items, as required to complete the work in place. Page 15 of 33 Item No. 29 Furnish and Install 12" minimum Depth Class 'A' Topsoil: Work under this item shall include the cost of all labor, equipment, materials, including but not limited to, transportation, delivery, storage, placement of 12" minimum depth Class 'A' topsoil, grading, sample testing, and all other work items, as required to complete the work in place. Item No. 30 Furnish and Install 3" Thick Layer of Mulch: Work under this item shall, but not limited to, furnishing and installing 3" deep layer of shredded fir bark mulch, transportation, delivery, storage, replacement and other items as required to complete work in place. Item No. 31 Furnish and Install 36" Box Tree: Work under this item shall include furnishing and installing tree, tree stake system, tree trunk guard, root barrier system, excavation, backfilling, disposal of excess material, and all other work items, as required to complete the work in place. Item No. 32 Furnish and Install Tree Grate: Work under this item shall include furnishing and installing tree grate per Ironsmith Sunrise #4858 with frame 4800F, and other work items, as required to complete the work in place. (See appendix A) Item No. 33 2" Irrigation Sleeving: Work under this item shall include sawcutting existing pavement, trench excavation and backfilling upon completion, end caps and all other work items, as required to complete the work in place. Item No. 34 Parkway Landscaping Palette 'A': Work under this item shall include construction of landscape improvements per landscape plans, coordinating with homeowner installation of irrigation during grow/kill period, planting, soil preparation, removal of excess soil, maintenance of plants and all other work items as required to complete the work in place. Item No. 35 Parkway Landscaping Palette 'B': Work under this item shall include construction of landscape improvements per landscape plans, coordinating with homeowner installation of irrigation during grow/kill period, planting, soil preparation, removal of excess soil, maintenance of plants and all other work items as required to complete the work in place. Item No. 36 Parkway Landscaping Palette `C': Work under this item shall include construction of landscape improvements per landscape plans, coordinating with homeowner installation of irrigation during grow/kill period, planting, soil preparation, removal of excess soil, maintenance of plants and all other work items as required to complete the work in place. Item No. 37 Guard Cable Fence: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transportation, delivery, placement of guard cable fence as shown on plans. Item No. 38 Remove and Replace Existing Landscape Timber Retaining Curb: Work under this item shall include the cost of all labor, equipment and materials Page 16 of 33 including, but not limited to, transportation, delivery, removal and proper disposal and replacement of existing landscape railroad tie timber as shown on plans and other timber boards as directed by the Engineer within the project area. Item No. 39 214 Poppy Avenue: Work under this item shall include removing existing improvements, modifying existing facilities, and construction of improvements in accordance with the plans and all other work items as required to complete the work in place. Contractor shall arrange a pre -construction meeting with the City and property owner prior to starting work on private property. Work shall also include coordinating with the owner and coordinating the work with the adjacent street improvements. Item No. 40 238 Poppy Avenue: Work under this item shall include removing existing improvements, modifying existing facilities, and construction of improvements in accordance with the plans and all other work items as required to complete the work in place. Contractor shall arrange a pre -construction meeting with the City and property owner prior to starting work on private property. Work shall also include coordinating with the owner and coordinating the work with the adjacent street improvements. Item No. 41 242 Poppy Avenue: Work under this item shall include removing existing improvements, modifying existing facilities, and construction of improvements in accordance with the plans and all other work items as required to complete the work in place. Contractor shall arrange a pre -construction meeting with the City and property owner prior to starting work on private property. Work shall also include coordinating with the owner and coordinating the work with the adjacent street improvements. Item No. 42 328 Poppy Avenue — Relocate Mailbox: Work under this item shall include removing existing and proper disposal of existing mailbox foundation, constructing P.C.0 new mailbox foundation, relocating the existing mailbox per plans, restore landscaping to original condition and all other work items as required to complete the work in place. Contractor shall complete all private property repairs within five (5) working days of mailbox relocation. Item No. 43 336 Poppy Avenue: Work under this item shall include removing existing improvements, modifying existing facilities, and construction of improvements in accordance with the plans and all other work items as required to complete the work in place. Contractor shall arrange a pre -construction meeting with the City and property owner prior to starting work on private property. Work shall also include coordinating with the owner and coordinating the work with the adjacent street improvements. Item No. 44 5 -Crown Parking Lot AC Pavement: Work under this item shall include grading, furnishing and installing fill materials as needed, subgrade compaction, aggregate base layer, installing asphalt concrete pavement with four (4) inch AC over eight (8) inch CMB, and all other work items as required to complete the work in place Item No. 45 Unclassified Excavation: Work under this item shall be completed in accordance with Subsection 300-2. This bid item shall include all excavation, grading import of base material and/or disposal of all material in planting areas as shown on the Page 17 of 33 plan. The cubic yard unit cost shall include payment of all tools, equipment, materials, labor, and services and all other work items, as required to complete the work in place. Item No. 46 90 -Day Maintenance Period: Work under this item shall include payment of all tools, equipment, materials, labor, and services and all other work items, as required to complete the work in place. Item No. 47 Provide Allowance for Unforeseen Conditions: An amount of $100,000 is to be included for unknown underground obstructions, as directed by the Engineer based on a time & materials basis. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid. Add to this section: Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 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 Add to this section: Portland Cement concrete for construction shall be Class 650 -CW - 4000. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A615 with 2 -inch minimum cover unless shown otherwise on the plans. 201-2.3 Fiber Reinforcement Add to this section: Fiber Reinforcement shall be Type III, polypropylene. The percentage quantity of fiber reinforcement shall be determined by mix design engineer to achieve a minimum Modulus of Rupture of 450 psi for the 7 inch thick pavement. Page 18 of 33 SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.4 Asphalt Concrete Mixtures 203-6-4.3 Composition of Grading Add to this Section: Asphalt Concrete for the finish course shall be C2 64-10 and B 64- 10 for the base course. SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS 212.1 LANDSCAPE MATERIALS 212-1.1 Topsoil 212-1.1.1 General Topsoil shall be Class C. 212-1.2 Soil Fertilizing and Conditioning Materials 212-1.2.2 Manure Delete section 212-1.2.3 Commercial Fertilizer Pre -plant fertilizer: Provide fertilizer with not more than 6 percent total nitrogen; and not less than 20 percent available phosphoric acid and 20 percent soluble potash. Post -plant fertilizer: Provide fertilizer with percentage of nitrogen required to provide not less than 6 percent of actual nitrogen, 2 percent phosphoric acid, 4 percent potassium, 5 percent sulfur, 20% humic acids (from leonardardite) and 75% humate (minerals/organic matter/carbon). Post -plant fertilizer shall be tri -c 6-2-4 or approved equal. Pre -plant fertilizer shall be a controlled release type having a 1-10-10 crf formula. Plant tabs shall be mycorrhizal inoculum paks, tri -c myo paks or approved equal. Iron sulphate, iron shall be expressed as metallic -derived from sulfate -deep green (feso4•h2o) a minimum analysis of 200% and 98.3% retained on a 10 mesh screen. Soil conditioner, granular, tri -c humate plus or approved equal, shall contain 25% humic acids. It shall be free flowing, suitable for application with approved equipment and shall contain the minimum available percentages of 7% calcium and 5% sulphur. Page 19 of 33 Fertilizers shall comply with applicable requirements of the State Agricultural Code and shall be packaged, first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizers shall not contain toxic ingredients in quantities harmful to human, animal, or plant life. 212-1.2.4 Organic Soil Amendment Type 4 organic soil amendment shall be organic soil conditioner, shall be a product that aids the structure of the soil consisting of rapidly decaying slowly decaying, and non - decaying material. Nitrogen (organic or ammonic) 0.5% to 0.8%, ph between 5.5 to 6.5 salinity (ece x 103 at 250 c) = 2.5, organic matter more than 87% (dry weight basis). The commercial grade product used shall be numex lif, loamex, or forest humus or approved equal by Landscape Architect. 212-1.2.5 Mulch DELETE subsection in its entirety and REPLACE with the following Mulch shall be Type 7 mulch: a 2 -inch minus blend created from clean and landscape trimmings. Bark mulch shall be dark colored product recommended for mulching in shrub beds. Bark mulch shall be plant choice brush mulch, organic recycling west brush mulch, or AJ ecology ecohumus compost or approved equal by Landscape Architect. 212-1.4 Plants 212-1.4.1 General See Plan for Master Plant List. Nomenclature: The scientific and common names of plants herein specified conform with the approved names given in, "A Checklist of Woody Ornamental Plants in California", published by the University of California, Division of Agricultural Sciences, manual 32, (1963). Labeling: Each group of plant materials delivered on site shall be clearly labeled as to species and variety. However, determination of plant species or variety will be made by the City and the decision will be final. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. Quality and Size: Plants shall be in accordance with the California State Department of Agriculture's regulations for nursery inspections, rules and grading. The Landscape Architect is the sole judge as to acceptability for each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants, which are Page 20 of 33 even moderately "overgrown," or are showing any signs of decline or lack of vigor, are subject to rejection. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock, or as specified in the special conditions or drawings. Plants larger in size than specified may be used with the approval of the Landscape Architect, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth and spread of roots for each plant shall be increased proportionately. Rejection or substitution: All plants not conforming to the requirements herein specified, shall be considered defective, and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants by the contractor, at his expense. Right to changes: The City reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes does not exceed the cost of plants in the original bid, and with the provision that the contractor be notified, in writing, at least thirty (30) days before the planting operation has commenced. Pruning: At no time shall the trees or plant materials be pruned, trimmed or topped prior to delivery and any alteration of their shape shall be conducted only with the approval and when in the presence of the Landscape Architect. Handling and protection: All plants at all times shall be handled and stored so that they are adequately protected from drying out, from wind burn, or from any other injury. Any plant determined by the Landscape Architect to be wilted shall be rejected at any time during this project, whether in the ground or not. All plants shall be handled solely by their containers. Any plant that has been handled by its stem or trunk shall be rejected. The contractor's on- site plant storage area shall be approved by the Landscape Architect prior to the delivery of any plant materials. 212-1.5 Headers, Stakes, and Ties 212-1.5.3 Tree Stakes In second paragraph, replace "Guy wire shall be No. 12 BWG..." with "Guy wire shall be No. 9 Gauge..." Replace third paragraph with "Deadman stakes shall be 3/ inch (19mm) diameter steel pipe 3 feet (1 m) long. Covers for wire shall be Y2" diameter white PVC pipe. Page 21 of 33 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1 Pipe and Fittings 212-2.1.3 Plastic Pipe for Use With Solvent Weld Socket or Threaded Fittings DELETE subsection in its entirety and REPLACE with the following: Sleeving for irrigation lines and control wire running shall be PVC Schedule 40. Irrigation line sleeves shall be two times the diameter of pipe to be sleeved. Control wire sleeves shall be 2" size minimum. Identification: furnish plastic pipe continuously and permanently marked with the following information: manufacturer's name or trade mark, size, class and type of pipe, working pressure at 73.4 degrees f., and national sanitation foundation (NSF) rating. SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List. 300-1.3.1 General Add to this section: The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and Page 22 of 33 supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words 1-Y2 inch" of the last sentence with the words "two (2) inches". Add the following subsection 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: "All cracks '/-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be Page 23 of 33 approved by Engineer. The top 1 'Y2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one —tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." Add the following Section: 302-6.6.1 Additional Requirements The PCCP shall be constructed using the Standard Green Book Mix Design 650 -CW - 4000 with joints spaced at ten (10) feet on center in each direction. The Design Mix shall include polypropylene fibers. The Contractor shall use a "green saw" to saw the initial control joints (longitudinal and transverse) in the concrete on the same day as placement. The Contractor shall provide good curing procedures to seal -in water during the initial seven (7) days of curing. The Contractor shall follow the following joint procedures in spacing and sealing: 1. A "Green Saw" shall be used to saw the initial control joints in the concrete on the same day as placement for longitudinal and transverse joints 2. Joint the pavement at ten (10) foot on center each way or as directed by the Engineer in the field 3. Where possible adjust the longitudinal joint spacing to keep joints out of normal wheel paths 4. All joints shall be sealed with Sika Flex sealant. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS Page 24 of 33 303-5.1 Requirements 303-5.1.1 General Add to this section: "Sidewalk 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 patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.7 Vehicle Detectors 307-17.7.3 Inductive Loop Detectors Amend this Section to include: "Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the City of Newport Beach Loop Detector Detail Appendix C and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop Sealant shall be Hot -Melt Rubberized Asphalt sealant. Page 25 of 33 All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement course placement." SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General Add to this section: "The Contractor shall coordinate planting of the parkway on Poppy Avenue in multiple stages to coordinate with property owners who may want to install private irrigation. After concrete improvements (curb and gutter, sidewalk, drive approaches, ADA ramps and irrigation sleeves) are complete and parkway soil prepared, including soil amendments and final grading, Contractor shall begin grow / kill period for the parkways. During this time, property owners will be allowed to install their irrigation systems ahead of their chosen parkway palate. The property owners are allowed to choose any one of the specified palates (A, B, or C). If a choice is not provided by the property owner, Contractor will be directed to place mulch only. The bid items for the three palates assume seventy-five percent (75%) of the property owners will select one of the parkway palates. Twenty-five (25%) of the property owners are assumed to be non-responsive and will have mulch placed in their parkways. Contractor shall install final planting after two (2) grow and kill periods have been completed. The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. Kevin Pekar at (949) 795-2238 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. 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's Urban Forester. Page 26 of 33 b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree." 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.3 Top Soil Preparation and Conditioning 308-2.3.1 General Prior to planting, the contractor shall apply pre -emergent, translocative, systemic herbicide ("round -up" or equal) to kill all broadleaf weeds and grasses present in planting areas according to manufacturer's directions. Dead plant material shall be removed from the site. 308-2.3.2 Fertilizing and Conditioning Procedures The soil conditioning materials shall be evenly spread at the following rates per 1,000 square feet over all areas less than 3:1 slope, except as noted on plans: Type 4 organic soil amendment 6 cubic yards Soil conditioner: 75 lbs per 1,000 sq. Ft. Page 27 of 33 Pre -plant fertilizer: Iron sulphate: 308-2.4 Finish Grading 20 lbs per 1,000 sq. Ft. 20 lbs per 1,000 sq. Ft. The top four inches (4") of all areas shall be completely free of rocks and clods larger than one inch (1") in their largest dimension. All other growth or debris shall be removed from the site. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling and all other operations shall be leveled and floated before planting operations are initiated. The contractor shall take every precaution to protect and avoid damage to sprinkler heads, irrigation lines, and other underground utilities during grading and conditioning operations. All depressions where water will stand, all voids, erosion, settled trenches and excavations, and all ridges and rises shall be filled with conditioned topsoil and/or removed by contractor, leaving a smooth, even finish grade. 308-4 PLANTING 308-4.1 General Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice. No planting shall be done in any area until the area concerned has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75% of field capacity. The determination of adequate soil moisture for planting shall be the sole judgment of the Landscape Architect and his decision shall be final. The contractor shall obtain approval of planting pits before planting operations shall begin. If the soil moisture level is found to be insufficient for planting, all planting pits shall be filled with water and allowed to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. All plants shall be planted and watered as herein specified immediately after the removal of the containers. Containers shall not be cut prior to placing the plants in the planting area. 308-4.2 Protection and Storage The contractor's on-site plant storage area shall be approved by the field engineer prior to the delivery of any plant materials. Any plant determined by the Landscape Architect to be wilted or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. Any plant that has been handled by its trunk or stem shall be rejected. Page 28 of 33 308-4.5 Tree Planting Fertilizer planting tablets (paks) shall be placed with each plant at the following rates: 1-pak per 1 gallon container. 3-paks per 5 gallon container. 8-paks per 15 gallon container. 1-pak per each 2.5 inch of box size Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Landscape Architect. Cuts over three-quarters of an inch (3/4") shall be painted with an approved tree wound paint. 308-4.6 Plant Staking and Guying 308-4.6.1 Method "A" Tree Staking In the first sentence, replace "... a 1-1/2 inches (38mm) nominal diameter x 10 foot (93m) steel pipe, per 212-2.1.2..." with " two (2) ten foot (10') long x two inch (2") diameter lodge pole stakes ...". 308-4.6.2 Method "B" Tree Staking Delete paragraph. 308-4.6.3(1) Guying. Replace "...12 BWG..."with "9 Gauge". 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.1 General Add the following subsection: 308-5.1.1 Record Drawings The contractor shall provide and keep up to date a complete project record set of bond prints, which shall be corrected daily and show every change from the original drawings and specifications and the exact project record locations, sizes and kinds of material used. These drawings shall also serve as work progress sheets, and the contractor shall make neat and legible annotations, thereon daily as the work proceeds, showing the Page 29 of 33 work as actually installed. These drawings shall be available at all times for inspection and shall be kept in a location designated by the field engineer. Before the date of the final inspection, the contractor shall transfer all information from the project record prints to bond copy, procured from the Landscape Architect. All work shall be neat, in ink and subject to the satisfaction of the Landscape Architect. RECORD DRAWING CONTENT: • Sleeve sizes and locations • Other related equipment as directed by the Landscape Architect. On or before the date of the final inspection, the contractor shall deliver the corrected and completed sepias to the Landscape Architect. Delivery of the sepias will not relieve the contractor of the responsibility of furnishing required information that may be omitted from the prints. 308-5.2 Irrigation Pipeline Installation 308-5.2.3 Plastic Pipeline Sand encasement for irrigation pipe shall be plaster or sand per Section 200 of the standard specifications. All irrigation lines under paving shall be sleeved with PVC sch. 40 pipe. Sleeved pipe shall continue to run at the specified depth as per section 308-2.2. Sleeves shall be 2 times the diameter of pipe to be sleeved, shall extend 6" past edge of paving and be capped on both ends. End caps shall be flagged for ease of locating in the future. 308.6 MAINTENANCE AND PLANT ESTABLISHMENT The maintenance period begins on the first day after all landscape and irrigation work on the project is checked, accepted and written approval is obtained from the Landscape Architect and shall continue thereafter for no less than ninety (90) continuous calendar days. Any day, upon which no work is required as determined by the Landscape Architect, the day will be credited as one of the plant establishment working days, regardless of whether or not the contractor performs plant establishment work. The contractor shall provide complete landscape maintenance of all planting areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, repair of irrigation systems, and control of diseases and pests, mowing and fertilization. At the direction of the Landscape Architect, the contractor shall control disease and pest infestations in the planting areas. The Landscape Architect shall approve all methods and materials for such control. Upon approval, the contractor shall implement the control measures exercising extreme caution in using pesticides and taking all steps Page 30 of 33 to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During the establishment period, the contractor shall furnish sufficient workers and equipment on a daily or weekly basis to perform the work required by this section. Any day when the contractor fails to adequately carry out specified maintenance work as determined necessary by the Landscape Architect, the day will not be credited as one of the plant establishment days. On the 30th and 60th day of the maintenance period, the contractor shall apply the post planting fertilizer at the rate of 20 pounds per 1,000 square feet of all areas. All trees installed shall be guaranteed to live and grow for one (1) year from the day of final acceptance of contract work. Any material found to be dead, missing or in poor condition during the establishment period shall be replaced immediately. The Landscape Architect shall be the sole judge as to the condition of the material. Material found to be dead or in poor condition within the guarantee period shall be replaced by the contractor, at his expense, within fifteen (15) days of written notification by the developer or Landscape Architect. Replacements shall be made to the same specifications required for the original plantings. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." Page 31 of 33 310-5.6.8 Application of Paint Add to this section: `Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be extruded reflectorized thermoplastic. The extruded reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY' signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following subsection: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: Page 32 of 33 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." Page 33 of 33 Appendix A Standard Plan 4858 Sunrise Tree Grate 24" [609.60mm] 1 48" [1219.20mm] 000000a000000000000000 0 o�oDOOO�0000 aooa00000��O��oo o D o o O O 0 0 0 0 0 0 see note 1 1/2" [38.10mm] \ 1/2" x 1" x 1/4" THICK GRINDING PADS FOR LEVELING - TYP. 4 OR MORE PLACES 1/2" [12.70mm] 1" RIBS 1 1/4" [31.75 mm] 4858 SUNRISE TREE GRATE 48"x 48" tree grate in two sections. Two lightwells with bolted cover as shown. 1/2 Maximum slot opening for pedestrian safety and A.D.A Compliance. For pedestrian loads only. Cast from 100% recycled gray Iron, Aluminum,or Cast C854 Copper Alloy. Tree opening: 16",24",35" Grates can be ordered with or later expanded to these openings. Please specify when ordering. Finish: unfinished or Black dip or Enamel paint or Polyurethane Paint or Powder coat Specify finish and color Use frame model: 480OF Weight: Iron= 290 Ib/ 132 Kg Aluminum=102 Ib/46 This drawing embodies a confidential proprietary design of IRONSMITH,INC. Palm Desert,Ca. All design, manufactuing ,reproduction ,use, sale, and IROMSMITH other rights regarding the same are expressly reserved. This drawing is submitted under confidential relationship for a specific purpose and the 41-701 Corporate Way #3 recipient agrees by accepting this drawing not to supply or disclose any information regarding it to any unauthorized person or to incorporate any Palm Desert, CA 92260 special feature peculiar to this design in other projects. The information in this drawing may be covered completely or in part by partents pending. 800.338.4766 r a— I= M i 48 3/4"+0 , 1237.66mm+0.00mm -1/8„ f-3.18mm I C Irk 7 all all r1 E E E E O M Q O + E M M (V u 00 O 7' co co 00 d' This drawing embodies a confidential proprietary design of IRONSMITH,INC. Palm Desert,CA. All design, manufacturing,reproduction,use,sale and other rights regarding the same are expressly reserved. This drawing is submitted under confidential relationship for a specific purpose and the recipient agrees by accepting this drawing not to supply or disclose any information regarding it to any unauthorized person or to incorporate any special feature peculiar to this design in other projects. The information in this drawing may be covered completely or in part by patents pending. L 480OF SQUARE TREE GRATE FRAME WITH DETAIL #1 STANDARD CONCRETE ANCHORS FRAME JIG WELDED FROM 1-3/4” x1-3/4" x1/4" STEEL ANGLE to ASTM A36 CONCRETE ANCHORS 1/2 NELSON ANCHORS MACHINE WELDED TO FRAME FRAME FINISH: UNFINISHED or GALVANIZED or POWDER COAT OTHER INSTALLATION CONFIGURATIONS AVAILABLE IRONSMITH 41701 Corporate Way #3 Palm Desert, CA 92260 (800)-338-4766 www.ironsmith.biz GRATE 1-3/4" X 1-3/4" x 1/4" STEEL ANGLE 2" 33.. < ed. 1/2" NELSON STUD ° ° < 4" min. WELDED TO FRAME d d ° ° —III—III—III—III—III—III—III—III- -I I I -III -I I I-III-III=III-III-III-I I I- � I-III-III-III-III-III=III-III=III-� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII TREE GRATE FRAME INSTALLATION DETAIL STANDARD CONCRETE ANCHOR i 48 3/4"+0 , 1237.66mm+0.00mm -1/8„ f-3.18mm I C Irk 7 all all r1 E E E E O M Q O + E M M (V u 00 O 7' co co 00 d' This drawing embodies a confidential proprietary design of IRONSMITH,INC. Palm Desert,CA. All design, manufacturing,reproduction,use,sale and other rights regarding the same are expressly reserved. This drawing is submitted under confidential relationship for a specific purpose and the recipient agrees by accepting this drawing not to supply or disclose any information regarding it to any unauthorized person or to incorporate any special feature peculiar to this design in other projects. The information in this drawing may be covered completely or in part by patents pending. L 480OF SQUARE TREE GRATE FRAME WITH DETAIL #1 STANDARD CONCRETE ANCHORS FRAME JIG WELDED FROM 1-3/4” x1-3/4" x1/4" STEEL ANGLE to ASTM A36 CONCRETE ANCHORS 1/2 NELSON ANCHORS MACHINE WELDED TO FRAME FRAME FINISH: UNFINISHED or GALVANIZED or POWDER COAT OTHER INSTALLATION CONFIGURATIONS AVAILABLE IRONSMITH 41701 Corporate Way #3 Palm Desert, CA 92260 (800)-338-4766 www.ironsmith.biz Appendix B Poppy Avenue Proposed Parkway Improvements Exhibits RIGHT-OF-WAY LINE PROTECT EXISTING SIGN & POST LEGEND EXISTING WALL TO REMAIN 3728 NEW DRIVEWAY APPROACH PER CITY STANDARD ELECTRIC TREE WELL 42"X 48" IRRIGATION TREE WELL 42"X 48" METER ;AFRICAN TULIP TREE) SLEEVE (WATER GUM TREE) EXISTING SEWER - M �� M CLEANOUT LIMITS OF WORK REMOVE EXISTING TREE NEW CONCRETE (PCC) M EXISTING/NEW LANDSCAPE AREA CURB LINE POPPY AVENUE LOT LINE 318 IRRIGATION SLEEVE EXISTING WALL TO REMAIN RIGHT-OF-WAY LINE LIMITS OF WORK 24' GAS METER G 2.0 M 18.371 E EXISTING DRIVEWAY �� 1 �T WATER METER REMOVE J TREE WELL 42"X 48" EXISTING TREE (AFRICAN TULIP TREE) TREE WELL 42"X 48" (AFRICAN TULIP TREE) WATER METER f ,wr�c-Pc>R OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 3728 OCEAN BOULEVARD �c,�oR1lA PROPOSED PARKWAY IMPROVEMENTS U 10 5 0 10 20 GRAPHIC SCALE 1" = 10' REVISION NO. MARK DATE BY 1 2 3 TREE WELL 42" X 48" TREE WELL 42"X 48" (AFRICAN TULIP TREE) (WATER GUM TREE) FIRE CURB LINE HYDRANT co 7 REMOVE EXISTING REMOVE EXISTING LANDCAPING LANDCAPING LEGEND LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA POPPY AVENUE TREE WELL 42"X 48" (AFRICAN TULIP TREE)] REMOVE EXISTING LANDCAPING 200 TREE WELL 42"X 48" (WATER GUM TREE) REMOVE EXISTING UNDER DRAIN EXISTING SIDEWALK REMOVE EXISTING DRIVEWAY TREE WELL 42"X 48" (AFRICAN TULIP TREE) LIMITS OF WORK E L CURB RAMP— REMOVE EXISTING RIGHT-OF-WAY LANDCAPING LINE RIGHT-OF-WAY LINE h �Y rEPoR��� OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 200 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS A �`lLlroa'r� ti I 10 5 0 10 20 GRAPHIC SCALE 1" = 10' REVISION NO. MARK DATE BY 1 2 3 IM MN I EXISTING TREE IRRIGATION ��1 LIMITS OF WORK E L CURB RAMP— REMOVE EXISTING RIGHT-OF-WAY LANDCAPING LINE RIGHT-OF-WAY LINE h �Y rEPoR��� OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 200 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS A �`lLlroa'r� ti I 10 5 0 10 20 GRAPHIC SCALE 1" = 10' REVISION NO. MARK DATE BY 1 2 3 POPPY AVENUE CURB RAMP _•LIMITS � quo e o 0 o FACE OF EXISTING a ° 4" CU B SIDEWALK. nova ao� SAW CUT \ PROTECT EXISTING LANDSCAPING "`-- RIGHT-OF-WAY LINE PROTECT EXISTING LANDSCAPING E'VTOIS EIAIN ALL LEGEND LIMITS OF WORK O NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA TREE WELL 42"X 48" (WATER GUM TREE) CURB LINE REMOVE EXISTING LANDSCAPING ff 14 PROTECTLANDSCAPING EXISTING WALL TO REMAIN J,:/ LOT LINE 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAF 214 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 7 REVISION NO. DATE I BY LIMITS OF WORK IRRIGATION SLEEVE I F(;FNn WATER METER CATV TREE WELL 42"X 48" (AFRICAN TULIP TREE) LIMITS OF WORK NEW CONCRETE (PCC) MM EXISTING/NEW LANDSCAPE AREA PROTECT EXISTING UNDER DRAIN ELECTRIC UTILITY VAULT POPPY AVENUE CURB LINE TREE WELL 42"X 48" (WATER GUM TREE) �� rgti nc>���q OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 215 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS LEY W -WAY i i ti 10 5 0 10 20 GRAPHIC SCALE 1" = 10' REVISION NO. MARK DATE BY 1 2 3 POPPY AVENUE i I AF RICANTEELTU IP42"XTREE) PROTECT EXISTING LANDSCAPING IRRIGATION CURB LINE SLEEVE EXISTING SIDEWALK a v � REMOVE EXISTING RIGHT-OF-WAY LANDSCAPING LINE PROTECT EXISTING FENCE 14 PROTECT LIMITS OF WORK 20 EXISTING FENCE PROTECT EXISTING LANDSCAPING LOT LINE LOT LINE 16 LEGEND LIMITS OF WORK NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' `S NL�roR21 REVISION NO. MARK DATE BY y= OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 0 216 POPPY AVENUE 1 *sem PROPOSED PARKWAY IMPROVEMENTS 2 )<IPOAt�, 3 ALLEY RIGHT-OF-WAY LINE LIMITS WORK +•71'0 PROTECT EXISTING WALL RIGHT-OF-WAY LINE IRRIGATION SLEEVE EXISTING SIDEWALK \ M06 M LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA POPPY AVENUE TREE WELL 36"X 48" (AFRICAN TULIP TREE) LOT LINE 23 PROTECT EXISTING LANDSCAPING CURB LINE ti 5 0 5 10 GRAPHIC SCALE 1" = 5' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 219 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 'v 00 CURB LINE ti 5 0 5 10 GRAPHIC SCALE 1" = 5' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 219 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 POPPY AVENUE TREE WELL 42"X 48" TREE WELL 42"X 48" (AFRICAN TULIP TREE) (WATER GUM TREE) 4V�CURB LINE—k4)1> EXISTING M co M LIMITS OF WORK M SIDEWALKIRRIGATION ` SLEEVE J REMOVE EXISTING REMOVE EXISTING LANDSCAPING LANDSCAPING PROTECT EXISTING PROTECT EXISTING LANDSCAPING EXISTING LANDSCAPING RIGHT-OF-WAY WALL TO 16 EXISTING WALL LINE REMAIN 22 TO REMAIN 20 LOT LINE LOT LINE LEGEND LIMITS OF WORK NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" - 5` PO REVISION NO. �e, MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 7 ' z 220 POPPY AVENUE fFOR PROPOSED PARKWAY IMPROVEMENTS 2 3 RELOCATE SIGN & POST POPPY AVENUE TREE WELL 42"X 48" 11 (WATER GUM TREE) CURB LINE M M M � "' M LIMITS. OF WORK IRRIGATION «> RIGHT-OF-WAY EXISTING SIDEWALK SLEEVE 'v LINE PROTECT EXISTING PROTECT EXISTING J LANDSCAPING LANDSCAPING V/Z REMOVE EXISTING 20 LANDSCAPING EXISTING WALL E276 LOT LINE TO REMAIN 22 PROTECT EXISTING LINE LANDSCAPING LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) s o s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' REVISION NO. MARK DATE BY y� OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 x 222 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS <IFOR 2 3 219 LOT LINE IRRIGATION SLEEVE I FC;FNII RIGHT-OF-WAY LINE -PROTECT EXISTING 223 LANDSCAPING EXISTING WALL TO REMAIN REMOVE EXISTING LANDSCAPING PROTECT EXISTING 1 UNDER DRAIN TREE WELL 42"X 48" (AFRICAN TULIP TREE) IMMIL19611I NEW CONCRETE (PCC) PROTECT EXISTING LANDSCAPING LOT LINE- -LIMITS OF WORK IRRIGATION SLEEVE PROTECT EXISTING UNDER DRAIN TREE WELL 42"X 48" (WATER GUM TREE) POPPY AVENUE EXISTING/NEW LANDSCAPE AREA 225 REMOVE EXISTING LANDSCAPING IRRIGATI SLEEVE PROTECT EXISTING UNDER DRAIN TREE WELL 42"X 48" (AFRICAN TULIP TREE) ti 10 5 0 10 20 GRAPHIC SCALE 1" = 10' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 223 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE I BY LOT LINE LOT LINE 225 23 REMOVE EXISTING LANDSCAPING LIMITS OF WORK PROTECT EXISTING LANDSCAPING IRRIGATION �I SLEEVE EXISTING J -( SIDEWALK EXISTING WALL TO REMAIN REMOVE EXISTING LANDSCAPING MEN 1 PROTECT EXISTING REMOVE PROTECT UNDER DRAIN EXISTING TREE 4' EXISTING AF RICANLTU IPXTREUNDER DRAIN E) POPPY AVENUE LEGEND TREE WELL 42"X 48"-) (WATER GUM TREE) LIMITS OF WORK NEW CONCRETE (PCC) 5 0 5 10 M EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 225 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE I BY TREE WELL 42"X 48" (AFRICAN TULIP TREE) POPPY AVENUE ESTANDARDWAY OACH PER CITY REMOVE EXISTING DRIVEWAY EXISTING DRIVEWAY Ln EXISTING r IRRIGAT N SIDEWALK SLEEV o) 'v N 17' SAW CUT RIGHT-OF-WAY SAW CUT LINE REMOVE EXISTING LIMITS OF WORK LANDSCAPING EXISTING REMOVE EXISTING WALL LANDSCAPING EXISTING TO REMAIN 222 EXISTING WALL DRIVEWAY TO REMAIN 30 PROTECT EXISTING 26 PROTECT EXISTING LANDSCAPING LANDSCAPING LOT LINE LOT LINE LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' ae.naoRP REVISION NO. v 9 MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 226 POPPY AVENUE ,sa PROPOSED PARKWAY IMPROVEMENTS �"1<renaN�� 2 3 LOT LINE EXISTING WALL TO REMAIN 227 LIMITS OF WORK RIGHT-OF-WAY LINE EXISTING IRRIGATION SIDEWALK SLEEVE PROTECT EXISTING UNDER DRAIN TREE WELL 42"X 48" (AFRICAN TULIP TREE) POPPY AVENUE LIMITS OF WORK NEW CONCRETE (PCC) M EXISTING/NEW LANDSCAPE AREA 3 0 LOT LINE 1' 5 10 GRAPHIC SCALE 1" = 5' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARKI DATE I BY 227 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 i POPPY AVENUE TREE WELL 42"X (AFRICAN TULIP TREE) CURB IRRIGATION LINE SLEEVE ra EXISTING EXISTING WALL EXISTING WALL TO REMAIN SIDEWALK TO REMAIN RIGHT—OF—WAY 30 LINE 34 PROTECT LIMITS OF WORK EXISTING LANDSCAPING REMOVE EXISTING LANDSCAPING + 26 LOT LINE PROTECT EXISTING LANDSCAPING LOT LEGEND LINE LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" — 5' poRT REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 230 POPPY AVENUE 1 b« PROPOSED PARKWAY IMPROVEMENTS r �<IFORNI 2 3 LOT LINE PROTECT EXISTING CURB RIGHT-OF-WAY LINE G IRRIGATION SLEEVE LOT LINE EXISTING DRIVEWAY PROTECT EXISTING 31 LANDSCAPING 233 EXISTING WALL REMOVE EXISTING TO REMAIN LANDSCAPING LIMITS OF WORK EXISTING 18, 41j SIDEWALK M Q� v MMM EXISTING DRIVEWAY � CURB LINE NEW DRIVEWAY APPROACH TREE WELL 4R481/ PER CITY STANDARD T (WATER GUM TREE) POPPY AVENUE I rnrKin LIMITS OF WORK 0 NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA I 0 5 10 GRAPHIC SCALE 1" = 5' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 231 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 F EXISTING WALL TO REMAIN REMOVE EXISTING STONE PAVERS 33 RIGHT-OF-WAY LIMITS OF WORKS LINE TECT EXISTING STONE PAVERS .0�.a 235 TREE WELL 42"X 48" (AFRICAN TULIP TREE) 1 C(_CAlfl LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA PROTECT `CURB LINE EXISTING UNDER DRAIN ti TREE WELL 42"X 48" (WATER GUM TREE) 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 233 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 I./. REVISION NO. DATE I BY POPPY AVENUE PROTECT EXISTING TREE WELL 36"X 48" SIGN & POST EXISTING TO WALL (WATER GUM TREE) CURB REMAIN LINE co EXISTING SIDEWALK IRRIGATION SLEEVE , IRRIGATION RIGHT-OF-WAY SLEEVE LINE LIMITS OF WORK 30 LOT LINE 238 LOT LINE V374 ti LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 s 10 0 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' �V o\ i� rz OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 234 POPPY AVENUE REVISION NO. MARK DATE BY �. 14IFnAN� PROPOSED PARKWAY IMPROVEMENTS 2 3 33 1 —LOT LINE 35 RIGHT-OF-WAY LOT LINE EXISTING WALL LINE TO REMAIN LIMITS OF WORK IRRIGATION v SLEEVE ib A � ' `CURB LINE PROTECT EXISTING TREE WELL 42"X 48" UNDER DRAIN TREE WELL 42"X 48" (WATER GUM TREE) (AFRICAN TULIP TREE) I Fr_Fnln POPPY AVENUE LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA 239 1 5 0 5 10 GRAPHIC SCALE 1" = 5' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 235 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 POPPY AVENUE REMOVE TREE WELL 42"X 48" EXISTING TREE (AFRICAN TULIP TREE) PROTECT II CURB LINE SIGN & POST � 9 Y, r EXISTING DRIVEWAY LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 EXISTING/NEW LANDSCAPE AREA NEW DRIVEWAY APPROACH PER CITY STANDARD TREE WELL 42"X 4 (WATER GUM TREE) a EXISTING TR IRRIGATION SLEEVE �- REMOVE BRICK BORDER REPLACE BRICK BORDER IN KIND BEHIND 42 RIGHT—OF—WAY LOT LINE ti 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 238 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY EXISTING SIDEWALK LIMITS N� OF WORK IRRIGATION RIGHT—OF—WAY SAW CUT SLEEVE LINE I 18, REMOVE BRICK BORDER 38 34 LOT LINE EXISTING REPLACE DRIVEWAY BRICK BORDER IN KIND BEHIND RIGHT—OF—WAY LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 EXISTING/NEW LANDSCAPE AREA NEW DRIVEWAY APPROACH PER CITY STANDARD TREE WELL 42"X 4 (WATER GUM TREE) a EXISTING TR IRRIGATION SLEEVE �- REMOVE BRICK BORDER REPLACE BRICK BORDER IN KIND BEHIND 42 RIGHT—OF—WAY LOT LINE ti 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 238 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY F2351 I -LOT LINE 39 LEGEND EXISTING WALL TO REMAIN RIGHT-OF-WAY LINE LIMITS OF WORK REMOVE V IRRIGATION Q EXISTING TR SLEEVE CURB LINE TREE WELL 42"X 48" (WATER GUM TREE) POPPY AVENUE LIMITS OF WORK 0 NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA 5 LOT LINE 10 ti 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 239 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE I BY LOT LINE 41 LOT LINE 39 LIMITS OF WORK EXISTING WALL TO REMAIN '\ 43 RIGHT-OF-WAY LINE REMOVE EXISTING LANDSCAPING IRRIGATIONPROTECT EXISTING v SLEEVE' � EXISTING SIDEWALK UNDER DRAIN CURB RB LINE J PROTECT EXISTING LANDSCAPING REMOVE EXISTING TREE LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA TREE WELL 42"X 48" (AFRICAN TULIP TREE) POPPY AVENUE PROTECT EXISTING LANDSCAPING ti 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAF 241 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE I BY POPPY AVENUE PROTECT EXISTING REMOVE EXISTING TREE NEW DRIVEWAY APPROACH SIGN & POST TREE WELL 42"X 48" PER CITY STANDARD REMOVE EXISTING HARD (AFRICAN TULIP TREE) CURB LINE EXISTING DRIVEWAY Y. REMOVE I= EXISTING HARDSCAPE ul 711 IRRIGATION EXISTING SLEEVE RIGHT—OF—WAY LINE o 'v SIDEWALK LIMITS OF WORK SAW CUT 16' IRRIGATION SLEEVE REPLACE BRICK REMOVE EXISTING RIBBON BORDER BRICK PAVERS IN KIND BEHIND 238 LOT LINE RIGHT—OF—WAY 42 LOT LINE 48 EXISTING RELOCATE DRIVEWAY EXISTING UNDER DRAIN LEGEND LIMITS OF WORK NEW CONCRETE (PCC) s 0 s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' ,owp(Rr� REVISION NO. MARK DATE BY y, OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 — 242 POPPY AVENUE 1 �« PROPOSED PARKWAY IMPROVEMENTS 2 3 LOT LINE FU 43 PROTECT EXISTING LANDSCAPING RELOCATE EXISTING EXISTING WALL SIGN & POST TO REMAIN PROTECT EXISTING LANDSCAPING RIGHT-OF-WAY LINE REMOVE EXISTING LANDSCAPING PROTECTa VSIDEWALK--s, LIMITS OF WORK EXISTING c j� EXISTING LANDSCAPING ;01 M M � CURB LINE PROTECT REMOVE EXISTING EXISTING TREE UNDER DRAIN TREE WELL 42"X 48" (WATER GUM TREE) LEGEND LIMITS OF WORK POPPY AVENUE 0 NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA SLEEVE PROTECT EXISTING UNDER DRAIN ti CURB RAMP 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 243 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY W � a W o-� o (n �0000 �aoco CURB RAMP 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 243 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY POPPY AVENUE WELL (WA ER CUM4TREE) CURB LINE M� M� IRRIGATION 00 SLEEVE LIMITS ;4-SIDEWA EXISTINWG OF WORK RIGHT—OF—WAY REMOVE EXISTING LINE LANDSCAPING PROTECT EXISTING PROTECT EXISTING 42 LANDSCAPING LANDSCAPING 50 LOT LINE LOT LINE EXISTING WALL TO REMAIN LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" - 5' REVISION NO. �ircmroRTd MARK DATE BY Y� OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 248 POPPY AVENUE 1 b. PROPOSED PARKWAY IMPROVEMENTS h '<IPORN, 2 3 POPPY AVENUE r/ REMOVE ! CURB LINE EXISTING TREE M MIRRIGATION - M SLEEVE EXISTING LIMITS OF WORK SIDEWALK .� PROTECT EXISTING RIGHT-OF-WAY LANDSCAPING LINE 54 248 PROTECT EXISTING LOT LINE LOT LINE LANDSCAPING EXISTING WALL ,u TO REMAIN 250 LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) s 0 s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" - 5' tc�xFORr J d'' REVISION NO. r= OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 250 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS "41FOF *� 2 3 TREE WELL 42"X PROTECT EXISTING PROTECT EXISTING SIGN & POST E) UNDER DRAIN (WATER GUM TREE) REMOVE EXISTING TREE IRRIGATION CURB LINE SLEEVE EXISTING °° l IRRIGATION SIDEWALK c SLEEVE /! REMOVE EXISTING PROTECT EXISTING LANDSCAPING LANDSCAPING CURB RAMP RIGHT—OF—WAY LINE EXISTING WALL REMOVE EXISTING 50 TO REMAIN LANDSCAPING LIMITS OF WORK 0 0 PROTECT EXISTING LOT LINE SLOT LINE LANDSCAPING All 54 LEGEND LIMITS OF WORK NEW CONCRETE (PCC) s 0 s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' REVISION NO. MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 254 POPPY AVENUE 1 �. PROPOSED PARKWAY IMPROVEMENTS 2 3 TREE WELL 42"X 48" (AFRICAN TULIP TREE) CURB LINE ` >oo M EXISTING SIDEWALK IRRIGATION 1G SLEEVE CURB RAMP PROTECT EXISTING LANDSCAPING PROTECT REMOVE EXISTING EXISTING 54 LANDSCAPING RIGHT-OF-WAY LANDSCAPING 04 LINE EXISTING WALL LOT LINE LIMITS OF WORK TO REMAIN LOT LINE 00 LEGEND LIMITS OF WORK NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" - 5' re.�'rok� REVISION NO. V MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 300 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 �.� RELOCATE EXISTING SIGN & POST CURB RAMP L GHT-OF-WAY LINE LIMITS OF WORK LOT LINE 01 EXISTING WALL TO REMAIN 03 PROTECT EXISTING LANDSCAPING d- SLEEVE ao DO �M CURB LINE PROTECT EXISTING SLOPE PROTECT EXISTING UNDER DRAIN UNDER DRAIN RELOCATE PROTECT EXISTING EXISTING SIGN & POST UNDER DRAIN LEGEND POPPY AVENUE LIMITS OF WORK NEW CONCRETE (PCC) s 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' ot�F�To REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY ti 9n x 301 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS 2 '141FOP- 3 Q W Q 000000: LJ.I 000000 0000.00 00000 000:00 00000 RELOCATE EXISTING SIGN & POST CURB RAMP L GHT-OF-WAY LINE LIMITS OF WORK LOT LINE 01 EXISTING WALL TO REMAIN 03 PROTECT EXISTING LANDSCAPING d- SLEEVE ao DO �M CURB LINE PROTECT EXISTING SLOPE PROTECT EXISTING UNDER DRAIN UNDER DRAIN RELOCATE PROTECT EXISTING EXISTING SIGN & POST UNDER DRAIN LEGEND POPPY AVENUE LIMITS OF WORK NEW CONCRETE (PCC) s 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' ot�F�To REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY ti 9n x 301 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS 2 '141FOP- 3 F� LIMITS OF WORK - pm IRRIGATION SLEEVE M� I PROTECT EXISTING UNDER DRAIN LEGEND 03 LOT LINE LOT LINE EXISTING WALL 05 TO REMAIN PROTECT EXISTING REMOVE EXISTING TELEPHONE LANDSCAPING LANDSCAPING VAULT RIGHT-OF-WAY PROTECT EXISTING LINE LANDSCAPING IRRIGATION EXISTING SLEEVE SIDEWALK ao lDn CURB LINE TREE WELL 42"X 48" (AFRICAN TULIP TREE) POPPY AVENUE LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA PROTECT EXISTING UNDER DRAIN 5 0 5 10 GRAPHIC SCALE 1" = 5' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 303 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 TREE WELL 42"X 48" POPPY AVENUE (WATER GUM TREE) TREE WELL 42"X 48" PROTECT EXISTING CURB LINE (AFRICAN TULIP TREE) SIGN & POST M M .WVM M NWS M M M MM � M M �n M M M nn/yM M M M M ivWM NwM NWS M ivwivWM /�W M nMn .v. iWvM ivWM ivW` M �` M IRRIGATION °° EXISTING SLEEVE SIDEWALK IN LOT LINE 1 [77n[77n1n PROTECT EXISTING LANDSCAPING REMOVE EXISTING LANDSCAPING RIGHT-OF-WAY LINE LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA REMOVE EXISTING LANDSCAPING PROTECT EXISTING LANDSCAPING EXISTING FENCE LIMITS OF WORK TO REMAIN 5 0 5 10 GRAPHIC SCALE 1" = 5' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUES REET IMPROVEMENTS C-6189 MARKI DATE I BY 6m LOT LINE 304 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 EXISTING WALL 05 LOT LINE TO REMAIN LOT LINE PROTECT EXISTING 00 LANDSCAPING 07 RIGHT-OF-WAY LINE LIMITS OF WORK PROTECT EXISTINGREMOVE EXISTING PROTECT LANDSCAPING EXISTING LANDSCAPING LANDSCAPING EXISTING --+\ IRRIGATION ao SIDEWALK SLEEVE ■-riay\IR-1 PROTECT-/ `CURB LINE EXISTING UNDER DRAIN TELEPHONE VAULT TREE WELL 42"X 48" TREE WELL 42"X 48" (AFRICAN TULIP TREE) (WATER GUM TREE) LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA POPPY AVENUE PROTECT ' EXISTING UNDER DRAIN f 5 0 5 10 GRAPHIC SCALE 1" = 5' f Je Po OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI x 305 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS 2 IF 0?, 3 REVISION NO. DATE I BY F075 PROTECT EXISTING LANDSCAPING LOT LINE RIGHT-OF-WAY LINE LIMITS OF WORK 11-119ATION Z EVE VE EXISTING J /SIDEWALK T PROTECT ' EXISTING UNDER DRAIN TREE WELL 42"X 48" (AFRICAN TULIP TREE) I c: (�- c:nin LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA G1� v LOT LINE IRRIGATION PROTECT SLEEVE EXISTING UNDER DRAIN CURB LINE POPPY AVENUE =1 TREE WELL 42"X 48" (WATER GUM TREE) i 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 307 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY POPPY AVENUE PROTECT NEW DRIVEWAY APPROACH TREE WELL 42"X 48" EXISTING(WATER PER CITY STANDARD SIGN & GUM TREE) POST CURB LINE EXISTING DRIVEWAY M Lq M M jT aO IRRIGATIONEXISTING SLEEVE SIDEWALK o IRRIGATION C13 12' b SLEEVE RIGHT-OF-WAY SAW CUT J LINE LIMITS OF WORKJ LOT LINE PROTECT EXISTING voq LANDSCAPING EXISTING FENCE 12 LOT LINE TO REMAIN 08 LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 to EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' REVISION NO. 4NSWIM er, MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 308 POPPY AVENUE �. PROPOSED PARKWAY IMPROVEMENTS c; r 2 3 im LEGEND LOT LINE REMOVE EXISTING LANDSCAPING Am- PROTECT EXISTING LANDSCAPING LIMITS OF WORK RIGHT-OF-WAY LINE EXISTING SIDEWALK`r TREE WELL 42"X 48" (WATER GUM TREE) PROTECT EXISTING UNDER DRAIN LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA y IRRIGATION' SLEEVE M� M REMOVE CURB LINE EXISTING POPPY AVENUE EXISTING FENCE B 13 TO REMAIN LOT LINE -REMOVE EXISTING LANDSCAPING TREE WELL 42"X 48"� (AFRICAN TULIP TREE) A� 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAF 309 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY i TREE WELL 42"X 48"� (AFRICAN TULIP TREE) A� 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAF 309 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY POPPY AVENUE NEW DRIVEWAY APPROACH TREE WELL 42"X 48"CURB LINE (AFRICAN TULIP TREE) PER CITY STANDARD EXISTING DRIVEWAY 4O IRRIGATIONSLEEVE EXISTING SIDEWALK Q o� 121 RIGHT-OF-WAY LINE LIMITS OF WORK LOT LINE LOT LINE R OS 16 E-121 LEGEND LIMITS OF WORK ore 0 NEW CONCRETE (PCC) s o s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1'' - 5' oRl, REVISION NO. oS s MARK DATE BY y� OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 312 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS <IFOR��r 2 3 F3 PROTECT EXISTING LANDSCAPING REMOVE EXISTING LANDSCAPING PROTECT EXISTING UNDER DRAIN TREE WELL 42"X 48" (WATER GUM TREE) LIMITS OF WORK RIGHT-OF-WAY LINE - PROTECT EXISTING - POPPY AVENUE plimimelmI NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA EXISTING WALL TO REMAIN (PROTECT EXISTING UNDER DRAIN EXISTING TREE 5 0 5 10 GRAPHIC SCALE 1" = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 313 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY I F(;FNn UNDER DRAIN LIMITS OF WORK NEW CONCRETE (PCC) I I V -L wvI u� ZL A 'IU (WATER GUM TREE) POPPY AVENUE EXISTING/NEW LANDSCAPE AREA 5 0 5 10 GRAPHIC SCALE 111 = 5' OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAI 315 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE I BY 711 TREE WELL 30"X 48" POPPY AVENUE (WATER GUM TREE) NEW DRIVEWAY APPROACH CI RB LINE PER CITY STANDARD EXISTING DRIVEWAY M� M� o 117& °O PROTECT ST NE o 116' RIBBON BORDE 1 14 IRRIGATION SLEEVE RIGHT-OF-WAY EXISTING LINE WALL TO LIMITS OF WORK REMAIN LOT LINE EXISTING WALL EXISTING 12 TO REMAIN 16 18 DRIVEWAY 1' LOT LINE PROTECT EXISTING LANDSCAPING LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" - 5' gWpoRTe REVISION NO. \ MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 316 POPPY AVENUE 1 b� PROPOSED PARKWAY IMPROVEMENTS IFOR'`�, 2 3 1-71 LOT LINE Fl-51 LOT LINE PROTECT EXISTING WALL EXISTING TO REMAIN IRRIGATION LANDSCAPING LIMITS OF WORK SLEEVE RIGHT-OF-WAY LINE IRRIGATION 'v SLEEVE 00 AIS, CURB LINE � TREE WELL 30" � TREE WELL 30"X 48" (WATER GUM TREE) (AFRICAN TULIP TREE) POPPY AVENUE LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' raa•�o@p� REVISION NO. MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 = 317 POPPY AVENUE 1 bw PROPOSED PARKWAY IMPROVEMENTS 2 3 POPPY AVENUE REMOVE NEW DRIVEWAY APPROACH RELOCATE SIGN & POST EXISTING HARDSCAPE PER CITY STANDARD CURB IRRIGATION EXISTING DRIVEWAY LINE SLEEVE r 00 00 i SAW CUT 18 aD EXISTING SAW CUT 4' LIMITS 'v SIDEWALK OF WORK TO REMAIN 1, RO PTECT EXISTING �, 42"X 48' SIDEWALK `' REMOVE EXISTING (AFRICAN TULIP TREE) RIGHT—OF—WAY PROTECT EXISTING LANDSCAPING LANDSCAPING LINE 12 24 EXISTING LOT LINE DRIVEWAY 1 �$ LOT LINE LEGEND EXISTING FENCE TO REMAIN LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" — 5' REVISION NO. o`�r.�crokpe y� OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY z 318 POPPY AVENUE 1 �. PROPOSED PARKWAY IMPROVEMENTS 2 3 -11 2 LOT LINE LOT LINE 23 17 EXISTING WALL LIMITS OF WORK TO REMAIN RIGHT-OF-WAY LINE IRRIGATION SLEEVE 11 T PROTECT} REMOVE CURB LINE EXISTING EXISTING TREE UNDER DRAIN TREE WELL 3: 48" TREE WELL 32" (WATER GUM TREE) PROTECT EXISTING (AFRICAN TULIP TREE) UNDER DRAIN LEGEND POPPY AVENUE LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' REVISION NO. �.rgweo MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 321 POPPY AVENUE �. PROPOSED PARKWAY IMPROVEMENTS 1 2 '"14/FOA�;v� 3 23 21 LOT LINE LOT LINE 25 EXISTING WALL TO REMAIN LIMITS OF WORK RIGHT-OF-WAY LINE IRRIGATION SLEEVE00 \� PROTECT REMOVE CURB LINE 1 EXISTING EXISTING TREE UNDER DRAIN TREE WELL 30"X 48" TREE WELL (AFRICAN (WATER GUUMM TREE) E) TULIP TREE) POPPY AVENUE LEGEND LIMITS OF WORK NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' REVISION NO. e.n MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 323 POPPY AVENUE ba PROPOSED PARKWAY IMPROVEMENTS 1 2 3 EXISTING ^OPPY AVENUE RELOCATE HARDSCAPE TREE WELL 42"X 48" EXISTING SIGN NEW DRIVEWAY APPROACH (WATER GUM TREE) U PER CITY STANDARD� � YI EXISTING DRIVEWAY CURB LINE IRRIGATION EXISTING SLEEVE SIDEWALK l N� 11'� TREE WELL IRRIGATI N� X 48 SLEEVE (AFCAN REMOVE EXISTING (ARI jj TULIP TREE) LANDSCAPING LOT RIGHT-OF-WAY LINEEXISTING WALL �— LINE TO REMAIN PROTECT �8 SAW CUT 24 EXISTING LANDSCAPING 28 LIMITS OF WORK LOT LINE EXISTING 1 DRIVEWAY PROTECT EXISTING LANDSCAPING LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 µ M EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" - 5' x'�oR REVISION NO. ter e MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 z 324 POPPY AVENUE 1 �. PROPOSED PARKWAY IMPROVEMENTS LIFov- 2 3 F2-31 25 B 27 LOT LINE LOT LINE EXISTING WALL TO REMAIN / LIMITS OF WORK LINE o _RIGHT-OF-WAY _ EXISTING IRRIGATION SIDEWALK SLEEVE J&yr, ao TREE WELL 30"X 48" ?A TREE WELL 30"X 48" TREE WELL 30"X 48" (WATER GUM TREE) (WATER GUM TREE) (AFRICAN TULIP TREE) CURB LINE POPPY AVENUE LEGEND LIMITS OF WORK NEW CONCRETE (PCC) s 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' t;eu'Po\ REVISION NO. V &` MARK DATE BY OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 325 POPPY AVENUE �. PROPOSED PARKWAY IMPROVEMENTS 2 3 2 25LOT LINE 331 LOT LINE EXISTING WALL TO REMAIN LIMITS OF WORK IRRIGATION o RIGHT-OF-WAY LINE SLEEVE Ln EXISTING v SIDEWALK CURB LINE 1 � TREE WELL 30 TREE WELL 30"X 48" (WATER GUM TREE) (AFRICAN TULIP TREE) POPPY AVENUE LEGEND LIMITS OF WORK NEW CONCRETE (PCC) s o 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" — 5' ger REVISION NO. `NLS' °y OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY s� 327 POPPY AVENUE �. PROPOSED PARKWAY IMPROVEMENTS t 2 3 POPPY AVENUE TREE WELL 42"X 48" TREE WELL 4211X 48" (AFRICAN TULIP TREE) (WATER GUM TREE) IRRIGATION CURB LINE � 4 SLEEVE I to fitM IRRIGATION EXISTING 00 PROTECT SLEEVE SIDEWALKEXISTING LANDSCAPING d —Ile— — REMOVE EXISTING LANDSCAPING PROTECT EXISTING RELOCATE 24 LANDSCAPING EXISTING FENCE EXISTING 32 MAILBOX TO REMAIN LOT LINE 28 LOT LINE LEGEND LIMITS OF WORK NEW CONCRETE (PCC) s 0 s 10 L EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" — 5' �tio. rokT� REVISION NO. y g` OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY x 328 POPPY AVENUE 1 �- PROPOSED PARKWAY IMPROVEMENTS 2 3 31 EXISTING WALL LOT LINE TO REMAIN LOT LINE 27 REMOVE BRICK 33 PAVERS PROTECT EXISTING RIGHT-OF-WAY LINE SIGN & POST LIMITS OF WORK PROTECT BRICK PAVERS EXISTING IRRIGATION SIDEWALK v SLEEVE n nn nn nn m .v. nn ^n m nn m m m m rn .. �- .. ... .. ... ... .... ... -. _ CURB LINE .rte. REMOVE EXISTING TREE TREE WELL 30"X 48" PROTECT EXISTING (WATER GUM TREE) UNDER DRAIN POPPY AVENUE LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' o NewpoRpe REVISION NO. MARK DATE BY ys OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 0 331 POPPY AVENUE 1 �. PROPOSED PARKWAY IMPROVEMENTS �ZIFOftN1 2 3 TREE WELL 42"X 48" POPPY AVENUE (WATER GUM TREE) NEW DRIVEWAY APPROACH IRRIGATION PER CITY STANDARD SLEEVE CURB LINE EXISTING DRIVEWAY _ M M M \ d7 "ri .PROTECT BRICK a0 IT- ff-,r IRRIGATION RIBBON B RDER 16' SLEEVE I PROTECT EXISTING LANDSCAPING RIGHT-OF-WAY PROTECT EXISTING REMOVE EXISTING LINE LANDSCAPING LA SOAPING 36 32 LIMITS OF WORK EXISTING FENCE 28 LOT LINE TO REMAIN EXISTING LOT LINE DRIVEWAY EXISTING FENCE TO REMAIN LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) s 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' REVISION NO. Ut�r.�'roRr� MARK DATE BY y OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 s 332 POPPY AVENUE 1 ,s - PROPOSED PARKWAY IMPROVEMENTS 1 4 2 3 WK1l:AN IULIF PROTECT EXISTING UNDER DRAIN LIMITS OF WORK REMOVE EXISTING TREE POPPY AVENUE EXISTING WALL TO REMAIN PROTECT EXISTING UNDER DRAIN 4 - i 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" - 5' OCEAN OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MAf 333 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 REVISION NO. DATE BY TREE WELL 42"X 48" POPPY AVENUE NEW DRIVEWAY APPROACH (AFRICAN TULIP TREE) PER CITY STANDARD EXISTING DRIVEWAY CURB LINE M IRRIGATION EXISTING SLEEVE SIDEWALK o� EXISTING 16' WALL TO REMAIN REMOVE -)RIGHT-OF-WAY EXISTING LINE SAW CUT LANDSCAPING LIMITS OF WORK RELOCATE 41 EXISTING FENCE 32 EXISTING LOT LINE _� 36 DRIVEWAY LOT LINE LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 5 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' V. Po REVISION NO. 9 MARK DATE BY y OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 0 336 POPPY AVENUE +s PROPOSED PARKWAY IMPROVEMENTS 2 3 POPPY AVENUE TREE WELL 42"X 48" (WATER GUM TREE) CURB LINE v M EXISTING IRRIGATION a SIDEWALK SLEEVE SAW CUT RIGHT-OF-WAY LINE LIMITS OF WORK EXISTING WALL LOT LINE TO REMAIN 46 LOT LINE 3-61 Ar 41 LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) 5 0 s 10 EXISTING/NEW LANDSCAPE AREA GRAPHIC SCALE 1" = 5' �exroRT REVISION NO. MARK DATE BY r= OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 341 POPPY AVENUE \cam. PROPOSED PARKWAY IMPROVEMENTS �<JRURN� 2 3 IRRIGATION _SLR G T I' EEVE EXISTING WALL TO REMAIN 1 ct�rkl11 POPPY AVENUE REMOVE EXISTING RELOCATE EXISTING r TREE _ TRrr Wri i A )- V AQ" SIGN & POST CURB LINE bo EXISTING RIGHT-OF-WAY I LINE PROTECT EXISTING LANDSCAPING LIMITS OF WORK REMOVE EXISTING-` LANDSCAPING LOT LINE LIMITS OF WORK 0 NEW CONCRETE (PCC) 0 EXISTING/NEW LANDSCAPE AREA NO EXISTING DRIVEWAY ' 14.571 2.0%f 18' Zr SAW CUT LIMITS OF WORK EXISTING DRIVEWAY EXISTING WALL TO REMAIN LOT LINE NEW DRIVEWAY APPROACH PER CITY STANDARD i u _ IRRIGATION `r SLEEVE ti \"-PROTECT EXISTING LANDSCAPING EXISTING FENCE TO REMAIN 52 10 5 0 10 20 GRAPHIC SCALE 111 = 10' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARK DATE BY 346 POPPY AVENUE 1 PROPOSED PARKWAY IMPROVEMENTS 2 3 POPPY AVENUE CURB LINE EXISTING DRIVEWAY LIMITS OF WORK APPROACH TO REMAIN IR-RIG-1/TION PROTECT EXISTING LANDSCAPING 6m' LOT LINE LEGEND LIMITS OF WORK 0 NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA RIGHT-OF-WAY LINE EXISTING \� DRIVEWAY 52 TREE WELL 30"X 48" (WATER GUM TREE) _ _PROTECT EXISTING UTILITY VAULT 4LIMITS OF WORK 41w�k- PROTECT EXISTING LANDSCAPING EXISTING WALL TO REMAIN M LOT LINE 10 5 0 10 20 GRAPHIC SCALE 1" = 10' REVISION NO. OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 MARKI DATE I BY 352 POPPY AVENUE PROPOSED PARKWAY IMPROVEMENTS 2 3 PROTECT EXISTING LANDSCAPING FIVE CROWNS PARKING J EXISTING WALL LIMITS OF WORK-4EXISTING WALL TO REMAIN TO REMAIN LIMITS OF WORK IRRIGATION TRAFFIC SIGNAL Oct RIGHT-OF-WAY SLEEVE 46` LINE RIGHT-OF-WAY PO E LINE ` 2.0'f. - Ark,�. d 14.0% NEW DRIVEWAY APPROACH SLEEVE TREE WELL 48"X 48" TREE WELL 48"X 48" TRAFFIC SIGNA N Q PER CITY STANDARD WATER METER EXISTING DRIVEWAY (WATER GUM TREE) _ IRRIGATION CURB REMOVE EXISTING N UTILITY BOXES L CURB LINE SLEEVE LINE TREE V. NEW DRIVEWAY APPROACH7 TREE WELL 48"X 48" TREE WELL 48"X 48" PROTECT EXISTING TREE WELL 48"X 48" PER CITY STANDARD (AFRICAN TULIP TREE) (WATER GUM TREE) UNDER DRAIN (AFRICAN TULIP TREE) Q POPPY AVENUE IRRIGATION TREE WELL 48"X 48" ` (AFRICAN TULIP TREE) Q. NEW DRIVEWAY APPROACH SLEEVE TREE WELL 48"X 48" TREE WELL 48"X 48" TRAFFIC SIGNA N Q PER CITY STANDARD WATER METER (AFRICAN TULIP TREE) (WATER GUM TREE) _ POLE _ Q _ EXISTING DRIVEWAY CURB LINE PROTECT EXISTING PROTECT EXISTING UTILITY BOXES L CURB LINE UNDER DRAIN LUNDER DRAIN v 2.0% I r 20' z- t - I - -t 1 '17- /- PROTECT EXISTING EXISTING 52 DRIVEWAY LANDSCAPING LOT LINE PROTECT EXISTING LANDSCAPING LEGEND LIMITS OF WORK NEW CONCRETE (PCC) EXISTING/NEW LANDSCAPE AREA EXISTING WALL TO REMAIN 3081 IRRIGATION SLEEVE RIGHT-OF-WAY LINE LIMITS OF WORK OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 3081 EAST PACIFIC COAST HIGHWAY PROPOSED PARKWAY IMPROVEMENTS IRRIGATION SLEEVE FIRE HYDRANT 10 10 5 0 10 20 GRAPHIC SCALE 1" = 10' REVISION NO. LMARK DATE BY 1 2 3 Appendix C City of Newport Beach Loop Detector Detail LIMIT LINE OR CROSSWALK PER PLAN / LEGEND: 1-0X DETECTOR INPUT FOR THROUGH /��' PHASES 0 0 0 1-0Y DETECTOR INPUT FOR LEFT TURN Im PHASES I I OXB BICYCLE LOOP DETECTOR INPUT -000, 001 I O DETECANS ORTYPE E LOOP 3-ox I LEFT TURN MODIFIED CALTRANS TYPE E LOOP O I LANE DETECTOR THROUGHjJ� CALTRANS TYPE D LOOP LANES @ DETECTOR (3'x6') BIKE LANE 0 I II 1-Oy II 2 I EDGE OF \,CMJ I GUTTER CURB FACE 001° 1-OX 12-OX NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LIMIT LINE LOOPS T IN ADVANCE OF CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DLC. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LOOP DETECTOR DETAIL SHEET 1 OF 2 Start TWISTED CLOCKWISE INTO Finish A PAIR (AT LEAST 2 TURNS PER FOOT) WINDING DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) Z-� W> j U � m w� TH L 00 1 -0 SAWCUT DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LOOP DETECTOR DETAIL SHEET 2 OF 2 Appendix D Construction Phasing Plan W a Lu Lu cs Q OCEAN BLUD I rt -%r -Km 0l OCEAN BLVD (MARGUERITE AVE TO NARCISSUS AVE) � PHASE II ____ >a BLVD (NARCISSUS AVE TO POINSETTIA AVE) PHASE III _____ L)>a BLVD r s - PHASE I _______ OCEAN BLVD (MARGUERITE AVE TO NARCISSUS AVE) PHASE II ____ __ OCEAN BLVD (NARCISSUS AVE TO POINSETTIA AVE) PHASE III _____ _ OCEAN BLVD (POINSETTIA AVE TO POPPY AVE) 1®- w ¢ w cn z 100 50 0 100 200 300 GRAPHIC SCALE 1" = 100' SHEET 1 OF 2 REVISION NO. MARK DATE BY 1 2 3 PUBLIC WORKS DEPARTMENT OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 CONSTRUCTION PHASING PLAN 2 tc��0 ov�� PHASE V-A 3728 OCEAN 215 W �, ,�, �, N �, N-) Ln � m m SEE SHEET 1 Q N N N N N N N N N m m � FOR OCEAN BLVD �` °�' PHASEV-C r 0 i rm m m 200 ? d- PHAV-B N N o � 0 � dam- m N IE CD CD N N N N N N N W N N N a x wW ala P ASE V-A N PHAS IV-A J = PHASE IV-A 0 Z� N � Ln� O 0 � O r- N r N Lo � N N N r7 aLd ND v Q 7. X351 v� �0 Iama I`-'r =_ W HASE -C a a N o � 00 N Qo PHAIV-B N RETAIL N N o o N rl-, ro r%, ,�, ro rr) rte',, �, JE J Qo ,� 3 701 P C H PHASE V. N ro r� Q LEGEND PHASE IV-A __--___--_ POPPY AVE NORTH PARKWAY & HALF OF COMMERCIAL DRIVEWAY (SEAVIEW AVE TO PACIFIC COAST HIGHWAY) ti PHASE IV-B --___ POPPY AVE SOUTH PARKWAY & HALF OF COMMERCIAL DRIVEWAY (SEAVIEW AVE TO PACIFIC COAST HIGHWAY) PHASE IV-C ---- POPPY AVE (SEAVIEW AVE TO PACIFIC COAST HIGHWAY) PHASE V-A ---------- POPPY AVE NORTH PARKWAY (HAZEL DR TO SEAVIEW AVE) 80 40 0 80 160 240 PHASE V-B ---------- POPPY AVE SOUTH PARKWAY (HAZEL DR TO SEAVIEW AVE) PHASE V-C ---------- POPPY AVE (HAZEL DR TO SEAVIEW AVE) GRAPHIC SCALE 1" = 80' SHEET 2 OF 2 REVISION NO. PUBLIC WORKS DEPARTMENT MARK DATE BY n z OCEAN BOULEVARD AND POPPY AVENUE STREET IMPROVEMENTS C-6189 c iLlFoa�'ti4 CONSTRUCTION PHASING PLAN 2 3